Loading...
HomeMy WebLinkAboutC2017-207 - 3/28/2017 - Approved • 2017-207 3/28/17 M2017-047 • Clark Pipeline Services 00 52 23 AGREEMENT This Agreement,for the Project awarded on March 28,2017, is between the City of Corpus Christi (Owner)and CPC Interests, LLC Dba Clark Pipeline Services (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 Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Project No. E16294 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Road,#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The initial contract will be for one (1)year(12-calendar months) base contract,with two(2) optional one (1)year(12-calendar month) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extensions will not exceed an amount of$5,100,000 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, as shown in the Appendix Example Delivery Order, 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 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement 00 52 23-1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ)Procurement Rev06-22-2016 Project E16294 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 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. 2017-170693 CPC Interests LLC dba Clark Pipeline Services Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 02/2312017 being filed. City of Corpus Christi Date Acknowledged: ', Aimee Alcorn-Reed w. 2017.04.2717:26:10-05'00' 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. E16294 City Wide Water Distribution System Repair and Replacement 2017 IDIQ Procurement 4 Nature of interest Name of Interested Party City,State,Country(place of business (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. plANl�IA M SANCHF1' * * Notary Public, State of Texas My commission Expires SEPTEMSER 29, 20`19 nature of authorized agent bf contractin business entity AFFIX NOTARY STAMP/SEAL ABOVE �I (( I ! /}I Swoornn to and subscribed before me,by the said 0.6 6 _<-�v i er t '1G�.6r� this the -7 day of 2tfl�"I q ,to certify which,witness my hand and seal of office. 6y,g2j�� ,.n. 4 Scltmh?, G-9�[-e P_ Signature of officer administers g oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITY-WIDE (NATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017- (IDIQ) PROCUREMENT PROJECT NUMBER E16294 �J DOUGLAS MCMULI.At`f .., ........CityOCorpus ir�fo�'.9 1068 or l �SIpNA1- ` Christi URBAN ENGINEERING 2725 Swantner Corpus Christi, TX 78404 (361) 854-3101 TBPE FIRM No.: 145 TBPLS FIRM No.: 10032400 JANUARY 2017 Record Drawing Number 457 UE Job No.: 33760.B6.04 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (ReV01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Revo1-13-2016) 00 30 06 Non-Collusion Certification 004516 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 006113 Performance Bond (Revo1-13-2016) 00 61 16 Payment Bond (Revo1-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Revo1-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures Table of Contents 000100- 1 City-Wide Water Distribution System Repairs and Replacement 2017—(I DIQ) Procurement Rev06-22-2016 Project E16294 Division/ Title Section 014000 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022022 Trench Safety for Excavations 025404 Asphalts, Oils and Emulsions 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026210 Polyvinyl Chloride Pipe (Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01000 Mobilization/Demobilization 01200 Existing Obstructions 02203 Utility Easement R. O. W Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration Table of Contents 000100-2 City-Wide Water Distribution System Repairs and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Division/ Title Section 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02340 Boring and Casing Roadways and Railroads 02342 Open Cutting and Casing 02449 Installation of Utilities by Horizontal Directional Drilling 02450 Installation of Utilities by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02520 Repairing Pavements, Curb and Gutter, Driveways and Sidewalk 02522 Flexible Base—Limestone (Type A, Grade 1) 02541 Prime Coat(Asphaltic Material Only) 02542 Hot Mix Asphaltic Concrete Pavement (Class A) 02608 Fiberglass Manholes 02614 Ductile Iron Pipe and Fittings 02620 Storm Water Pollution Prevention 02640 Installation of Water Pipe 026404 Water Service Line 026416 Fire Hydrants 02681 Gas Piping (MDPE) 05020 Welding (Except Gas Main) 09910 Painting 15060 Miscellaneous Piping 15104 Gate Valves 15105 Tapping Sleeves and Tapping Vales 15108 Combination Air Release and Vacuum Valves Appendix Title 1 Example Delivery Order END OF SECTION Table of Contents 000100-3 City-Wide Water Distribution System Repairs and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 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 Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement, Project No. E16294 A. This project consists of City-wide waterline improvements which includes removal and abandonment of existing waterlines, the installation of new waterlines by open trenching, pipe bursting, horizontal directional drilling, boring and jacking, boring and casing, new fire hydrants, valves, fittings, services, pavement repair, and other miscellaneous items required to complete the project.The project also includes replacement of 2"-4"gas mains in conjunction with the waterline replacement. Work will be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents. Each Delivery Order will stipulate the Substantial Completion date, as shown in the Appended Example Delivery Orders.The initial contract will be for a one (1)year(12-calendar months) base contract, with two (2) optional one (1) year (12- calendar month) extensions. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$5,100,000 for this initial one-year contract. 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, as shown in the Appended Example Delivery Orders, 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 for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than 2:00 pm, on Wednesday, February 15, 2017, 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. Invitation to Bid and Instructions to Bidders 002113- 1 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement- Funding Source (FY2016) - Project No. E16294 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 2:00 pm,Wednesday, February 15, 2017, at the following location: City Hall Building— City of Corpus Christi Third Floor, Engineering Services Smart Board Conference Room (Parks & Recreation Department) 1201 Leopard Street Corpus Christi,Texas 78401 3.06 The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Tuesday,January 24, 2017 at 10:00 am, at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd 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. Invitation to Bid and Instructions to Bidders 002113-2 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents,Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 6.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data,that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 Submit all questions about the meaning or intent of the Contract Documents,Addenda, and the related supplemental data using the Owner's Bidding Website at www.civcastusa.com. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 7.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. Invitation to Bid and Instructions to Bidders 002113-3 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 greatest amount bid. 8.02 Bid Security may be in the form of a Bid Bond or a cashier's check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier's check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder's name and the job name and number and delivered as required in Article 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 greatest amount bid if,within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal's bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety's standard bid bond form if revised to meet these Bid Bond Requirements. 5. Bid Bond in the amount of$255,000 5%of$5,100,000=$255,000 5,100,000= IDIQ contract "cap" (amount/highest potential value) 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable Invitation to Bid and Instructions to Bidders 002113-4 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 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. Invitation to Bid and Instructions to Bidders 002113-5 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. The City intends to award this INDEFINITE DELIVERY/ INDEFINITE QUALITY (ID/IQ) CONTRACT for approximately$5,100,000 over a 1 year period with 2 possible 1 year renewals. Renewal will Invitation to Bid and Instructions to Bidders 002113- 6 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 be based on Contractor's successful performance of Delivery Orders, approval by the Owner, and concurrence from the Contractor.The renewal will allow for an economic adjustment, based upon published and acceptable indices.The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders, as determined by the City, may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on-site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment,traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency and/or Non-Emergency sites at the same time. In the case of Emergency Delivery Orders, the Contractor shall also 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.To accommodate the increased costs associated with the Emergency Work, Bidders shall submit a "Coefficient for Emergency Work"with its Bid Proposal (Max is 2.0).This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000-ft. of 4-inch C-900 DR18 PVC Pipe. b. 2000-ft. of 6-inch C-900 DR18 PVC Pipe. c. (2)4-inch gate valves. d. (2) 6-inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by Contractor)that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project. The hypothetical quantities (Emergency Scenario Pricing) shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value is based on current anticipated budget allocations. The Contractor will have no basis for a claim against the City, if the actual delivery order total is less. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 Selected Contractor is required to comply with the Owner's Minority/ MBE/ DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY/ MBE/ DBE PARTICIPATION POLICY. 16.02 Minority participation goal for this Project has been established to be 45%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. Invitation to Bid and Instructions to Bidders 002113-7 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 ofinsurance. 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 responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 21—BIDDER'S CERTIFICATION OF NO LOBBYING 21.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process,the City may, in its discretion, reject the Bid. Invitation to Bid and Instructions to Bidders 002113-8 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 ARTICLE 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. ARTICLE 24-REJECTION OF BID 24.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security,with Power of Attorney, submitted as required by Article 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. Invitation to Bid and Instructions to Bidders 002113-9 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. K. Failure of Bidder to demonstrate,through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources,workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce, equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION Invitation to Bid and Instructions to Bidders 002113- 10 City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Rev 01-13-2016 Project E16294 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: Wednesday, February 25, 2017 at 2:00 pm, for City-Wide Water Distribution System Repair and Replacement 2017- (IDIQ) Procurement- Project E16294. 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 Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement, Project E16294 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 003000- 1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bid Acknowledgement Form 003000-2 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 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. 5.04 The City intends to award this INDEFINITE DELIVERY/ INDEFINITE QUALITY (ID/IQ) CONTRACT for approximately$5,100,000 over a 1 year period with 2 possible 1 year renewals. Renewal will Bid Acknowledgement Form 003000-3 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 be based on Contractor's successful performance of Delivery Orders, approval by the Owner, and concurrence from the Contractor.The renewal will allow for an economic adjustment, based upon published and acceptable indices.The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders, as determined by the City, may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on-site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency and/or Non-Emergency sites at the same time. In the case of Emergency Delivery Orders, the Contractor shall also 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.To accommodate the increased costs associated with the Emergency Work, Bidders shall submit a "Coefficient for Emergency Work"with its Bid Proposal (Max is 2.0).This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000-ft. of 4-inch C-900 DR18 PVC Pipe. b. 2000-ft. of 6-inch C-900 DR18 PVC Pipe. C. (2)4-inch gate valves. d. (2) 6-inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by Contractor)that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project.The hypothetical quantities shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value is based on current anticipated budget allocations. The Contractor will have no basis for a claim against the City, if the actual delivery order total is less. ARTICLE 6—TIME OF COMPLETION 6.01 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, as shown in the Appended Example Delivery Orders, 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. Bid Acknowledgement Form 003000-4 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 6.03 The initial contract duration shall be 12 months and will be subject to renewal for up to two (2) additional 12-months periods. Each delivery order will be issued with an allowable working time (calendar days) and will be based on the durations identified in the Working Time Table. 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 Capital Programs or designee (OAR)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 order provision of this Contract, $750.00 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 below. 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 Acting Director of Capital Programs or designee (OAR) 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 form the Executive Director of Public Works 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) have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specific in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of the Contract, $750.00 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 below. WORKING TIME TABLE Description Typical Work Time (Days) Allowed for each Delivery Order Non-Emergency Emergency Mobilization 3 Days/ D. O. 1 Day/ D. O Remove & Replace Water Line 5 Days/600 LF 3 Days/600 LF (Up to 42" of Cover) Remove & Replace Water Line 7 Days/600 LF 5 Days/600 LF (Up to 43"—73" of Cover) Rehab Water Line Pipeburst (Up to 42" of Cover) 5 Days/600 LF 3 Days/600 LF Rehab Water Line Pipeburst (43—72" of Cover) 7 Days/600 LF 5 Days/600 LF Install Temporary Water Supply for Pipe Bursting 2 Days/600 LF 1 Day/600LF Well Pointing for Lines 1 Day/400 LF 0.5 Day/400 LF Remove & Replace Driveway or Sidewalk 2 Day/400 SF 1 Day/400 SF Install Gate Valve 1 Day/2 Valves 0.5 Day/2 Valves Install Fire Hydrant 2 Days/ Fire Hydrant I 1 Day/ Fire Hydrant Install Service 1 Day/3 Services 0.5 Day/3 Services Install Pavement (Across Street Curb to Curb) 2 Days/Cut 1 Day/Cut Bid Acknowledgement Form 003000-5 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 Install Pavement (Along Street) 2 Days/600 LF 1 Day/600 LF Fence Removal 1 Day/ 100 LF 0.5 Day/100 LF Clear& Grub 1 Day/500 SY 0.5 Day/500 SY Note: Working Time shown in this table is in CALENDAR DAYS. Emergency Delivery orders require a 3 hour response ARTICLE 7—ATTACHMENTS TO THIS BID 7.01 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. 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. Bid Acknowledgement Form 003000- 6 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-7 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 00 30 01 BID FORM Project Name: City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Project Number: E16294 Owner: City of Corpus Christi Bidder: OAR: Designer: Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A-GENERAL(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al IMobilization I LS 1 1 SUBTOTAL PART A-GENERAL(Items Al) Part B-WATER MAIN IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) WATER MAIN REMOVALS CIP AND DIP WATER MAIN 131 Remove and Dispose of 2" Diam. CIP and DIP Waterline LF 50 (Up to 42" of Cover) Remove and Dispose of 2" Diam. CIP and DIP Waterline B2 50 (43"-72" of Cover) LF Remove and Dispose of 4" Diam. CIP and DIP Waterline B3 (Up to 42" of Cover) LF 50 B4 Remove and Dispose of 4" Diam. CIP and DIP Waterline LF 50 (43"-72" of Cover) B5 Remove and Dispose of 6" Diam. CIP and DIP Waterline LF 100 (Up to 42" of Cover) Remove and Dispose of 6" Diam. CIP and DIP Waterline B6 50 (43"-42" of Cover) LF Remove and Dispose of 8" Diam. CIP and DIP Waterline B7 (Up to 42" of Cover) LF 100 Remove and Dispose of 8" Diam. CIP and DIP Waterline B8 50 (43"-72" of Cover) LF Remove and Dispose of 12" Diam. CIP and DIP Waterline 69 (Up to 42" of Cover) LF 50 Remove and Dispose of 12" Diam. CIP and DIP Waterline B10 50 (43"-72" of Cover) LF Remove and Dispose of 16" Diam. CIP and DIP Waterline B11 50 (Up to 42" of Cover) LF Remove and Dispose of 16" Diam. CIP and DIP Waterline 612 50 (43"-72" of Cover) LF ACP WATER MAIN Remove and Dispose of 2" Diam.ACP Waterline(Up to B13 50 42" of Cover) LF Remove and Dispose of 2" Diam.ACP Waterline(43"-72" B14 50 of Cover) LF Remove and Dispose of 4" Diam.ACP Waterline(Up to B15 50 42" of Cover) LF Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 1 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove and Dispose of 4" Diam.ACP Waterline (43"-72" B16 50 of Cover) LF Remove and Dispose of 6" Diam.ACP Waterline(Up to 617 100 42" of Cover) LF Remove and Dispose of 6" Diam.ACP Waterline(43"-72 618 50 of Cover) LF Remove and Dispose of 8" Diam.ACP Waterline(Up to 619 100 42" of Cover) LF Remove and Dispose of 8" Diam.ACP Waterline(43"-72" 620 50 of Cover) LF Remove and Dispose of 12" Diam.ACP Waterline (Up to 621 50 42" of Cover) LF Remove and Dispose of 12" Diam.ACP Waterline (43"- 622 50 72" of Cover) LF Remove and Dispose of 16" Diam.ACP Waterline(Up to 623 50 42" of Cover) LF Remove and Dispose of 16" Diam.ACP Waterline(43"- 624 50 72" of Cover) LF WATER MAIN INSTALLATION OPEN TRENCHING(0 to 100-ft) PVC WATER MAIN Furnish and Install 4" Diam. C900 DR18 PVC B25 Waterline(Up to 42" of Cover) LF 50 Furnish and Install 4" Diam. C900 DR18 PVC B26 Waterline (43"-72" of Cover) LF 50 Furnish and Install 6" Diam. C900 DR18 PVC B27 Waterline(Up to 42" of Cover) LF 50 Furnish and Install 6" Diam. C900 DR18 PVC B28 Waterline(43"-72" of Cover) LF 50 Furnish and Install 8" Diam. C900 DR18 PVC B29 Waterline(Up to 42" of Cover) LF 50 Furnish and Install 8" Diam. C900 DR18 PVC B30 Waterline(43"-72" of Cover) LF 50 Furnish and Install 10" Diam. C900 DR 18 B31 PVC Waterline(Up to 42" of Cover) LF 50 Furnish and Install 10" Diam. C900 DR 18 PVC Waterline B32 (Over 43"to 72" of Cover) LF 50 Furnish and Install 12" Diam. C900 DR18 B33 PVC Waterline(Up to 42" of Cover) LF 50 Furnish and Install 12" Diam. C900 DR18 B34 PVC Waterline (43"-72" of Cover) LF 50 Furnish and Install 16" Diam. C905 DR18 B35 PVC Waterline (Up to 42" of Cover) LF 50 Furnish and Install 16" Diam. C905 DR18 B36 PVC Waterline(43"-72" of Cover) LF 50 DIP WATER MAIN Furnish and Install 4" Diam. DIP Waterline (Up to 42" of 637 50 Cover) LF Furnish and Install 4" Diam. DIP Waterline(43"-72" of 638 50 Cover) LF Furnish and Install 6" Diam. DIP Waterline(Up to 42" of 639 50 Cover) LF Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 2 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 6" Diam. DIP Waterline (43"-72" of B40 50 Cover) LF Furnish and Install 8" Diam. DIP Waterline(Up to 42" of B41 50 Cover) LF Furnish and Install 8" Diam. DIP Waterline(43"-72" of 642 50 Cover) LF Furnish and Install 10" Diam. DIP Waterline(Up to 42" of B43 50 Cover) LF Furnish and Install 10" Diam. DIP Waterline(43"to 72" B44 50 of Cover) LF Furnish and Install 12" Diam. DIP Waterline (Up to 42" of B45 50 Cover) LF Furnish and Install 12" Diam. DIP Waterline(43"-72" of B46 50 Cover) LF Furnish and Install 16" Diam. DIP Waterline(Up to 42" of 647 50 Cover) LF Furnish and Install 16" Diam. DIP Waterline(43"-72" of 648 50 Cover) LF WATER MAIN INSTALLATION OPEN TRENCHING(Greater Than 100-ft) Furnish and Install 4" Diam. C900 DR18 PVC Waterline B49 (Up to 42" of Cover) LF 200 Furnish and Install 4" Diam. C900 DR18 PVC Waterline B50 (43"-72" Cover) LF 200 Furnish and Install 6" Diam. C900 DR18 PVC Waterline B51 (Up to 42" of Cover) LF 200 Furnish and Install 6" Diam. C900 DR18 PVC Waterline B52 (43"-72" Cover) LF 200 Furnish and Install 8" Diam. C900 DR18 PVC Waterline B53 (Up to 42" of Cover) LF 200 Furnish and Install 8" Diam. C900 DR18 PVC Waterline B54 (43"-72" Cover) LF 200 Furnish and Install 10" Diam. C900 DR 18 B55 PVC Waterline (Up to 42" of Cover) LF 200 Furnish and Install 10" Diam. C900 DR 18 PVC Waterline B56 (43" to 72" of Cover) LF 200 Furnish and Install 12" Diam. C900 DR18 PVC Waterline B57 (Up to 42" of Cover) LF 200 Furnish and Install 12" Diam. C900 DR18 PVC Waterline B58 (43"-72" Cover) LF 200 Furnish and Install 16" Diam. C905 DR18 PVC Waterline B59 (Up to 42" of Cover) LF 200 Furnish and Install 16" Diam. C905 DR18 PVC Waterline B60 (43"-72" Cover) LF 200 WATER MAIN INSTALLATION BY AUGER BORING(0 to 100-ft) Furnish and Install 4" Diam. C900 DR18 PVC Waterline B61 (Up to 42" of Cover) by Auger Boring LF 50 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 50 Furnish and Install 6" Diam. C900 DR18 PVC Waterline B63 (Up to 42" of Cover) by Auger Boring LF 50 Furnish and Install 6" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 3 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 8" Diam. C900 DR18 PVC Waterline B65 (Up to 42" of Cover) by Auger Boring LF 50 Furnish and Install 8" Diam. C900 DR18 PVC Waterline B66 (43"-72" of Cover) by Auger Boring LF 50 Furnish and Install 12" Diam. C900 DR18 PVC Waterline B67 (Up to 42" of Cover) by Auger Boring LF 50 Furnish and Install 12" Diam. C900 DR18 PVC Waterline B68 (43"-72" of Cover) by Auger Boring LF 50 Furnish and Install 16" Diam. C905 DR18 PVC Waterline B69 (Up to 42" of Cover) by Auger Boring LF 50 Furnish and Install 16" Diam. C905 DR18 PVC Waterline B70 (43"-72" of Cover) by Auger Boring LF 50 WATER MAIN INSTALLATION AUGER BORING(Greater Than 100-ft) Furnish and Install 4" Diam. C900 DR 18 PVC Waterline B71 (Up to 42" of Cover) by Auger Boring LF 100 Furnish and Install 4" Diam. C900 DR 18 PVC Waterline B72 (43"-72" of Cover) by Auger Boring LF 100 Furnish and Install 6" Diam. C900 DR 18 PVC Waterline B73 (Up to 42" of Cover) by Auger Boring LF 100 Furnish and Install 6" Diam. C900 DR 18 PVC Waterline B74 (43"-72" of Cover) by Auger Boring LF 100 Furnish and Install 8" Diam. C900 DR 18 PVC Waterline B75 (Up to 42" of Cover) by Auger Boring LF 100 Furnish and Install 8" Diam. C900 DR 18 PVC Waterline B76 (43"-72" of Cover) by Auger Boring LF 100 Furnish and Install 12" Diam. C900 DR 18 PVC Waterline B77 (Up to 42" of Cover) by Auger Boring LF 100 Furnish and Install 12" Diam. C900 DR 18 PVC Waterline B78 (43"-72" of Cover) by Auger Boring LF 100 Furnish and Install 16" Diam. C905 DR 18 PVC Waterline B79 (Up to 42" of Cover) by Auger Boring LF 100 Furnish and Install 16" Diam. C905 DR 18 PVC Waterline B80 (43"-72" of Cover) by Auger Boring LF 100 WATER MAIN INSTALLATION BY PIPE BURSTING IN FRONT EASEMENT(0-ft to 500-ft) Furnish and Install 4" Diam. C900 DR18 Fusible PVC B81 Waterline(Up to 42" of Cover) by Pipe Bursting LF 100 Furnish and Install 4" Diam. C900 DR18 Fusible PVC B82 Waterline(43"-72" of Cover) by Pipe Bursting LF 100 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B83 Waterline(Up to 42" of Cover) by Pipe Bursting LF 1 100 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B84 Waterline(43"-72" of Cover) by Pipe Bursting LF 100 Furnish and Install 8" Diam. C900 DR18 Fusible PVC B85 Waterline(Up to 42" of Cover) by Pipe Bursting LF 100 Furnish and Install 8" Diam. C900 DR18 Fusible PVC B86 Waterline(43"-72" of Cover) by Pipe Bursting LF 100 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B87 Waterline(Up to 42" of Cover) by Pipe Bursting LF 50 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B88 Waterline(43"-72" of Cover) by Pipe Bursting LF 50 Furnish and Install 16" Diam. C905 DR18 Fusible PVC B89 Waterline(Up to 42" of Cover) by Pipe Bursting LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 4 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 16" Diam. C905 DR18 Fusible PVC B90 Waterline (43"-72" of Cover) by Pipe Bursting LF 50 WATER MAIN INSTALLATION BY PIPE BURSTING IN FRONT EASEMENT(Greater Than 500-ft) Furnish and Install 4" Diam. C900 DR18 Fusible PVC B91 Waterline(Up to 42" of Cover) by Pipe Bursting LF 150 Furnish and Install 4" Diam. C900 DR18 Fusible PVC B92 Waterline(43"-72" Cover) by Pipe Bursting LF 150 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B93 Waterline(Up to 42" of Cover) by Pipe Bursting LF 1 150 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B94 Waterline(43"-72" Cover) by Pipe Bursting LF 150 Furnish and Install 8" Diam. C900 DR18 Fusible PVC B95 Waterline(Up to 42" of Cover) by Pipe Bursting LF 150 Furnish and Install 8" Diam. C900 DR18 Fusible PVC B96 Waterline(43"-72" Cover) by Pipe Bursting LF 150 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B97 Waterline(Up to 42" of Cover) by Pipe Bursting LF 100 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B98 Waterline(43"-72" Cover) by Pipe Bursting LF 100 Furnish and Install 16" Diam. C905 DR18 Fusible PVC B99 Waterline(Up to 42" of Cover) by Pipe Bursting LF 1 100 Furnish and Install 16" Diam. C905 DR18 Fusible PVC B100 Waterline(43"-72" Cover) by Pipe Bursting LF 100 TEMPORARY WATER SUPPLY IN FRONT EASEMENT Furnish and Install 2"Temporary Water Supply for Pipe B101 Bursting LF 150 B102 Furnish and Install 4"Temporary Water Supply for Pipe Bursting LF 200 Connect and Disconnect Service to Temporary Water B103 Supply EA 50 POINT REPAIR IN FRONT EASEMENT B104 Point Repair in Front Easement EA 10 WATER MAIN INSTALLATION BY PIPE BURSTING IN REAR EASEMENT(0-ft to 500-ft) Furnish and Install 4" Diam. C900 DR18 Fusible PVC B105 Waterline(Up to 42" of Cover) by Pipe Bursting LF 100 Furnish and Install 4" Diam. C900 DR18 Fusible PVC B106 Waterline(43"-72" of Cover) by Pipe Bursting LF 100 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B107 Waterline(Up to 42" of Cover) by Pipe Bursting LF 100 Furnish and Install 6" Diam. C900 DR18 Fusible PVC B108 Waterline(43"-72" of Cover) by Pipe Bursting LF 100 Furnish and Install 8" Diam. C900 DR18 Fusible PVC B109 Waterline(Up to 42" of Cover) by Pipe Bursting LF 100 Furnish and Install 8" Diam. C900 DR18 Fusible PVC B110 Waterline(43"-72" of Cover) by Pipe Bursting LF 100 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B111 Waterline(Up to 42" of Cover) by Pipe Bursting LF 50 Furnish and Install 12" Diam. C900 DR18 Fusible PVC B112 Waterline(43"-72" of Cover) by Pipe Bursting LF 50 Furnish and Install 16" Diam. C905 DR18 Fusible PVC B113 Waterline(Up to 42" of Cover) by Pipe Bursting LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 5 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 16" Diam. C905 DR18 Fusible PVC B114 Waterline (43"-72" of Cover) by Pipe Bursting LF 50 WATER MAIN INSTALLATION BY PIPE BURSTING IN REAR EASEMENT(Greater Than 500-ft) Install 4" Diam. C900 DR18 Fusible PVC Waterline(Up to B115 42" of Cover) by Pipe Bursting LF 150 Install 4" Diam. C900 DR18 Fusible PVC Waterline(43"- 6116 72" Cover) by Pipe Bursting LF 150 Install 6" Diam. C900 DR18 Fusible PVC Waterline (Up to B117 42" of Cover) by Pipe Bursting LF 150 Install 6" Diam. C900 DR18 Fusible PVC Waterline (43"- B118 72" Cover) by Pipe Bursting LF 150 Install 8" Diam. C900 DR18 Fusible PVC Waterline(Up to B119 42" of Cover) by Pipe Bursting LF 150 Install 8" Diam. C900 DR18 Fusible PVC Waterline(43"- B120 72" Cover) by Pipe Bursting LF 150 Install 12" Diam. C900 DR18 Fusible PVC Waterline(Up B121 to 42" of Cover) by Pipe Bursting LF 100 Install 12" Diam. C900 DR18 Fusible PVC Waterline(43"- 6122 72" Cover) by Pipe Bursting LF 100 Install 16" Diam. C905 DR18 Fusible PVC Waterline(Up B123 to 42" of Cover) by Pipe Bursting LF 100 Install 16" Diam. C905 DR18 Fusible PVC Waterline(43"- 6124 72" Cover) by Pipe Bursting LF 100 TEMPORARY WATER SUPPLY IN REAR EASEMENT Furnish and Install 2"Temporary Water Supply for Pipe B125 Bursting LF 150 B126 Furnish and Install 4"Temporary Water Supply for Pipe Bursting LF 200 Connect and Disconnect Service to Temporary Water 8127 Supply EA 50 POINT REPAIR IN REAR EASEMENT B128 Point Repair in Rear Easement EA 10 WATER MAIN INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(0-300-ft)USING WALK OVER TECHNOLOGY Furnish and Install 4" Diam. C900 DR 18 Fusible PVC 8129 Waterline by HDD LF 75 Furnish and Install 6" Diam. C900 DR 18 Fusible PVC B130 Waterline by HDD LF 100 Furnish and Install 8" Diam. C900 DR 18 Fusible PVC B131 Waterline by HDD LF 100 Furnish and Install 12" Diam. C900 DR 18 Fusible PVC B132 Waterline by HDD LF 75 Furnish and nstall 16" Diam. C905 DR 18 Fusible PVC B133 Waterline by HDD LF 75 B134 Furnish and Install Air Release Valves and Manhole EA 2 B135 Construct Drill Pads EA 2 WATER MAIN INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(Greater Than 300-ft)USING WIRELINE GUIDANCE TECHNOLOGY Furnish and Install 4" Diam. C900 DR 18 Fusible PVC B136 Waterline by HDD LF 75 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 6 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 6" Diam. C900 DR 18 Fusible PVC B137 Waterline by HDD LF 100 Furnish and Install 8" Diam. C900 DR 18 Fusible PVC B138 Waterline by HDD LF 100 Furnish and Install 12" Diam. C900 DR 18 Fusible PVC B139 Waterline by HDD LF 75 Furnish and Install 16" Diam. C905 DR 18 Fusible PVC B140 Waterline by HDD LF 75 B141 Furnish and Install Air Release Valves and Manhole EA 4 B142 Construct Drill Pads EA 4 WATER MAIN AND CASING INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(0-300-ft)USING WALK OVER GUIDANCE TECHNOLOGY Furnish and Install 4" C900 DR 18 Fusible PVC Waterline B143 with Casing Spacers and 10-inch steel casing(0.375" wall) by HDD LF 75 Furnish and Install 6" C900 DR 18 Fusible PVC Waterline B144 with Casing Spacers and 12-inch Steel Casing(0.375" wall) by HDD LF 100 Furnish and Install 8" C900 DR 18 Fusible PVC Waterline B145 with Casing Spacers and 16-inch Steel Casing(0.375" wall) by HDD LF 100 Furnish and Install 10" C900 DR 18 Fusible PVC B146 Waterline with Casing Spacers and 16-inch Steel Casing 0.375"wall by HDD LF 75 Furnish and Install 12" C900 DR 18 Fusible PVC B147 Waterline with Casing Spacers and 18-inch Steel Casing (0.375"wall) by HDD LF 75 Furnish and Install 16" C900 DR 18 Fusible PVC B148 Waterline with Casing Spacers and 24-inch Steel Casing (0.375"wall) by HDD LF 75 B149 Furnish and Install Air Release Valves and Manhole EA 2 B150 Construct Drill Pads EA 2 WATER MAIN AND CASING INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING(GREATER THAN 300-ft)USING WIRE LINE GUIDANCE TECHNOLOGY Furnish and Install 4" C900 DR 18 Fusible PVC Waterline B151 with Casing Spacers and 10-inch steel casing(0.375" wall) by HDD LF 75 Furnish and Install 6" C900 DR 18 Fusible PVC Waterline B152 with Casing Spacers and 12-inch Steel Casing(0.375" wall) by HDD LF 100 Furnish and Install 8" C900 DR 18 Fusible PVC Waterline B153 with Casing Spacers and 16-inch Steel Casing(0.375" wall) by HDD LF 100 Furnish and Install 10" C900 DR 18 Fusible PVC B154 Waterline with Casing Spacers and 16-inch Steel Casing (0.375"wall) by HDD LF 75 Furnish and Install 12" C900 DR 18 Fusible PVC B155 Waterline with Casing Spacers and 18-inch Steel Casing (0.375"wall) by HDD LF 75 Furnish and Install 16" C900 DR 18 Fusible PVC B156 Waterline with Casing Spacers and 24-inch Steel Casing (0.375"wall) by HDD LF 75 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 7 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B157 Furnish and Install Air Release Valves and Manhole EA 4 B158 lConstruct Drill Pads I EA 1 4 GATE VALVES Furnish and Install 4" R/W Gate Valve, (MJ with MEGA B159 LUG Joint Restraint fitting) EA 10 Furnish and Install 6" R/W Gate Valve, (MJ with MEGA B160 LUG Joint Restraint fitting) EA 10 Furnish and Install 8" R/W Gate Valve, (MJ with MEGA B161 LUG Joint Restraint fitting) EA 10 Furnish and Install 12" R/W Gate Valve, (MJ with MEGA B162 LUG Joint Restraint fitting) EA 5 Furnish and Install 16" R/W Gate Valve c/w Bevel Gear B163 (MJ with MEGA LUG Joint Restraint fitting) EA 3 FITTINGS Furnish and Install 4" 11.25 Deg. Bend (MJ with MEGA B164 LUG Joint Restraintfitting) EA 10 B165 Furnish and Install 4" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 4"45 Deg Bend (MJ with MEGA LUG B166 Joint Restraint fitting) EA 10 B167 Furnish and Install 4" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 4" Reducers-All Sizes (MJ with MEGA B168 LUG Joint Restraint fitting) EA 10 B169 Furnish and Install 4" Crosses-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 4"Tees(MJ with MEGA LUG Joint B170 Restraint fitting) EA 10 B171 Furnish and Install 6" 11.25 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 6" 22.5 Deg. Bend (MJ with MEGA 6172 LUG Joint Restraint fitting) EA 10 B173 Furnish and Install 6"45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 6" 90 Deg Bend (MJ with MEGA LUG B174 Joint Restraint fitting) EA 10 B175 Furnish and Install 6" Reducers-All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 6" Crosses-All Sizes(MJ with MEGA B176 LUG Joint Restraint fitting) EA 10 B177 Furnish and Install 6"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 8" 11.25 Deg. Bend (MJ with MEGA 6178 LUG Joint Restraint fitting) EA 10 B179 Furnish and Install 8" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 8"45 Deg Bend (MJ with MEGA LUG B180 Joint Restraint fitting) EA 10 B181 Furnish and Install 8" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 8 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B182 Furnish and Install 8" Reducers-All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 8" Crosses-All Sizes(MJ with MEGA B183 LUG Joint Restraint fitting) EA 10 B184 Furnish and Install 8"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 10 Furnish and Install 12" 11.25 Deg. Bend (MJ with MEGA B185 LUG Joint Restraint fitting) EA 5 B186 Furnish and Install 12" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 Furnish and Install 12"45 Deg Bend (MJ with MEGA LUG 6187 Joint Restraint fitting) EA 5 B188 Furnish and Install 12" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 Furnish and Install 12" Reducers-All Sizes (MJ with 6189 MEGA LUG Joint Restraint fitting) EA 5 B190 Furnish and Install 12" Crosses-All Sizes(MJ with MEGA LUG Joint Restraint fitting) EA 5 Furnish and Install 12"Tees(MJ with MEGA LUG Joint B191 Restraint fitting) EA 5 B192 Furnish and Install 16" 11.25 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 Furnish and Install 16" 22.5 Deg. Bend (MJ with MEGA B193 LUG Joint Restraint fitting) EA 5 B194 Furnish and Install 16"45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 Furnish and Install 16" 90 Deg Bend (MJ with MEGA LUG B195 Joint Restraint fitting) EA 5 Furnish and Install 16" Reducers-All Sizes (MJ with B196 MEGA LUG Joint Restraint fitting) EA 5 Furnish and Install 16" Crosses-All Sizes(MJ with MEGA 6197 LUG Joint Restraint fitting) EA 5 B198 Furnish and Install 16"Tees(MJ with MEGA LUG Joint Restraint fitting) EA 5 SHORT WATER SERVICE(Up to 14-ft) B199 Remove and Replace 5/8"to 3/4" Copper or HDPE Service(Up to 42" of Cover) EA 10 B200 Remove and Replace 5/8"to 3/4" Copper or HDPE Service(43"-72" of Cover) EA 10 Remove and Replace 1"to 2" Copper or HDPE Service B201 (Up to 42" of Cover) EA 10 Remove and Replace 1"to 2" Copper or HDPE Service 6202 (43"-72" of Cover) EA 10 LONG WATER SERVICE(Greater Than 14-ft) Remove and Replace 5/8"to 3/4" Copper or HDPE B203 Service(Up to 42" of Cover) EA 10 Remove and Replace 5/8"to 3/4" Copper or HDPE B204 Service (43"-72" of Cover) EA 10 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 9 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Remove and Replace 1"to 2" Copper or HDPE Service B205 (Up to 42" of Cover) EA 10 Remove and Replace 1"to 2" Copper or HDPE Service B206 (43"-72" of Cover) EA 10 RECONNECT EXISTING WATER SERVICE TO WATER MAIN Reconnect 5/8"to 3/4" Copper or HDPE Service (Up to 6207 42" of Cover) EA 10 Reconnect 5/8"to 3/4" Copper or HDPE Service(43"-72" 6208 of Cover) EA 10 Reconnect 1"to 2" Copper or HDPE Service(Up to 42" of 6209 Cover) EA 10 Reconnect 1"to 2" Copper or HDPE Service (43"-72" of B210 Cover) EA 10 CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY CONVENTIONAL METHOD WITH SLEEVE AND TEE B211 Connection to Existing 4"Water Main EA 10 B212 Connection to Existing 6"Water Main EA 10 B213 Connection to Existing 8"Water Main EA 10 B214 Connection to Existing 12"Water Main EA 10 B215 Connection to Existing 16"Water Main I EA 5 CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY HOT TAPPING WITH SLEEVE AND VALVE(Materials Only) B216 Furnish 4"Tapping Sleeve c/w 2" RW Gate Valve EA 10 B217 Furnish 6"Tapping Sleeve c/w 4" RW Gate Valve EA 10 B218 Furnish 8"Tapping Sleeve c/w 6" RW Gate Valve EA 10 B219 Furnish 10"Tapping Sleeve c/w 8" RW Gate Valve EA 2 B220 Furnish 12"Tapping Sleeve c/w 10" RW Gate Valve EA 2 B221 Furnish 16"Tapping Sleeve c/w 12" RW Gate Valve EA 2 B222 Furnish 4"Tapping Sleeve c/w 4" RW Gate Valve EA 10 B223 Furnish 6"Tapping Sleeve c/w 6" RW Gate Valve EA 10 B224 Furnish 8"Tapping Sleeve c/w 8" RW Gate Valve EA 10 B225 Furnish 10"Tapping Sleeve c/w 10" RW Gate Valve EA 2 B226 Furnish 12"Tapping Sleeve c/w 12" RW Gate Valve EA 2 B227 Furnish 16"Tapping Sleeve c/w 16" RW Gate Valve EA 2 CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY HOT TAPPING WITH SLEEVE AND VALVE Furnish and Install 4"Tapping Sleeve c/w 2" RW Gate 6228 Valve EA 5 Furnish and Install 6"Tapping Sleeve c/w 4" RW Gate 6229 Valve EA 5 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 10 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 8"Tapping Sleeve c/w 6" RW Gate B230 Valve EA 5 Furnish and Install 10"Tapping Sleeve c/w 8" RW Gate B231 Valve EA 2 Furnish and Install 12"Tapping Sleeve c/w 10" RW Gate 6232 Valve EA 2 Furnish and Install 16"Tapping Sleeve c/w 12" RW Gate B233 Valve EA 2 Furnish and Install 4"Tapping Sleeve c/w 4" RW Gate B234 Valve EA 5 Furnish and Install 6"Tapping Sleeve c/w 6" RW Gate B235 Valve EA 5 Furnish and Install 8"Tapping Sleeve c/w 8" RW Gate B236 Valve EA 5 Furnish and Install 10"Tapping Sleeve c/w 10" RW Gate 6237 Valve EA 2 Furnish and Install 12"Tapping Sleeve c/w 12" RW Gate 6238 Valve EA 2 Furnish and Install 16"Tapping Sleeve c/w 16" RW Gate 6239 Valve EA 2 FIRE HYDRANT Furnish and Install FH Assembly with Long Lead (Tee, B240 Pipe and Valve)Greater Than 14' (Up to 42" of Cover) EA 5 Furnish and Install FH Assembly with Long Lead (Tee, B241 Pipe and Valve)Greater Than 14' (43"-72" of Cover) EA 5 Furnish and Install FH Assembly with Short Lead (Tee, 6242 Pipe and Valve) Up to 14' in Length (Up to 42" of Cover) EA 5 Furnish and Install FH Assembly with Short Lead (Tee, B243 pipe and Valve) Up to 14' in Length (43"-72" of Cover) EA 5 B244 Furnish and Connect 8" Fire Line Service EA 5 Furnish and Install 8" Detector Check Valve and B245 Concrete Vault EA 5 B246 Remove Existing Detector Check Valve Vault EA 5 B247 Remove Fire Hydrant EA 5 WATER METERS AND BOXES B248 Furnish and Install Water Meter and Water Meter Box EA 10 ADJUST VALVE BOX B249 Adjust Valve Box, 12" and Under EA 10 B250 Adjust Valve Box, Greater Than 12" EA 5 TRENCH SAFETY Trench Safety for Remove and Install Waterline(Up to B251 42" of Cover) LF 100 Trench Safety for Remove and Install Waterline(43"-72" 6252 of Cover) LF 100 Trench Safety for Auger Boring/Pipe Bursting Pits (Up to B253 42" of Cover) EA 10 Trench Safety for Auger Boring/Pipe Bursting Pits(43"- B254 72" of Cover) EA 10 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 11 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT REPAIR ITEMS B255 Furnish and Install Cement Stabilized Sand TONS 100 B256 Clearing and Grubbing AC 1 B257 Furnish and Install Asphalt Pavement Repair SY 100 B258 Sawcut Asphalt Per 2" lift greater than 2"thickness LF 1000 Furnish and Install Asphalt Overlay Per 2" lift greater 6259 than 2"thickness Sy 100 B260 Remove Asphalt Per 2" lift greater than 2"thickness Sy 500 B261 Furnish and Install Concrete Pavement Repair SF 100 B262 Sawcut Concrete Per 2" lift greater than 8"thickness LF 1000 Furnish and Install Concrete Overlay per 2" lift greater B263 than 8"thickness SF 100 B264 Remove Concrete Per 2" lift greater than 8"thickness SF 100 B265 Furnish and Install Concrete Driveway Repair SF 100 B266 Furnish and Instal Concrete Curb Ramp Repair SF 100 B267 Furnish and Instal Concrete Curb and Gutter Repair LF 100 B268 Furnish and Instal Concrete Valley Gutter Repair LF 100 B269 Furnish and Instal Concrete Sidewalk Repair SF 100 B270 Furnish and Instal Seeding Sy 100 B271 Furnish and Instal Sodding Sy 100 B272 Furnish and Install Wooden Fence LF 100 B273 Furnish and Install Chain Link Fencing LF 100 B274 Remove and Reinstall Residential Mailbox EA 50 Haul off Concrete(greater than 8 inches in thickness)/ 6275 Asphalt (greater than 2 inches thickness) HR 50 WATER MAIN ABANDONMENT Abandon 2"to 4"Water Main in Place and Fill with 8276 Grout LF 100 Abandon 6"to 8"Water Main in Place and Fill with 8277 Grout LF 100 B278 Abandon 12"Water Main in Place and Fill with Grout I LF 50 B279 Abandon 16"Water Main in Place and Fill with Grout I LF 50 CASING PIPE BY CONVENTIONAL TRENCHING(INCL.CARRIER PIPE) B280 Furnish and Install 10" Steel Casing Pipe w/4"Water Main by Conventional Trenching, (Up to 42" of Cover) LF 50 B281 Furnish and Install 10" Steel Casing Pipe w/4"Water Main by Conventional Trenching(43"-72" of Cover) LF 50 B282 Furnish and Install 12" Steel Casing Pipe w/6"Water Main by Conventional Trenching, (Up to 42" of Cover) LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 12 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B283 Furnish and Install 12" Steel Casing Pipe w/6"Water Main by Conventional Trenching(43"-72" of Cover) LF 50 B284 Furnish and Install 16" Steel Casing Pipe w/8"Water Main by Conventional Trenching(Up to 42" of Cover) LF 50 B285 Furnish and Install 16" Steel Casing Pipe w/8"Water Main by Conventional Trenching(43"-72" of Cover) LF 50 Furnish and Install 20" Steel Casing Pipe w/ 12"Water 6286 Main by Conventional Trenching(Up to 42" of Cover) LF 50 Furnish and Install 20" Steel Casing Pipe w/ 12"Water 6287 Main by Conventional Trenching(43"-72" of Cover) LF 50 Furnish and Install 30" Steel Casing Pipe w/16"Water 6288 Main by Conventional Trenching, (Up to 42" of Cover) LF 50 Furnish and Install 30" Steel Casing Pipe w/ 16"Water 6289 Main by Conventional Trenching(43"-72" of Cover) LF 50 CASING PIPE BY AUGER BORING (INCL.CARRIER PIPE)(0 to 100-ft)CASING PIPE BY BORING AND JACKING(INCL.CARRIER PIPE) Furnish and Install 10" Steel Casing Pipe w/4"Water 6290 Main by Auger Boring(Up to 42" of Cover) LF 50 Furnish and Install 10" Steel Casing Pipe w/4"Water 6291 Main by Auger Boring(43"-72" of Cover) LF 50 Furnish and Install 12" Steel Casing Pipe w/6"Water 6292 Main by Auger Boring(Up to 42" of Cover) LF 50 Furnish and Install 12" Steel Casing Pipe w/6"Water 6293 Main by Auger Boring(43"-72" of Cover) LF 50 Furnish and Install 16" Steel Casing Pipe w/8"Water 8294 Main by Auger Boring(Up to 42" of Cover) LF 50 Furnish and Install 16" Steel Casing Pipe w/8"Water 6295 Main by Auger Boring(43"-72" of Cover) LF 50 B296 Furnish and Install 20" Steel Casing Pipe w/ 12"Water Main by Auger Boring(Up to 42" of Cover) LF 50 B297 Furnish and Install 20" Steel Casing Pipe w/ 12"Water Main by Auger Boring(43"-72" of Cover) LF 50 B298 Furnish and Install 30" Steel Casing Pipe w/ 16"Water Main by Auger Boring(Up to 42" of Cover) LF 50 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 13 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install 30" Steel Casing Pipe w/ 16"Water 8299 Main by Auger Boring(Up to 42" of Cover) LF 50 CASING PIPE BY AUGER BORING(INCL. CARRIER PIPE)(Greater Than 100-ft) B300 Furnish and Install 10" Steel Casing Pipe w/4"Water Main by Auger Boring(Up to 42" of Cover) LF 100 B301 Furnish and Install 10" Steel Casing Pipe w/4"Water Main by Auger Boring(43"-72" of Cover) LF 100 B302 Furnish and Install 12" Steel Casing Pipe w/6"Water Main by Auger Boring(Up to 42" of Cover) LF 100 B303 Furnish and Install 12" Steel Casing Pipe w/6"Water Main by Auger Boring(43"-72" of Cover) LF 100 B304 Furnish and Install 16" Steel Casing Pipe w/8"Water Main by Auger Boring(Up to 42" of Cover) LF 100 B305 Furnish and Install 16" Steel Casing Pipe w/8"Water Main by Auger Boring(43"-72" of Cover) LF 100 B306 Furnish and Install 20" Steel Casing Pipe w/ 12"Water Main by Auger Boring(Up to 42" of Cover) LF 50 B307 Furnish and Install 20" Steel Casing Pipe w/ 12"Water Main by Auger Boring(43"-72" of Cover) LF 50 B308 Furnish and Install 30" Steel Casing Pipe w/ 16"Water Main by Auger Boring(UP to 42" of Cover) LF 50 B309 Furnish and Install 30" Steel Casing Pipe w/ 16"Water Main by Auger Boring(43"-72" of Cover) LF 50 TREE AND FENCE REMOVAL B310 Tree Removal Up To 8" in Dia. EA 5 B311 Tree Removal Greater than 8" in Dia. EA 5 B312 Brush Removal AC 1 B313 Remove and Relocate Existing Wooden Fence LF 50 B314 Remove and Relocate Existing Chainlink Fence LF 50 TRAFFIC CONTROL Furnish and Install Signing and Traffic Control (Scenario B315 1) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B316 2) DAY 5 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 14 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Furnish and Install Signing and Traffic Control (Scenario B317 3) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B318 4) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B319 5) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B320 6) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B321 7) DAY 5 Furnish and Install Signing and Traffic Control (Scenario 6322 8) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B323 9) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B324 10) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B325 11) DAY 5 Furnish and Install Signing and Traffic Control (Scenario B326 12) DAY 5 Furnish and Install Signing and Traffic Control (Scenario 6327 13) DAY 5 Furnish and Install Signing and Traffic Control (Scenario 6328 14) DAY 5 B329 Furnish Flagger DAY 5 B330 Furnish and Install Flashing Arrow Board DAY 5 B331 Furnish and Install Channelization Drums(10 Drums) DAY 5 B332 Furnish and Install Type III Barricade DAY 5 Furnish and Install Skid Mount Sign on Double Wooden B333 posts DAY 5 POLLUTION CONTROL MEASURES B334 Furnish and Install Silt Fence LF 100 B335 Furnish and Install Fiber Rolls LF 100 B336 Furnish and Install Rock Filled Bags LF 100 B337 Furnish and Install Rock Filter Dam LS 1 B338 Furnish and Install Construction Entrance/Exit LS 1 WELL POINTING Furnish and Install Well Pointing for Water Main B339 installation (Up to 42" of Cover) LF 100 Furnish and Install Well Pointing for Water Main B340 installation (43"-72" of Cover) LF 100 INSTALLATION OF GAS MAIN Furnish and Install 2" DR9 MDPE Gas Main by Horizontal B341 Directional Drilling LF 3400 Furnish and Install 4" DR9 MDPE Gas Main by Horizontal B342 Directional Drilling LF 2000 Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 15 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Iteral DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B343 Furnish and Install Gas Service EA 110 B344 Furnish and Install Test Riser Assembly EA 4 PRECONSTRUCTION EXPLORATORY EXCAVATION B345 Preconstruction Exploratory Excavation (Up to 5'depth) LF 100 Extra Depth for Preconstruction Exploratary Excavation B346 (over 5' in depth) VF 100 JOINT RESTRAINT Furnish and Installa arness Assembly forWater B347 Main EA 5 Furnish and Installa arness Assembly torWater B348 Main EA 5 Furnish and Installa arness Assembly torWater B349 Main EA 5 Furnish and Installa arness Assembly forWater B350 Main EA 5 Furnish and Installa arness Assembly torWater B351 Main EA 5 Furnish and Installa arness Assembly torWater B352 Main EA 5 SUBTOTAL PART B-WATER IMPROVEMENTS(Items B1 thru B352) Part C-EMERGENCY SCENARIO PRICING(Hypothertical Scenario No.2)(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 Remove and Dispose O lam.ACP B19 Waterline(Up to 42" of Cover) LF 675 Furnish and Install 8" Diam. C900 DR18 PVC B53 Waterline(Up to 42" of Cover) LF 675 B161 Furnish and Install 8" R/W Gate Valve EA 2 B180 Furnish and Install 8"45 Deg Bend (MJ) EA 4 B182 Furnish and Install 8" Reducers-All Sizes (MJ) EA 2 Remove and Replace 5/8"to 3/4" Copper B199 Service(Up to 42" of Cover) EA 8 B211 Connect to Existing 4"Water Main EA 1 B212 Connect Existing 6"Water Main EA 2 B213 Connect Existing 8"Water Main EA 2 Furnish and Install FH Assembly with short lead (Tee, 8242 Pipe and Valve) Up to 14' in Length (Up to 42" of Cover) EA 2 Trench Safety for Remove and Install B251 Waterline(Up to 42" of Cover) LF 1350 B255 Cement Stabilized Sand TONS 330 B257 Asphalt Pavement Repair SY 225 B265 Concrete Driveway Repair SF 480 B267 Concrete Curb and Gutter Repair LF 100 B269 Concrete Sidewalk Repair SF 100 B315 Signing and Traffic Control (Scenario 1) DAY 24 B335 Furnish and Install Fiber Rolls LF 20 Preconstruction Exploratory Excavation (Up B345 to 5' Depth) LF 40 SUBTOTAL PART C-EMERGENCY SCENARIO PRICING(Hypothertical Scenario No.2)(Part C) Emergency Coefficient-(Bidder shall apply a Multiplier of up to 2,to the Subtotal Hypothetical Scenario No.2) Subtotal Emergency Scenario Pricing(Subtotal of Hypothetical Scenario No.2 Multiplied by the Emergency Coefficient) Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 16 of 17 Project E16294 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al) SUBTOTAL PART B-WATER IMPROVEMENTS(Items 31 thru B352) SUBTOTAL PART C-EMERGENCY SCENARIO PRICING(Hypothertical Scenario No.2)Multiplied by the Emergency Coefficient Total Base Bid (A+B+C) For Evaluation Purposes Contract Times Bidder agrees to reach Substantial Completion in 335 days Bidder agrees to reach Final Completion in 365 Jdays Bid Form City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ)Procurement Page 17 of 17 Project E16294 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 Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement 11-25-2013 Project E16294 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and defmitions. COMPANY NAME: P. O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: I. Corporation ❑ 2. Partnership ❑ 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Job Title and City Department(if known) 2. State the names of each "official' of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi 00 30 05-1 Disclosure of Interest Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. £ "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.,, g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi,Texas 1201 Leopard Street Corpus Christi,Texas 78401 CONTRACT: City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement, Project No. E16294 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 Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement 11-25-2013 Project E16294 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of Statement of Experience 004516-1 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience,education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work,the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non-responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 moderate violations under the TCEQ's regulations for 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 S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format(PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing softwa re. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 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 Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Protect 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: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Protect 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: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The full details must include the type of violation or offense, the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder, within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission, which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 1 Does the Bidder have a written construction safety program? ❑ Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑ Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑ Yes ❑ No 4 Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A EC. Cranes & Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516- 10 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS") Category 23 for each of the past five (5)years? Provide the ❑ Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five (5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less? Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings, and the ❑ Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516- 11 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated%of Contract Price Statement of Experience 004516- 12 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 ARTICLE 5—CERTIFICATION 5.01 By submitting this Statement of Experience and related information, Bidder certifies that it has read this Statement of Experience and that Bidder's responses are true and correct and contain no material misrepresentations and that the individual signing below is authorized to make this certification on behalf of the Bidder's organization. The individual signing this certification shall attach evidence of individual's authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Add ress: Telephone No.: Email: END OF SECTION Statement of Experience 004516- 13 City—Wide Water Distribution System Repair and Replacement 2017—(I DIQ) Procurement Rev 06-22-2016 Project E16294 00 52 23 AGREEMENT This Agreement, for the Project awarded on , is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: City-Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Project No. E16294 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi,TX 78404 2.02 The Owner's Authorized Representative for this Project is: To Be Determined ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. 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, as shown in the Appended Example Delivery Orders, 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 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 Agreement 005223- 1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$750.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$750.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4—CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. 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. Agreement 005223- 2 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 C. Payment will be made for the amount determined per Paragraph 5.02.13, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6—INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 005223-3 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 005223-4 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR—Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement 005223-5 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 06-22-2016 Project E16294 00 61 13 PERFORMANCE BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113- 1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 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 Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev 01-13-2016 Project E16294 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address (principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi, Texas 78401 By submitting this Bond, Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept. of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 City-Wide Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev.01-13-2016 Project E16294 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 Water Distribution System Repair and Replacement 2017—(IDIQ) Procurement Rev. 01-13-2016 Project E16294 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, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9—Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200- 2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10 — OAR's and Designer's Status During Construction 36 10.01 Owner's Representative 36 10.02 Visits to Site 36 10.03 Resident Project Representatives 36 10.04 Rejecting Defective Work 36 10.05 Shop Drawings, Modifications and Payments 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities 37 Article 11 — Amending the Contract Documents; Changes in the Work 37 11.01 Amending and Supplementing the Contract Documents 37 11.02 Owner -Authorized Changes in the Work 38 11.03 Unauthorized Changes in the Work 38 11.04 Change of Contract Price 39 11.05 Change of Contract Times 40 11.06 Change Proposals 40 11.07 Execution of Change Orders 40 11.08 Notice to Surety 41 Article 12 — 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 Corpus Christi Standards - Regular Projects 007200-3 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 007200-5 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 not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 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 not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 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. 1. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-31 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 32 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor's design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer's review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer's review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 — OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor's Work. This other work may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 33 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor's Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor's Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor's ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor's Team damages, delays, disrupts, or interferes with the work of Owner's employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner's contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 34 03-23-2015 E. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 — OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner's responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner's responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT's responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 35 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 — OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-36 03-23-2015 C. OAR and Designer's authority related to Modifications is described in Articles 11. D. OAR's authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. ARTICLE 11— AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 37 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer's approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner -Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor's safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 38 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor's fee. D. Contractor's Fee: Determine the Contractor's fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01. D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 39 03-23-2015 3. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor's supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 40 03-23-2015 2. Changes in Contract Price resulting from Owner set -offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner's correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00-41 03-23-2015 ARTICLE 12 — CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer's decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT's decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 42 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 43 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers' compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers' field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor's Cost of the Work and fee are determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-44 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor's Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 45 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.6.1 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; J• 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; General Conditions Corpus Christi Standards - Regular Projects 00 72 00-51 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; P. q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over -payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor's notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 52 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT's reasons for not recommending final payment. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 53 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR's recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor's failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor's continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 54 03-23-2015 G. Contractor's obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 55 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days' notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days' notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 56 03-23-2015 ARTICLE 17 — FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 — MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 57 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor's records only during regular business hours. Contractor agrees to allow Owner and/or Owner's designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor's Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor's Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner's Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor's Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 58 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 59 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not -to -exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor's Guarantee as Additional Remedy A. The Contractor's guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft. $1,000,000 Per Claim EX 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 EX Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price 0 Required • Not Required Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-2 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 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. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-4 Rev 06-22-2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-5 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-6 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-7 Rev 06-22-2016 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi — Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 —TEXAS WORKERS' COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS' COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage ("certificate") - A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-8 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007201-9 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 00 72 01-10 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. Wage Rate Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007202-1 REV 06-12-2015 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: 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). END OF SECTION Wage Rate Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007202-2 REV 06-12-2015 1/10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX31.dvb?v=0 General Decision Number: TX170031 01/06/2017 TX31 Superseded General Decision Number: TX20160031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any 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 $10.20 per hour (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 2017. 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 01/06/2017 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their https://www.wdol.gov/wdol/scafi I es/davi sbacon/TX31.dv b?v = 0 1/4 1 /10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX31.dvb?v=0 own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers 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. https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 2/4 1/10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX31.dvb?v=0 Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 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 https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 3/4 1/10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX31.dvb?v=0 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 A https://www.wdol.gov/wdol/scafiles/davisbacon/TX31.dvb?v=0 4/4 1/10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX40.dvb?v=0 General Decision Number: TX170040 01/06/2017 TX40 Superseded General Decision Number: TX20160040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio 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 $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any 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 $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 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 Fringes https://www.wdol.gov/wdol/scafi I es/davi sbacon/TX40.dv b?v = 0 1/4 1/10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX40.dvb?v=0 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX40.dv b?v= 0 2/4 1 /10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX40.dvb?v=0 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: SULA2O12-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX40.dv b?v= 0 3/4 1/10/2017 https://www.wdol .gov/wdol/scafi les/davisbacon/TX40.dvb?v=0 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 A https://www.wdol .gov/wdol/scafi I es/davi sbacon/TX40.dv b?v= 0 4/4 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 Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007203-1 Rev 01-13-2016 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: Ajoint 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007203-2 Rev 01-13-2016 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1— DEFINITIONS AND TERMINOLOGY SC -1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Urban Engineering B. Paragraph 1.01.A.54 "Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. Newly installed waterline and appurtenances per each Delivery Order issued. 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 Supplementary Conditions City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007300-1 Rev 11-25-2013 May 4 November 3 June 4 December 3 3. A total of 43 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 Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 007300-2 Rev 11-25-2013 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: B. This project consists of City-wide waterline improvements which include removal and abandonment of existing waterlines, the installation of new waterlines by open trenching, pipe bursting, horizontal directional drilling, boring and jacking, boring and casing, new fire hydrants, valves, fittings, services, pavement repairs, and other miscellaneous items required to complete the project. The project also includes replacement of 2"-4" gas mains in conjunction with the waterline replacement. Work will be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents. The initial contract will be for a one (1) year (12 -calendar months) base contract, with two (2) optional one (1) year (12 -calendar month) extensions. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Delivery orders for water line improvements may be issued for work done under the City's street preventative maintenance program (SPMP) and may require the contractor to schedule and coordinate his work with other road storm water, waste water, water, and gas improvements at the same site. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 01 1100 - 1 Rev 01-13-2016 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. See Section 1.03 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 Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 01 1100 - 2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012310-1 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1.04 DESCRIPTION OF ALLOWANCES (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 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 Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-3 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (ID ICI) Procurement Project E16294 012900-4 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner's interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor's obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-5 03-11-2015 B. Reduce payments for set -offs per the General Conditions. Include Attachment C — Tabulation of Set -Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set -offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-6 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER'S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT's reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR's recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-7 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR's recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures City -Wide Water Distribution System Repairs and Replacements 2017 — (IDIQ) Procurement Project E16294 012900-5 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item Al — Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; shall include all bonds and insurance required per contract documents. One hundred percent of this item will be due with the first approved delivery order. Contractor shall provide document to show cost incurred. Combined payment for bonds and insurance will be no more than 10% of the mobilization lump sum or 1% of the total contract amount, whichever is less 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; Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-1 Rev 01-13-2016 e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; f. Demobilization; and g. Mobilization may not exceed 15 percent of the total Contract Price 1 year base of $5,100,000 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed as outlined in Technical Specification 01000. B. Bid Item B1 to B12 — Remove and Dispose CIP and DIP Waterline: 1. Payment by Linear Foot 2. Measurement for Remove CIP Waterline shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and Remove existing CIP Waterline. b. Properly dispose of CIP waterline, meeting all local, state, and federal regulations; c. Dewatering as defined in Section 01 57 00. d. Any other items required to complete the demolition of the waterline in accordance with these Contract Documents that are not measured and paid for under another bid item. C. Bid Item B13 to B24 — Remove and Dispose ACP Waterline: 1. Payment by Linear Foot 2. Measurement for Remove ACP Waterline shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate, remove, handle, transport and properly dispose of existing ACP Waterline. b. The removal, handling, transportation and disposal of the ACP will be carried out by a Licensed Contractor in accordance with all local, state and federal regulations. c. Dewatering as defined in Section 01 57 00. d. Any other items required to complete the demolition of the waterline in accordance with these Contract Documents that are not measured and paid for under another bid item. D. Bid Item B25 to B60 — Install Waterline by Open Trenching: 1. Payment by Linear Foot Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-2 Rev 01-13-2016 2. Measurement for Install Waterline by Open Trenching and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill. b. Embedment. c. Dewatering as defined in Section 01 57 00. d. Furnish and install all water main (PVC pipe to have #12 copper coated tracer wire DIP shall be installed with polyethylene wrap) as shown on the plans. e. All materials, labor and equipment to complete the bacteriological testing and hydrostatic testing. f. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. E. Bid Item B61 to B80 — Install PVC Waterline by Auger Boring: 1. Payment by Linear Foot 2. Measurement for Install PVC Waterline by Auger Boring and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and shoring of pits. b. Boring and jacking operations. c. Dewatering as defined in Section 01 57 00. d. Furnish and install PVC water main pipe as shown on the plans. e. Backfilling and grading. f. All materials labor and equipment to complete the bacteriological testing and hydrostatic testing. Any other items required to complete this part of the project in accordance with these Contract Documents that are not measured and paid for under another bid item. F. Bid Item B81,B100 and B105 to B124 — Install Fusible PVC Waterline by Pipe Bursting: 1. Payment by Linear Foot 2. Measurement for Install Fusible PVC Waterline by Pipe Bursting and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill of entry and exit pits. b. Dewatering as defined in Section 01 57 00. g. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-3 Rev 01-13-2016 c. Furnish, fuse and install fusible PVC water main pipe as shown on the plans. d. All materials, labor and equipment to complete bacteriological testing and hydrostatic testing. e. Post CCTV inspection of completed water main. f. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. G. Bid Item B101 and B102, B125 and B126 —Temporary Water Supply for Pipe Bursting: 1. Payment by Linear Foot 2. Measurement for Temporary Water Supply shall be by Linear Foot of water supply line installed, maintained and removed, and shall include all labor, materials and equipment required to provide a complete and functioning system. a. Contractor shall provide a potable water supply to each residence and or business that is affected by the water main pipe bursting. b. Excavation back filling. c. Tie-in to existing potable water system. d. Furnish and install and remove temporary carrier pipe. The pipe shall be new unused PVC watermain pipe with a pressure rating of 160 psi or greater. e. Sterilization and bacteriological testing. f. Complete removal of the tie-in or tapping apparatus. g. Any other items required to install, maintain and remove each temporary water service, in accordance with these Contract Documents that are not measured and paid for under another bid item. H. Bid Item B103, B127 — Connect and Disconnect Service to Temporary Water Supply: 1. Payment by Each 2. Measurement for connect and disconnect to Temporary Water Supply shall be by Each water service line installed, maintained and removed, and shall include all labor, materials and equipment required to provide a complete and functioning system. a. Contractor shall provide a potable water supply to each residence and or business that is affected by the water main pipe bursting. b. Excavation back filling. c. Furnish, install and remove HDPE SDR 9 service line, saddle corp stop and hardware on temporary carrier pipe. d. Connecting and disconnecting each service to the temporary carrier pipe. e. Sterilization and bacteriological testing. f. Complete removal of the tie-in or tapping apparatus. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-4 Rev 01-13-2016 g. Any other items required to install, maintain and remove each temporary water service, in accordance with these Contract Documents that are not measured and paid for under another bid item. I. Bid Item B104 — Point Repair in Front Easement and B128 Point Repair in Rear Easement: 1. Payment by Each 2. Measurement for Point Repair shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and backfill. b. Cut and remove 10 -ft. segment of host pipe. c. Furnish, and install 10 -ft. section of Fusible PVC water main pipe as shown on the plans. d. Dewatering as defined in Section 01 57 00. e. Any other item required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. J. Bid Item B129 to B133 — Watermain Installation by HDD (0-300') using Walkover Guidance Technology and B136 to B140 Watermain Installation by HDD (Greater Than 300' using Wireline Guidance Technology): 1. Payment by Linear Foot 2. Measurement for Install Fusible PVC Waterline by HDD and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill to connect to existing water system. b. Furnish, fuse and install all Fusible PVC water main pipe as shown on the plans. c. Provide walk over or wireline guidance technology as noted on the bid form. d. Dewatering as defined in Section 01 57 00. e. All materials, labor and equipment to complete the bacteriological testing and hydrostatic testing. f. Site clean-up including hauling off the drilling fluids and cuttings to an approved disposal site. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. K. Bid Item B143 to 6148 — Watermain and Casing Installation by HDD (0-300') using Walkover Guidance Technology: 1. Payment by Linear Foot g. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-5 Rev 01-13-2016 2. Measurement for Install Fusible PVC Waterline inside a steel casing and pull both by HDD and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill to connect to existing water system. b. Furnish, fuse and install all Fusible PVC water main pipe as shown on the plans. c. Furnish, weld and install steel casing pipe. d. Furnish Casing spacers and install on Carrier Pipe. e. Install Carrier Pipe inside casing pipe and pull casing and carrier pipe using HDD. f. Dewatering as defined in Section 01 57 00. g. All materials, labor and equipment to complete the bacteriological testing and hydrostatic testing. h. Site clean-up including hauling off the drilling fluids and cuttings to an approved disposal site. i. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. L. Bid Item B151 to 6156 — Watermain and Casing Installation by HDD (Greater than 300 -ft.) using Wireline Guidance Technology: 1. Payment by Linear Foot 2. Measurement for Install Fusible PVC Waterline inside a steel casing and pull both by HDD and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill to connect to existing water system. b. Furnish, fuse and install all Fusible PVC water main pipe as shown on the plans. c. Furnish, Weld and install steel casing pipe. d. Furnish Casing spacers and install on Carrier Pipe. e. Install Carrier Pipe inside casing pipe and pull casing and carrier pipe using HDD. f. Dewatering as defined in Section 01 57 00. g. All materials, labor and equipment to complete the bacteriological testing and hydrostatic testing. h. Site clean-up including hauling off the drilling fluids and cuttings to an approved disposal site. i. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-6 Rev 01-13-2016 M. Bid Item B134,6141,6149, and 6157 — Install Air Release Valves and Manhole: 1. Payment by Each 2. This item will be measured by each individual installation. This item includes, but is not limited to, the following work: a. Furnishing and installing transmission main taps, valves, miscellaneous piping, vents, fiberglass manholes, access cover, and guard posts. b. Top of chambers and valve boxes shall match the finished grade, unless shown otherwise on the plans. c. Grading and cleaning up of installation and affected area. d. Concrete poured inside guard post shall be domed for drainage and shall have a smooth finish e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. N. Bid Item B135, B142, B150, and B158—Construct Horizontal Directional Drill Pads: 1. Payment by Each 2. This item will be measured by Each individual item installed to construct the drill entry pad at each work site, in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Furnish and install granular material to requirements of the HDD contractor. b. Remove all granular material and restore pad site to pre -construction conditions and contours. c. Dispose of all granular material according to Local, State and Federal regulations. d. Furnish Storm Water Pollution Prevention BMP's as specified in the Contract Documents. e. Install, maintain and remove silt. Silt fence shall completely surround the work area, (see also Sheets 14 and 15). f. Mud pits shall be excavated and constructed so that there is a berm around the pit upon completion. The contractor will install, maintain and remove silt fence around the outside of the berm during the course of the drilling activities. This silt fence is in addition to the silt fence that will surround the work area, noted above. g. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. 0. Bid Item B159 to 6163 — R. W. Gate Valves MJ with Mega Lug Joint Restraint Fitting: 1. Payment by Each 2. Measurement for Gate Valve shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-7 Rev 01-13-2016 a. Furnish and install the valve complete with mega lug joint restraint fitting. b. Embedment. c. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. f. Any other items required to complete the installation of valves in accordance with these Contract Documents that are not measured and paid for under another bid item. P. Bid Item B164 to B198 — Install Ductile Iron Fittings MJ with Mega Lug Joint Restraint Fitting: 1. Payment by Each 2. Measurement for Ductile Iron Fitting and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install the fitting complete with mega lug joint restraint fitting. b. Embedment. c. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. f. Any other items required to complete the installation of fittings in accordance with these Contract Documents that are not measured and paid for under another bid item. Q. Bid Item B199 to B202 — Remove and Replace Short Water Service: (Up to 14' in Length) 1. Payment by Each 2. Measurement for Short Water Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, etc. as required to complete the service from the new water line to the property line, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 01 57 00. c. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter — Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-8 Rev 01-13-2016 Contractor will re -install all components per city specs in new box without disconnecting MTU from Register and restore service for customers that are active. Contractor will notify the city after re -installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re -install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4 - Components are damaged. Contractor will re -install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. e. Any other items required to complete the installation of the short water service in accordance with these Contract Documents that are not measured and paid for under another bid item. R. Bid Item B203 to B206 — Remove and Replace Long Water Service: (Greater than 14' in Length) 1. Payment by Each 2. Measurement for Long Water Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, etc. as required to complete the service from the new water line to the property line. Including, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 01 57 00. c. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter — Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Contractor will re -install all components per city specs in meter box without disconnecting MTU from Register and restore service for customers that are active. Contractor will notify the city after re -installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 012901-9 Rev 01-13-2016 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re -install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4 - Components are damaged. Contractor will re -install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. e. Any other items required to complete the installation of the long water service in accordance with these Contract Documents that are not measured and paid for under another bid item. S. Bid Item B207 to B210 — Reconnect Existing Service to Waterline: 1. Payment by Each 2. Measurement for Reconnect Existing Service to Waterline and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and Backfill, service saddle, corp stop. b. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. T. Bid Item B211 to B215 — Connect New Water Main to Existing Water Main by Conventional Method with Sleeve and Tee: 1. Payment by Each 2. Measurement for Connect New Water Main to Existing Water Main shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, including sleeve and tee etc. as required to complete the connection to the new water line. b. Any other items required to complete the connection in accordance with these Contract Documents that are not measured and paid for under another bid item. U. Bid Item B216 to B227 — Connect New Water Main to Existing Water Main by Hot Tapping with Sleeve and Valve (Materials Only): 1. Payment by Each Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-10 Rev 01-13-2016 2. Measurement for Connect New Water Main to Existing by Hot Tapping with Sleeve and Valve (Materials Only) shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish all pipe, fittings, including sleeve and calve etc. as required to complete the connection to the new water line. b. City of Corpus Christi will install the valve, sleeve and other materials provided by the Contractor. c. Any other items required to complete the connection in accordance with these Contract Documents that are not measured and paid for under another bid item. V. Bid Item B228 to B239 — Connect New Water Main to Existing Water Main by Hot Tapping with Sleeve and Valve: 1. Payment by Each 2. Measurement for connect New Water Main to Existing by Hot Tapping with Sleeve and Valve shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, including sleeve and valve etc. as required to complete the connection to the new water line. b. Any other items required to complete the connection in accordance with these contract documents that are not measured and paid for under another bid item. W. Bid Item B240 and B241 — Install Fire Hydrant Assembly and Long Lead: 1. Payment by Each 2. Measurement for Fire Hydrant Assembly and Long Fire Hydrant Lead shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and backfill. b. Dewatering as described in Section 01 57 00. c. Furnish and install fire hydrant, valve, pipe, and Tee. d. Furnish and install drainage pit. e. Furnish and install thrust blocking. f. Sterilization. g. Any other items required to complete the installation of fire hydrants in accordance with these Contract Documents that are not measured and paid for under another bid item. X. Bid Item B242 and B243 — Install Fire Hydrant Assembly and Short Lead: 1. Payment by Each Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-11 Rev 01-13-2016 2. Measurements for Fire Hydrant Assembly and Short Fire Hydrant Lead shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. a. Excavate and backfill. b. Dewatering as described in Section 01 57 00. c. Furnish and install fire hydrant, valve, pipe, and Tee. d. Furnish and install drainage pit. e. Furnish and install thrust blocking. f. Sterilization. g. Any other items required to complete the installation of fire hydrants in accordance with these Contract Documents that are not measured and paid for under another bid item. Y. Bid Item B244 — Connect 8" Fire Line Service to Waterline: 1. Payment by Each 2. Measurement for Connect Fire Line Service to Waterline and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and Backfill, service tee, valve and stub out to connect private to public system. b. All permits, special licenses and inspection to make and approve the connection. c. Any other items required to complete the connection in accordance with these Contract Documents that are not measured and paid for under another bid item Z. Bid Item B245 — Install Detector Check Valve and Concrete Vault: 1. Payment by Each 2. Measurements for Install Detector Check Valve and Concrete Vault and shall be per each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and Install all valves and fitting, including all bollards, concrete vault, and access hatch. b. Any other items required to complete the work in accordance with these Contract Documents that are not measured and paid for under another bid item. AA. Bid Item B246 — Remove Existing Detector Check Valve Vault: 1. Payment by Each 2. Measurements for Remove Existing Detector Check Valve Vault shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-12 Rev 01-13-2016 a. Remove and safely stock pile all existing valves and fittings as required. b. Remove access hatch and stock pile. c. Fill vault cement stabilized sand. d. Any other items required to complete the vault removal and installation in accordance with these Contract Documents that are not measured and paid for under another bid item. BB. Bid Item B247 — Remove Existing Fire Hydrant: 1. Payment by Each 2. Measurements for Remove Existing Fire Hydrant shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and Remove existing Fire Hydrant. b. Properly dispose of or stock pile existing fire hydrant and fittings, meeting all local, state, and federal regulations; c. Dewatering as defined in Section 01 57 00. d. Any other items required to complete the demolition of the Fire Hydrant in accordance with these Contract Documents that are not measured and paid for under another bid item. CC. Bid Item B248 — Install Water Meter and Water Meter Box: 1. Payment by Each 2. Measurement for Water Meter and Water Meter Box shall be per Each and shall be full compensation for all labor, materials, and equipment required to install only the meter, register, MTU and meter box furnished by the City of Corpus Christi. The install will provide a complete and functioning system as required by the Contract Documents. DD. Bid Item B249 and B250 — Adjust Valve Box: 1. Payment by Each 2. Measurement for Adjust Valve Box shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. EE. Bid Item B251 and B252 —Trench Safety for Remove and Install Waterline: 1. Payment by Linear Foot 2. Measurement for Trench Safety shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Technical Specification 02226 "Pipe Trench Excavation and Backfill". Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-13 Rev 01-13-2016 b. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. FF. Bid Item B253 and B254 —Trench Safety for Auger Boring/Pipe Bursting Pits: 1. Payment by Each 2. Measurement for Trench Safety shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Technical Specification 02226 "Pipe Trench Excavation and Backfill". b. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. GG. Bid Item B255 — Cement Stabilized Sand: 1. Payment by Ton 2. Measurement for Cement Stabilized Sand shall be per Ton and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. HH. Bid Item B256 — Clearing and Grubbing: 1. Payment by Acre 2. Measurement for Clearing and Grubbing shall be per Acre and shall be full compensation for all labor, materials, and equipment required complete this item of work as required by the Contract Documents. 11. Bid Item B257 — Asphalt Pavement Repair: 1. Payment by Square Yard 2. Asphaltic Pavement repair shall be measured by the Square Yard of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Furnish and place Flexible base (Limestone Type 'A' Grade 1). Finished base course of the thickness as indicated in the Contract Documents. b. Furnishing and applying prime coat. c. Furnishing, placing and compacting asphaltic concrete. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. JJ. Bid Item B258 — Sawcut Asphalt Per 2" lift greater than 2" thickness: 1. Payment by Linear Foot Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-14 Rev 01-13-2016 2. Sawcut Asphalt Per 2" lift greater than 2" thickness shall be measured by the Linear Foot of Sawcut pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Saw cutting the pavement with a vertical cut to the depth required. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. KK. Bid Item B259 — Asphalt Overlay Per 2" lift greater than 2" thickness: 1. Payment by Square Yard 2. Asphalt Overlay Per 2" lift greater than 2" thickness shall be measured by the Square Yard of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Furnishing and applying tack coat between each 2" thickness of asphalt as required. b. Furnishing, placing and compacting asphaltic concrete. c. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. LL. Bid Item B260 — Remove Asphalt Per 2" lift greater than 2" thickness: 1. Payment by Square Yard 2. Remove Asphalt Per 2" lift greater than 2" thickness shall be measured by the Square Yard of removed pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Removing, asphaltic concrete from the cut area and loading on to trucks for haulage. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. MM.Bid Item B261 — Concrete Pavement Repair: 1. Payment by Square Foot 2. Concrete Pavement Repair shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing, placing and finishing the concrete. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. NN. Bid Item B262 — Sawcut Concrete Per 2" lift greater than 8" thickness: 1. Payment by Linear Foot Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-15 Rev 01-13-2016 2. Sawcut Concrete Per 2" lift greater than 8" thickness shall be measured by the Linear Foot of Sawcut pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Saw cutting the concrete pavement with vertical cut to the depth required. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. 00. Bid Item B263 — Concrete Overlay per 2" lift greater than 8" thickness: 1. Payment by Square Foot 2. Concrete Overlay Per 2" lift greater than 8" thickness shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Constructing the form work and placing reinforcing steel. b. Furnishing, placing and finishing concrete. c. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. PP. Bid Item B264 — Remove Concrete Per 2" lift greater than 8" thickness: 1. Payment by Square Yard 2. Remove Concrete Per 2" Lift greater the 8" thickness shall be measured by the Square Foot of removed pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Removing the concrete pavement from the cut area and loading on to trucks for haulage. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. QQ. Bid Item B265 — Concrete Driveway Repair: 1. Payment by Square Foot 2. Concrete Driveway Repair shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing, placing and finishing the concrete pavement. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. RR. Bid Item B266 — Concrete Curb Ramp Repair: 1. Payment by Square Foot Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-16 Rev 01-13-2016 2. Concrete Curb Ramp Repair shall be measured by the Square Foot of finished curb ramp, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing, placing and finishing the concrete. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. SS. Bid Item B267 — Concrete Curb and Gutter Repair: 1. Payment by Linear Foot 2. Concrete Curb and Gutter Repair shall be measured by the Linear Foot of finished curb and gutter of the required length, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing, placing and finishing the concrete. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. TT. Bid Item B268 — Concrete Valley Gutter Repair: 1. Payment by Linear Foot 2. Concrete Valley Gutter Repair shall be measured by the Linear Foot of finished gutter of the required length, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing, placing and finishing the concrete. d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. UU. Bid Item B269 — Concrete Sidewalk Repair: 1. Payment by Square Foot 2. Concrete Sidewalk Repair shall be measured by the Square Foot of finished sidewalk, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Grading and stabilizing the sub -grade with lime (as required). b. Constructing the formwork and placing reinforcing steel. c. Furnishing, placing and finishing the concrete. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-17 Rev 01-13-2016 d. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. VV. Bid Item B270 — Seeding: 1. Payment by Square Yard 2. Measurement for Seeding shall be per Square Yard and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Seed, fertilize, water, and maintain through specified establishment of grass cover. b. Any other items required to complete the seeding in accordance with these Contract Documents that are not measured and paid for under another bid item. WW. Bid Item B271 — Sodding: 1. Payment by Square Yard 2. Measurement for Sodding and shall be per Square Yard and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Sod, fertilize, water, and maintain through specified establishment of grass cover. b. Any other items required to complete the sodding in accordance with these Contract Documents that are not measured and paid for under another bid item. XX. Bid Item B272 — Furnish and Install Wooden Fence: 1. Payment by Linear Foot 2. Measurement for Wooden Fence and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and Install wood fence including all posts, wood fabric, and gates. b. It is the intent that the fence be restored to pre -construction or better condition. c. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. YY. Bid Item B273 — Furnish and Install Chain Link Fencing: 1. Payment by Linear Foot 2. Measurement for Chain Link Fencing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and Install chain link fence including all posts, chain link fabric, and gates. b. It is the intent that the fence be restored to pre -construction or better condition. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-18 Rev 01-13-2016 c. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. ZZ. Bid Item B274 — Removal and Reinstall Residential Mail box: 1. Payment by Each 2. Measurement for Remove & Reinstall Residential Mail box shall be by each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents shall include but not limited to: a. Remove and safely stock pile existing mail box as required. b. Reinstall existing mail box, including new wooden or metal post. c. Any other items required to complete the mail box removal and installation in accordance with these Contract Documents that are not measured and paid for under another bid item. AAA. Bid Item B275 — Haul Off Concrete (Greater that 8" in Thickness) and Asphalt (Greater than 2" in Thickness): 1. Payment by Hour 2. Measurement for Haul Off Concrete (Greater that 8" in Thickness) and Asphalt (Greater than 2" in Thickness) shall be per hour and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Handle, transport and properly dispose of existing concrete asphalt. b. Handling, transportation and disposal of the concrete and asphalt will be carried out by a Licensed Contractor in accordance with all local, state and federal regulations. c. Any other items required to complete the transporting and disposing of the concrete and asphalt in accordance with these Contract Documents that are not measured and paid for under another bid item. BBB. Bid Item B276 to B279 — Abandon Watermain and fill with grout: 1. Payment by Linear Foot 2. Measurement for abandon Watermain shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents shall include but not limited to: a. Furnish and install non shrink grout. b. Furnish and install end caps. c. Any other items required to complete water line abandonment in accordance with these Contract Documents that are not measured and paid for under another bid item. CCC. Bid Item B280 to B289 — Casing Pipe by Conventional Trenching Including Carrier Pipe: 1. Payment by Linear Foot Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-19 Rev 01-13-2016 2. Measurement for Casing Pipe by Conventional Trenching Including Carrier Pipe and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Trench excavation and backfill. b. Dewatering as described in Section 01 57 00. c. Furnishing and installing (including welding) steel casing pipe. d. Furnishing and installing casing spacers. e. Furnishing and installing the carrier pipe as noted, inside the casing. f. Sealing the ends of the casing. g. Any other items required to complete casing installation in accordance with these Contract Documents that are not measured and paid for under another bid item. DDD. Bid Item B290 to B309 — Casing Pipe by Auger Boring Including Carrier Pipe: 1. Payment by Linear Foot 2. Measurement for Casing Pipe by Boring and Jacking Including Carrier Pipe and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Trench excavation and shoring of entry and exit pits. b. Furnishing and installing (including welding) steel casing pipe. c. Dewatering as described in Section 01 57 00. d. Backfilling and grading. e. Furnishing and installing carrier pipe as noted, inside the casing. f. Furnishing and installing casing spacers. g. Furnishing and installing non -shrink grout. h. Sealing the ends of the casing. i. Any other items required to complete the casing installation in accordance with these Contract Documents that are not measured and paid for under another bid item. EEE. Bid Item B310 and B311 — Tree Removal: 1. Payment by Each 2. Measurement for Tree Removal and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Remove and dispose of tree(s) identified in the Contract Documents. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-20 Rev 01-13-2016 b. Any other items required to complete tree removal in accordance with these Contract Documents that are not measured and paid for under a separate bid item. FFF. Bid Item B312 — Brush Removal: 1. Payment by Acre 2. Measurement for Brush Removal and shall be per Acre and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Cut, remove, haul and dispose of brush identified in the contract documents. b. Any other items required to complete brush removal in accordance with these Contract Documents that are not measured and paid for under a separate bid item. GGG. Bid Item B313 — Remove and Relocate Existing Wooden Fence: 1. Payment by Linear Foot 2. Measurement for Wooden Fence and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and Install wood fence including all posts, wood fabric, and gates. b. It is the intent that the fence be restored to pre -construction or better condition. c. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. HHH. Bid Item B314 — Remove and Relocate Chain Link Fencing: 1. Payment by Linear Foot 2. Measurement for Chain Link Fencing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and Install chain link fence including all posts, chain link fabric, and gates. b. It is the intent that the fence be restored to pre -construction or better condition. c. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. III. Bid Item B315 to B333 — Signing and Traffic Control: 1. Payment by Per Day 2. Measurement for Signing and Traffic Control and shall be per Day and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-21 Rev 01-13-2016 a. Furnish, install and maintain traffic control devices, signage and personnel necessary for the job, as shown in the Traffic Control Plan. b. Any other items required to complete the traffic control in accordance with these Contract Documents that are not measured and paid for under another bid item. JJJ. Bid Item B334 — Silt Fence, B335 — Fiber Rolls, and B336 — Rock Bags: 1. Payment by Linear Foot 2. Measurement for Silt Fence, Rock Bags and Fiber Rolls shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish, install, maintain and remove all Silt Fence, Rock Bags, and Fiber Roll erosion control devices and practices as described by the Storm Water Quality Management Plan. b. Any other items required to complete the Silt Fence, Rock Bags and Fiber Roll erosion control devices in accordance with these Contract Documents that are not measured and paid for under another bid item. KKK. Bid Item B337 — Rock Filter Dam and B338 Construction Entrance/Exit: 1. Payment by Lump Sum 2. Measurement for Rock Filter Dam, and Construction Entrance/Exit shall be full compensation for all labor, materials and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. a. Furnish, install, maintain and remove Rock Filter Dam and construction Entrance/Exit as described by the Storm Water Quality Management Plan. b. Any other items required to complete the Rock Filter Dam in accordance with these Contract Documents that are not measured and paid for under another bid item. LLL. Bid Item B339 to B340 — Well Pointing: 1. Payment by Linear Foot 2. Well pointing is not dewatering as described in Section 01 57 00. 3. Measurement for Well Pointing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. All pumps, piping, hoses well points and material required to provide a suitable working environment. b. Disposal of water. (See also Section 01 57 00). c. Any other items required to complete the well pointing in accordance with these Contract Documents that are not measured and paid for under bid item. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-22 Rev 01-13-2016 MMM. Bid Item B341 and B342 — Furnish and Install 2" and 4" DR9 MDPE Gas Line by HDD: 1. Payment by Linear Foot 2. Measurement for Install 2" and 4" DR9 MDPE Gas Line by HDD and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill to connect to existing water system. b. Furnish, fuse and install all 2" and 4" DR9 MDPE gas main pipe as shown on the plans. c. Dewatering as defined in Section 01 570 00. d. Site clean-up including hauling off the drilling fluids and cutting to an approved disposal site. e. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. NNN. Bid Item B343 — Furnish and Install Gas Service: 1. Payment by Each 2. Measurement for Furnish and Install Gas and shall be per Each and shall be full compensation for all labor, materials and equipment required to provide a complete and functioning system as required by the Contract Document including but not limited to: a. Excavation and Backfill. b. Tap main with 2x1 or 4x1 fused fitting. c. Furnish and install 1" DR11 MDPE service to property line and terminate with gas riser assembly. d. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. 000. Bid Item B344 — Furnish and Install Test Riser Assembly: 1. Payment by Each 2. Measurement for Furnish and Install Test Riser Assembly and shall be per Each and shall be full compensation for all labor, materials and equipment required to provide a complete and functioning system as required by the Contract Document including but not limited to: a. Excavation and Backfill. b. Install test riser and cap. c. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-23 Rev 01-13-2016 PPP. Bid Item B345 — Pre -Construction Exploratory Excavation (Up to 5' Depth): 1. Payment by Linear Foot 2. Measurement for Pre -Construction Exploratory Excavation shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents shall include but not limited to: a. Excavation and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. b. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. c. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. d. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. e. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. f. Any other items required to complete the exploratory excavations in accordance with these Contract Documents that are not measured and paid for under another bid item. QQQ. Bid Item B346 — Extra Depth for Pre -Construction Exploratory Excavation (Over 5' in Depth): 1. Payment by Vertical Foot 2. Measurements for Extra Depth for Pre- Construction Exploratory Excavation shall be full compensation for all labor, materials and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. RRR. Bid Item B347 — B352 — Furnish and Install Bell Harness Assembly: 1. Payment by Each 2. Measurements for Furnish and Install Bell Harness Assembly shall be full compensation for all labor, materials and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 29 01-24 Rev 01-13-2016 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES — (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment City -Wide Water Distribution System Repair and Replacement 2017 — (1010) Procurement Project E16294 01 29 01-25 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. 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 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price listed in the Bid Form. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS (NOT USED) 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-4 Rev 01-13-2016 D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 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. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-5 Rev 01-13-2016 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-6 Rev 01-13-2016 B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 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. Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-7 Rev 01-13-2016 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 J. Douglas McMullan, P. E. Project Engineer (Urban Engineering) 361-854-3101 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/ Wastewater/ Stormwater hours) 361-885-6900 (361-885-6942 after Gas Department hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Solid Waste & Brush 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Project Management and Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number 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 Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013100-9 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013113-6 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013300-1 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size g. i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013300-2 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Sample or Operations Information Mockup Data 02340 Boring and Casting Roadways and Railroads 02449 Installation of Utilities by HDD 02450 Installation of Utilities by Pipe Bursting 02512 Fusible PVC Pipe 02522 Flexible Base 02608 Fiberglass Manholes 02614 Ductile Iron Pipe & Fittings 02617 PVC Pipe and Fittings 02640 Installation of Water Pipe 026404 Water Service Lines 026416 Fire Hydrants 15060 Miscellaneous Piping 15104 Gate Valve 15108 Air Release Valves Submittal Register City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement - Project E16294 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 02340 — Boring and Casting Roadways and Railroads Steel Pipe, Casing Spacers 02449 — Installation of Utilities by HDD HDD Contractor References, Work Plan 02450 — Installation of Utilities by Pipe Bursting Bursting Contractor References Work Plan 02512 — Fusible PVC Pipe Pipe Material, Fusion Tech References 02522 — Flexible Base Material Gradation 02608 — Fiberglass Manholes Manhole Material 02614 — Ductile Iron Pipe & Fittings Pipe Material Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-1 11-25-2013 Specification Section Shop Drawing Description 02617 — PVC Pipe and Fittings Pipe Material 02640 — Installation of Water Pipe Hydro -Static Test and Disinfection Plan 026404 — Water Service Lines Material 026416 — Fire Hydrants Material 15060—Miscellaneous Piping Pipe Material 15104 — Gate Valve Valves 15108 -- Air Release Valves Valves B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-2 11-25-2013 E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 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; Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-3 11-25-2013 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-4 11-25-2013 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. 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, Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-5 11-25-2013 d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-6 11-25-2013 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-7 11-25-2013 E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-5 11-25-2013 d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013302-9 11-25-2013 E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. 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. Shop Drawings City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 33 02 - 10 11-25-2013 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 33 02 - 11 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Record Data Description Submit Redline Drawings For Entire Project Submit O&M Manuals B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and Record Data City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013303-1 11-25-2013 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: 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 Record Data City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013303-2 11-25-2013 Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. 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. Record Data City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013303-3 11-25-2013 i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: Record Data City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013303-4 11-25-2013 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013304-2 11-25-2013 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013304-4 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013305-1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: B. Work shall be completed within the specified time for these items: Description Time Based on Delivery Order Issued TBD C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. Special Procedures City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS 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: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Water Service 4 hrs. 4 hrs. $200.00 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. 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 for operation of the existing distribution system. 2. Loss of operation of the existing distribution system 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— Water Service: a. Contractor shall restore water service to affected properties immediately upon completing the repairs as outlined in the Delivery Orders issued. 1.04 OWNER ASSISTANCE 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 Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 013500-2 11-25-2013 0140 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR'S RESPONSIBILITIES A. Review the OPT's Quality Management Program and prepare and submit the Contractor's Quality Control Plan. B. Implement the Contractor's Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT's use in performing inspections and testing; Quality Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-4 11-25-2013 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 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 Quality Management City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-5 11-25-2013 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-6 11-25-2013 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-7 11-25-2013 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 014000-5 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES FIELD OFFICE 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. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES PROJECT SIGNS NOT REQUIRED A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant 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 01 33 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015700-1 11-25-2013 1.05 PERMITS PROJECT SITES ARE LIKELY LESS THAN 1 ACRE: NOI/NOT ARE NOT REQUIRED. IF DEEMED NECESSARY IN FUTURE OAR WILL PROVIDE DIRECTION TO CONTRACTOR 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 PROJECT SITES ARE LIKELY LESS THAN 1 ACRE: NOI/NOT ARE NOT REQUIRED. IF DEEMED NECESSARY IN FUTURE OAR WILL PROVIDE DIRECTION TO CONTRACTOR 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. Temporary Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015700-2 11-25-2013 C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil 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 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. 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 Temporary Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015700-4 11-25-2013 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, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Wastewater Pre-treatment Coordinator 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. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER NOT ANTICIPATED 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 which is paid for under the applicable bid item or under Well Pointing in the Bid Form. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description Temporary Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015700-5 11-25-2013 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. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 01 70 00 - 1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 1.09 CERTIFICATE OF COMPLETION A. Engineer will issue a Certificate of completion at each 1 Year (12 -month) milestone for all work completed in that 12 month period, The requirements to issue the Contract a certificate of Completion are the following (Project Acceptance Procedures Check List): 1. Final inspection (Contractor shall have red lined set ready to submit to Engineer within 7 day of completion of each site. 2. Inspector prepares final quantities, contractor evaluation form, and project summary. 3. Inspector/Engineer verifies that all submittals, payrolls, Inspection Reports, As-Builts, Post CCTV, and other Field Information are complete. 4. Contractor reviews and agrees to final quantities or differences agreed upon by Contractor and Inspector. 5. Final estimate reviewed by City Construction Engineer. 6. Final payment checklist: a. Affidavit that all bills have been paid, "Waiver of Lien" Execution and Closeout Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 017000-3 11-25-2013 b. Submittal of all remaining payrolls c. Submittal of MBE letter on what Contractor has actually subcontracted through end of project 7. Final Acceptance Memorandum prepared by Administrative Assistant 8. Administrative Assistant reviews for completeness, funding availability, prepares financial paperwork 9. Administrative Assistant submits to director of Engineering Services/Operation Department Head for approval and forwarding to Assistant City Manager 10. Final Acceptance memo returned from Assistant City Manager 11. Authorization for payment (AFP) prepared and submitted to Accounting Department 12. Contractor receives final payment after City Council (if required or Assistant City Manager accepts project 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 017000-4 11-25-2013 PART S - STANDARD SPECIFICATIONS SECTION 021020 SITE 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 on 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. 10-30-2014 SECTION 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 City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the 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 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 that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 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 project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. 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. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 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 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete 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 drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and 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 of 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 details. Care shall be exercised to keep all reinforcing steel in its proper location. 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. 025610 Page 1 of 2 Rev. 3-25-2015 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 the drawings. 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 the drawings. Other methods of curing as outlined in City Standard 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 AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-25-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard 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 shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing 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 drawings. Unless otherwise provided by the drawings, no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev 3-25-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, 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 shall be placed along their entire length. Similar expansion joint 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 drawings. 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 City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev 3-25-2015 SECTION 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 030020 "Portland Cement Concrete" of the City Standard 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 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and 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 on 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 S < 1:12 Side slope of ramp (flare) S < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks .. S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev 3-25-2015 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 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 Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev 3-25-2015 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. 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. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. 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 shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project 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. 025620 Page 1 of 5 Rev. 3-25-2015 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. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (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 pavements 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 requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev 3-25-2015 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with 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 the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev 3-25-2015 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 shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slump Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (11/2") The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -MIX PLANTS The requirements for ready -mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev 3-25-2015 SECTION 026201 WA 1ERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 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. MATERIALS 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 (PP or L= N D (PP 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(P)��� 4,000 PVC Pipe - Uni-bell equation 99 L=ND (P)��� 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. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2 of 2 Rev. 3-25-2015 SECTION 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 21001bs/ CY Sand 2501bs/ 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%. 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 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering 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 (percent 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. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 Sideoats Grama (premier) Bouteloua Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 Bermudagrass (Unhulled) Cynodon Dactylon 30.0 K -R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides 4.2 Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 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. 028020 Page 1 of 4 Rev. 3-25-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch 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 form 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 through 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 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. 028020 Page 2 of 4 Rev. 3-25-2015 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. Clearing — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/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 the 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 disk 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 following two exceptions: 1) 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. 2) Mechanical anchoring by disking will not be required. 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. An asphalt -water emulsion shall be applied at a rate of 1500 to 1800 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 028020 Page 3 of 4 Rev. 3-25-2015 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 seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 20001b./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 31 One hundred (100) pounds 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 shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. 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 seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARAN ILE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev. 3-25-2015 SECTION 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 Sod: Water: 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 pounds per acre (7.23 lb. per 100 SY). 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 shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. 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 the source. Sod and soil shall be kept moist at all times during the 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 that 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, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed 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. 028040 Page 1 of 2 Rev. 3-25-2015 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, slopes 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 the plans. Any section not true to lines and cross section 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 AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev. 3-25-2015 SECTION 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 mailboxes, 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 mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox 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 Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1 of 1 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. MATERIALS 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 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2 -inch mesh hot -dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class I. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 121/2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2 -inch nominal diameter steel pipe. 2. 17/8 -inch 21/4 -inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 21/2" nominal diameter steel pipe. 2. 21/" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev. 10-30-2014 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square fO.D. Nominal) (Tubular) Gate Length 2.875in. 2.5in. Upto6feet 4.O in. 3.O in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4 -foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. Use and Section Frame for fabric 6' and less, and leaf widths not exceeding 8' O. D. or Dimensions, Nominal Round Square 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8' width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev. 10-30-2014 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid -height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than #7 gage and shall conform to ASTM Designation: A116, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Height Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev. 10-30-2014 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, 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 per 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 Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev. 10-30-2014 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter — TxDOT Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev. 10-30-2014 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0 25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/2 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 Oto 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 Oto 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (TxDOT Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (TxDOT Test Method Tex -408-A), it shall not show a color darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with TxDOT Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Rev. 10-30-2014 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (TxDOT Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For concrete Classes 'A' and 'C', the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water -reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a 030020 Page 4 of 13 Rev. 10-30-2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) The water -reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (3) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well -ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stockpiles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev. 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete, shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used, it shall be weighed separately, but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirements contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 10-30-2014 no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregates. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water -reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as a temporary measure until the redesign is checked. Water -reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water -reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1.5 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or above 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water -reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020 Page 7 of 13 Rev. 10-30-2014 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams or cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in THD Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70°F and 90°F. When control of concrete quality is by twenty -eight-day compressive tests, job control will be by seven-day compressive tests which are shown to provide the required twenty -eight-day strength, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 8 of 13 Rev. 10-30-2014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers and bent concrete). **Grade 1 Coarse Aggregate may be used in foundation only (except cased drilled shafts). ***When Type II Cement is used with Class C Concrete, the 7 -day beam break requirement will be 550 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev. 10-30-2014 distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced with new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 Rev. 10-30-2014 be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (a) Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Mixed completely in a stationery mixer and transported to the job site in approved non -agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 accordance with the manufacturer's design and arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. (b) Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. (c) Truck Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum, as specified in Article 11. A. above, may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment. Delivery of ready -mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 10-30-2014 The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready -Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck, and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one (1) nor more than five (5) rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10-30-2014 SECTION 032020 REINFORCING STEEL 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 60 or 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grade 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM Designation: A 306, Grade 65 minimum (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 60, except for deformations. Wire shall be cold -drawn from rods that have been hot -rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 032020 Page 1 of 6 Rev. 10-30-2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 l0d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Damen. * 3/4" 7/8" Bar or Smaller --Pian. Damen_ *1/2" 1" Bar or Larger --Plan. Damen_ * 1" 3/4" C_ H= over 6"--a,mere.+ Zero or -1/2.7 H = 6" and less -Diemen. • Zero or -1/4" 7/8" Bor or Smaller --Pion Dimes. * t/2� 1" Bar or Larger —Plass Diemen. *1" Plan Damen - 5. STORING Spirol or Circular Tie Tie or Stirrup Pian Dirior . = 1/2 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10-30-2014 Lap TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of Article 7 of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev. 10-30-2014 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 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 true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts X x 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 PART T TECHNICAL SPECIFICATIONS TECHNICAL SPECIAL PROVISIONS These Technical Special Provisions amend or supplement the Technical Specifications and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE TS -1 DEFINITIONS Design Specification - Whenever the term "Design Specification" is used, it shall be understood that the performance of the completed work is as designed by the ENGINEER, and the CONTRACTOR must follow the requirements of the drawings and specifications; followed the manufacturer's recommendations (material and equipment); followed industry standard procedures and provided top quality workmanship. Performance Specification - Whenever the term "Performance Specification" is used, it shall be understood that the performance of the completed work is the responsibility of the CONTRACTOR, provided the OWNER has faithfully followed all written operational and maintenance instructions supplied by the CONTRACTOR. (The CONTRACTOR is not relieved of the responsibility for improper performance of the completed work even if there was improper operation and/or maintenance by the OWNER but it obviously was not the cause of improper performance.) In a performance specification, the CONTRACTOR is responsible for the design of the item furnished and installed by him. It is intended that the item function properly without excessive operation and maintenance being required by the OWNER. The item furnished must incorporate the features specified but still perform as intended. The materials specified are to set a minimum standard but shall not be considered a design. If the design furnished by the CONTRACTOR requires higher quality material in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. When minimum dimensions are specified, they shall not be considered a design. If the design furnished by the CONTRACTOR requires larger dimensions in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. Work - Whenever the word "Work" is used it shall be understood as referring to all materials, supplies, machinery, equipment, plant, tools, superintendence, labor, bonds, insurance, water, light, power, fuel, transportation, royalty fees and any other facilities necessary to the proper execution and completion of the project. The Contractor shall provide a pay for all the aforementioned items. ARTICLE TS -2 LAYOUT OF THE WORK The Contractor shall layout the work from the existing facilities. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the Engineer prior to deviation. If, in the opinion of the Engineer, the required deviation would necessitate a revision to the Drawings, the Contractor shall provide supporting measurements as required by the Engineer. Technical Special Provisions Page 1 of 1 01000 - MOBILIZATION / DEMOBILIZATION 1.0 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, 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. 2.0 MEASUREMENT This Item will be measured by the lump sum as the work progresses. 3.0 PAYMENT Partial payment 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 100 of the mobilization lump sum or 1% of the total Contract amount, whichever is less. B. The `Mobilization/Bond/Insurance" bid item shall be paid for up to fifteen (15) Delivery Order mobilizations involving actual utility improvement work. C. Payment 'X' max mobilization fee shall not exceed 15% of 1 Year Base Contract amount of $5,100,000. D. The mobilization bid item will be paid for as follows, for each delivery order: MOBILIZATION PAYMENT = (X -Z) Y 5,100,000 - X) WHERE: X = Mobilization/Bond/Insurance Bid Item Total Y = Cost of Each Delivery Order site excluding Mobilization Payment Z = Payment made for Bonds and Insurance 01000 - Mobilization / Demobilization Page 1 of 1 01200 - EXISTING OBSTRUCTIONS 1.0 GENERAL: The drawings show the locations of all known surface and subsurface structures. In the case of underground obstructions such as existing water, sewer, storm sewer, gas, electrical or other utility lines that are not shown on the drawings, their location is not guaranteed. The Owner assumes no responsibility for failure to show any or all these structures on the drawings or to show them in their exact location. It is assumed, that, the Contractor has thoroughly inspected the site, is informed as to the correct location of surface structures, and has included the cost of such incidental work in the price bid, and has considered and allowed for all foreseeable incidental work due to variable sub -surface conditions, whether such conditions and such work are fully and properly described on the drawings or not. Minor changes and variations of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental to the satisfactory completion of a whole and functioning work or improvement. 2.0 ABANDONED LINES: When a line is uncovered that is not necessary for the proper operation of the proposed improvements, the Contractor shall notify the Engineer for further review. 3.0 SERVICE LINES: When an un -shown line is uncovered that must remain in service for the proper operation of the proposed improvements, the Contractor shall notify the Engineer for further review. 4.0 TRENCHING AHEAD: 4.01 General: The Contractor is required to conduct trenching operations in a manner which will allow conflicts to be anticipated thereby allowing measures to be taken in certain cases to circumvent the conflict. Specifically the Contractor shall do the following: a. Trenching shall be performed a minimum of 100 feet (or the total length of the trench) ahead of pipe laying operations. Pilot Trenches may be used at the Contractor's option. b. If un -shown buried lines are discovered which may cause conflict, Contractor shall stop pipe -laying operations and notify Engineer of discovery. 01200 - Existing Obstructions Page 1 of 2 4.02 Grade Alignment of Pipes in Pressure Service: ("Pressure Service" is defined as any system subject to a hydrodynamic or hydrostatic head induced by pumping or a reservoir of fluid.) If a conflict can be avoided by adjusting grades up or down and no additional fittings are required, no claim for additional compensation for extra work will be considered. 4.03 Avoidable Conflicts: Are those conflicts occurring because of the Contractor's failure to comply with 4.01 and which could have been avoided by grade adjustment in accordance with 4.02. 5.0 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS: The contractor is required to carry out pre construction exploratory excavation as described in Section 01 31 00 - Project Management and Coordination. 01200 - Existing Obstructions Page 2 of 2 02203 - UTILITY EASEMENT R.O.W CLEARING AND RESTORATION 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to clear and restore the utility easement for the installation of the water line as required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 INTENT It is the intent of this specification that the utility easement be restored (area disturbed by the Contractor's operation) to at least a condition equal to what it was before construction began. 2.0 BRUSH AND TREES IN CONFLICT WITH CONSTRUCTION 2.01 BRUSH Brush is defined as any bush or tree other than oak trees, pecan trees, mesquite trees or Hackberry trees. The Contractor shall remove brush as is necessary for him to install the water line. Any brush removed shall be loaded, hauled and legally disposed of by the Contractor. 2.02 TREES Unless specifically identified on the drawings that they may be removed, trees shall be protected. Any trimming of trees is subject to the approval of the City and the Engineer. Whenever practical, the Contractor shall bore or tunnel under trees in yards and parking areas or when near the line of trench. 2.03 DISPOSAL Any brush, trees or any similar material removed shall be loaded, hauled and legally disposed of by the Contractor. 3.0 RESTORATION 3.01 STREETS, DRIVEWAYS, SIDEWALKS AND GUTTERS When the proposed water lines cross City streets, driveways, parking lot, sidewalks, curb and gutters and valley gutters that intersect the water line the Contractor shall restore the pavement and concrete to existing condition and follow any specific requirements set out on the drawings, specifications, (See Technical Specification 02520 - Repairing Pavements, Curb and Gutter, Driveways and Sidewalk). 02203 - Utility Easement R. O. W Clearing and Restoration Page 1 of 2 3.02 BRUSH AND TREED AREAS All disturbed areas shall have topsoil stripped to a depth of 12" from the existing grade and topsoil shall be stored. Once backfill is complete in accordance with the plans and specifications, the disturbed area shall be cleared of debris, disked and raked to their original grade and seeded (See City Standard Specification 028020 - Seeding for type and application rate of seed). 3.03 GRASSED YARDS All disturbed areas shall have the topsoil stripped to a depth of 12" from the existing grade and topsoil shall be stored. After backfill is complete in accordance with the plans and specifications, the entire construction area shall be cleared of debris, disked and raked to original grade. The stockpiled topsoil shall be placed over the excavated area and block sodded (See City Standard Specification 028040 - Sodding for details on sodding). 3.04 CULTIVATED FIELDS All excavated areas shall have the top soil stripped up to a depth of 18" from existing grade and the topsoil shall then be stored. After backfill is complete in accordance with plans and technical specifications, the stockpiled topsoil shall be placed over the excavated area. The entire construction area (permanent & temporary) shall then be disked and raked. 3.05 SANDY AREAS After backfill is complete in accordance with plans and technical specifications, the excavated area shall be returned to pre - construction condition and contour. 3.06 FENCES All fences (chain-link, and wooden) affected by the construction of the water mains shall be relocated and maintained by the Contractor during construction. Once construction is complete the fences shall be re -installed in their original location to pre -construction conditions or new condition as necessary 02203 - Utility Easement R. O. W Clearing and Restoration Page 2 of 2 02204 - DITCH CLEANING AND SHOULDER RESTORATION 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to restore the roadside ditch and shoulder as required to complete the project 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 DITCH RESTORATION The Contractor shall restore the existing ditch to cross section and flow line provided in the plans or to match existing conditions as determined in the field. A. Utilities in Ditch R.O.W. The Contractor shall contact local utilities to verify the location of utilities in R.O.W. and the contractor shall be responsible for repair of utilities damaged as a result of construction. B. Last 6" of fill material shall be topsoil. Ditch will be seeded and maintained per City Standard Specification 028020 - Seeding. 1.04 SHOULDER RESTORATION The Contractor shall blade the shoulder to slope at a minimum of 3% away from the street or match existing slope. If material needs to be added, it shall be flexible base material conforming to, Technical Specification 02522 - Flexible Base - Limestone (Type A, Gradel). 1.05 BARRICADE AND ACCESS The Contractor shall provide adequate barricades or warning signs to facilitate safe traffic flow in the construction area. No private properties access shall be blocked for more than 12 hours, see also Traffic Control Plan. 02204 - Ditch Cleaning & Shoulder Restoration Page 1 of 1 02225 - STRUCTURAL EXCAVATION AND BACKFILL 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to accomplish the structural excavation required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL Structural excavation shall include all material encountered including earth, asphalt, base material, concrete, masonry, rock, trees, stumps, and roots. 3.0 CONSTRUCTION METHODS Contractor shall minimize encroachment of the excavation and backfilling operations on existing improvements (edge of pavement, retaining structures, etc.) 3.01 STRUCTURAL EXCAVATION ALL DEPTHS A. GENERAL The limit of excavation shall be such to 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 and driveways. Gutters shall be kept clear. B. EXCAVATION SAFETY The Contractor's excavation safety procedures shall, in all respects, meet the current standards established by the U. S. Department of Labor, Occupational Safety and Health Administration (OSHA) on excavation, trenching and shoring. C. RESPONSIBILITY Contractor has the sole and exclusive responsibility for the sufficiency of the trench excavation safety systems utilized. The Contractor shall specifically agree that neither the Owner nor the Engineer has such responsibility, and Contractor will not rely on the Owner or the Engineer or any of their representatives for inspection, design, supervision, construction or any other aspect of trench excavation safety protection. Contractor shall fully indemnify, save and hold harmless Owner and Engineer, their employees and agents (hereinafter the Indemnities) against any and all liability, damage, loss, claims, demands and actions of any nature whatsoever on account of personal injuries (including, without limitation on the foregoing, workers' compensation and death claims), or property loss or damage of any kind whatsoever, which arise out of or are in any manner connected with, or are claimed to 02225 - Structural Excavation and Backfill Page 1 of 4 arise out of or be in any way connected with, the negligence of the Contractor in the inspection, design, engineering, supervision, construction, safety devices or other activity connected with the trench excavation safety protection under this Agreement. Contractor shall, at his own expense, investigate all such claims and demands, attend to their settlement or other disposition, defend all actions based thereon and pay all charges of attorneys and all other costs and expenses of any kind arising from any such liability, damage, loss, claims demands, and actions. D. VERTICAL SIDES When necessary to protect existing or proposed structures or 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, trees, 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 in such a manner as to prevent injurious caving. E. SLOPING SIDES Where sufficient space is available, and the depth is less than 5 feet 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. The type of material being excavated shall govern the back slope used. The Contractor shall be responsible for determining the back slope used, but in any case the back slope shall be no steeper than 1 foot horizontal to 1 foot vertical. 3.02 DEWATERING The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping, well point, or any combination as the particular situation may warrant. All dewatering 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 firm dry bed. The foundation bed shall be kept in a dewatered condition a sufficient period of time to insure the safety of the structure, but in no case shall dewatering be terminated sooner than 7 days after placing concrete. All dewatering methods and procedures are subject to the approval of the Engineer. The excavation shall be protected from excessive rainfall and drying. The excavation shall be inspected and approved by the Engineer before work on the structure is started. It is the intent of these specifications that the Contractor provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the Owner, regardless of the soil conditions encountered. The Engineer will be the judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not endanger the work. 02225 - Structural Excavation and Backfill Page 2 of 4 3.03 UNAUTHORIZED OVER -EXCAVATION Excavation for slabs, footings, etc., that bear 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 having a minimum compressive strength of at least 3000 psi.at 28 days. 3.04 BACKFILL MATERIAL A. GENERAL: Suitable material chosen from the excavation shall be used for backfill. The material chosen shall be free of large lumps or clods, which will not readily break down under compaction. This material will be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Excavated materials which are to be used for fill or backfill may be stockpiled on the site. Location of stockpiles shall be approved by the Engineer. Top soil should be stockpiled separately and used for finish grading around structure. B. FIBERGLASS MANHOLES AND WET WELLS: Cement stabilized sand shall be used for backfill around manholes and/or wet wells for a distance of 2 feet from the outside surface and extending from the bottom of the excavation to the bottom of the top slab. Suitable material (as set out above) chosen from the excavation may be used for the remainder of the backfill. Location of stockpiles shall be approved by the Engineer. 3.05 SCHEDULE OF BACKFILLING A. CONCRETE AND MASONRY STRUCTURES: The Contractor shall begin backfilling of concrete structures no sooner than 7 days but no later than 14 days, after they are cast. The Contractor shall backfill brick and mortar structures after they have been in place at least 3 days. B. Fiberglass Manholes and Wet Wells: The Contractor may begin backfilling of manholes and/or wet wells as soon as the concrete has been allowed to cure and any forms are removed. 3.06 BACKFILL A. GENERAL: Backfill shall be placed in layers of not more than 9 inches (loose measure) and mechanically tamped to at least 95% Standard Proctor Density - A.S.T.M. Specification D-698. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 02225 - Structural Excavation and Backfill Page 3 of 4 B. FIBERGLASS MANHOLES AND WET WELLS: Backfill shall be placed in layers of not more than 6 inches (loose measure) and mechanically tamped to at least 95% Standard Proctor Density. Flooding will not be permitted. Backfill shall be placed in such a manner as to prevent any wedging action against the structure. 3.07 EXCESS AND UNSUITABLE MATERIAL All excess and/or unsuitable excavated material shall be loaded and hauled off by the Contractor. 02225 - Structural Excavation and Backfill Page 4 of 4 02226 - PIPE TRENCH EXCAVATION AND BACKFILL 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to accomplish the pipe trench excavation for all piping required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL Trench excavation shall include all material encountered including dirt, asphalt, base material, concrete, masonry, rock, trees, stumps and roots. Trench excavation will not be measured. 3.0 CONSTRUCTION METHODS Contractor shall minimize encroachment of the trenching and backfilling operations on existing improvements (Edge of pavement, retaining structures etc.). 3.01 TRENCHES ALL DEPTHS A. GENERAL: The Contractor shall schedule the excavation of pipe trenches at such times and in such sequence as to present the least interference with other items of the work and the operation of the existing facilities. The Contractor shall pile excavated material in a manner that will not endanger the work, and will avoid obstructing sidewalks and driveways. Gutters shall be kept clear. B. TRENCH EXCAVATION SAFETY: The Contractor's trench excavation safety procedures shall, in all respects, meet the current standards established by the U. S. Department of Labor, Occupational Safety and Health Administration (OSHA) on excavation, trenching and shoring. C. RESPONSIBILITY: Contractor has the sole and exclusive responsibility for the sufficiency of the trench excavation safety systems utilized. The Contractor shall specifically agree that neither the City nor the Engineer has such responsibility, and Contractor will not rely on the City or the Engineer or any of their representatives for inspection, design, supervision, construction or any other aspect of trench excavation safety protection. Contractor shall fully indemnify, save and hold harmless City and Engineer, their employees and agents (hereinafter the Indemnities) against any and all liability, damage, loss, claims, demands and actions of any nature whatsoever on account of personal injuries (including, without limitation on the foregoing, workers' compensation and death claims), or property loss or damage of any kind whatsoever, which 02226 - Pipe Trench Excavation and Backfill Page 1 of 5 arise out of or are in any manner connected with, or are claimed to arise out of or be in any way connected with, the negligence of the Contractor in the inspection, design, engineering, supervision, construction, safety devices or other activity connected with the trench excavation safety protection under this Agreement. Contractor shall, at his own expense, investigate all such claims and demands, attend to their settlement or other disposition, defend all actions based thereon and pay all charges of attorneys and all other costs and expenses of any kind arising from any such liability, damage, loss, claims demands, and actions. D. VERTICAL SIDES: When necessary to protect existing or proposed structures or other improvements the Contractor shall maintain vertical sides of the trench. The maximum width of trench is set out on the Drawings. 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, trees, etc. The Contractor shall be responsible for the design and adequacy of all shoring, bracing and sheeting. The Contractor shall remove shoring, bracing and sheeting, as the excavation is backfilled, in such a manner as to prevent injurious caving. E. SLOPING SIDE: Where sufficient space is available, and depth is less than 5 feet 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. The type of material being excavated shall govern the back slope used. The Contractor shall be responsible for determining the back slope used, but in any case the back slope shall be no steeper than 1 foot horizontal to 1 foot vertical. 3.02 TRENCHING AHEAD Contractor shall conduct trenching operations in a manner that will allow conflicts to be anticipated as noted in Technical Specification 01200. 3.03 UNAUTHORIZED OVER -EXCAVATION If the Contractor should excavate below the proposed trench grade (without authorization of the Engineer) the Contractor shall correct the grade by filling in with sand and tamping thoroughly as directed by the Engineer. 3.04 TREES, STUMPS OR ROOTS Where trees, stumps or roots are encountered, they shall be removed and disposed of by the Contractor. Roots shall be cut off flush with the sides of the trench. 3.05 ROCKS, BOULDERS, EXISTING STRUCTURES ETC. Where rocks, boulders, existing structures or other unsuitable soil conditions are encountered, they shall be removed by the Contractor to a depth of 12 inches below the grade line for the full width of the trench and refilled with sand and tamped thoroughly as directed by the Engineer. 02226 - Pipe Trench Excavation and Backfill Page 2 of 5 3.06 EXISTING UTILITIES A. Protection of Utilities: The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will results. Particular care shall be exercised to avoid the cutting or breaking 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. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such 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. B. Crossings: At utility line crossing 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 Section 3.14.A.2. 3.07 MAINTENANCE OF FLOW IN SEWERS AND DRAINS The Contractor shall make adequate provision for maintaining the flow of sewers and drains encountered during construction. 3.08 DEWATERING The Contractor shall keep the pipe trench free from water by use of bailing, pumping, well points or any combination as the particular situation may warrant. It is the intent of these specifications to install pipe on a firm dry bed. All dewatering methods and procedures are subject to the approval of the Engineer. The cessation of the dewatering operation will be accomplished during a sufficient period of time to insure that there is no displacement of the pipe due to unequal hydrostatic pressure. 3.09 UNSTABLE TRENCH BOTTOM When the soil encountered at the established bedding grade is a quicksand, muck or similar unsuitable material, the Contractor shall proceed as follows: All unstable soil shall be removed to a depth of 2 feet below bottom of pipe for pipe 2 feet or more in diameter, and to a depth equal to the diameter of pipe for pipe less than 2 feet in diameter. 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 tamping as required to provide a stable foundation for the structure. Soil which is considered to be of sufficient stability to sustain properly the 02226 - Pipe Trench Excavation and Backfill Page 3 of 5 adjacent sections of the roadway embankment will be considered a suitable foundation material for the pipe. 3.10 UNYIELDING TRENCH BOTTOM When the soil encountered at the established bedding grade is ledge rock, rocking or gravelly soil, hard pan or other unyielding material, such materials shall be removed prior to bedding the pipe. These materials shall be excavated for a minimum of 6 inches below the bottom of the pipe and shall be replaced with sand. 3.11 SHAPING TRENCH BOTTOM The bottom of the trench shall be shaped to support the bottom quadrant uniformly and for its entire length. Provide bell holes for couplings. The pipe shall be bedded in a foundation of stable material accurately shaped to fit the lower part of the pipe exterior. 3.12 SAND FOR BACKFILL AND BEDDING Sand shall be screened, free of foreign material and be a finely divided sand (SW or SW -SM or SW -SC) (SP or SP -SM or SP -SC) as follows: Passing 7/8" Sieve 100% by weight Passing No. 4 Sieve 80% by weight Clay Lumps not to Exceed 20% by weight Plasticity Index NP -8 max. 3.13 BEDDING AND INITIAL BACKFILL A. GENERAL: Bedding and initial backfill is defined as that material from 8" below the bottom of the pipe to 8" above the top of the pipe for pipes 16" and smaller and 12" below the bottom of the pipe to 12" above the top of the pipe for pipes greater than 16" dia. The bedding and initial backfill shall be sand as specified above. B. PLACEMENT AND COMPACTION: The Contractor shall place bedding and initial backfill in maximum 8 -inch layers (loose measure) and mechanically compact it to a density of 95% of the maximum density as determined by ASTM D-698 with a moisture content near optimum. Backfill below the top of the pipe shall be placed and compacted along the sides of the pipe equally to prevent strain on or displacement of the pipe. 3.14 FINAL BACKFILL A. GENERAL: 1. Definition of Final Backfill: Final backfill is defined as that backfill from 8" (12" for pipe dia. greater than 16") above the top of the pipe to finished subgrade or ground line. 2. Unpaved Areas: In these areas not under existing or proposed pavement suitable material chosen from the excavation shall be used for final 02226 - Pipe Trench Excavation and Backfill Page 4 of 5 backfill. The material chosen shall be free of large lumps, or clods, which will not readily break down under compaction. Backfill material shall be free of vegetation or other extraneous material moisture content +/-3% and compacted to 95% of maximum density (ASTM D-698). Material will be subject to approval by the Engineer. In these areas not under existing or proposed pavement, the last 6 inches of backfill shall be topsoil. 3. Paved Areas: In these areas under existing or proposed pavement the final backfill shall be cement stabilized sand containing 2 sacks of Type 1 Portland Cement per cubic yard of sand and compacted to 95% standard proctor density. B. PLACEMENT AND COMPACTION: The Contractor shall place final backfill in maximum 8 -inch layers (loose measure) and mechanically compact it to a density of 95% of the maximum density ASTM D-698 with a moisture content near optimum. Water tamping, jetting or flooding in not allowed on this project. 3.15 EXCESS AND/OR UNSUITABLE MATERIAL All excess and/or unsuitable excavated material shall be loaded, hauled and legally disposed of off site by the Contractor. 02226 - Pipe Trench Excavation and Backfill Page 5 of 5 02340 - BORING AND CASING ROADWAYS AND RAILROADS 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to complete the boring and casing of roads and railroads required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 PERMITS AND NOTIFICATIONS A. General The Contractor shall be responsible for obtaining all permits and giving sufficient notification prior to construction to the agency or the railroad whose right-of-way is being crossed. In no case will notifications be given less than 48 hours prior to construction. 1.04 SUBMITTALS A. Contractor shall submit the Welding Procedure Specification (WPS) for shop fabrication and field welding of the casing pipe. B. Contractor shall submit the welder certifications for the shop and field welders. 2.0 MATERIALS 2.01 CASING Casing installed by boring shall be smooth steel with a minimum length of 10 feet. The Smooth steel shall have the following minimum wall thickness: Outside Diameter 12-3/4" 14" 16" 18" 20" 24" 30" 36" 42" 48" 54" 60" 66" 72" 84" Wall Thickness (in) Wall Thickness (in) Under Highway Under Railroad 0.2500 0.2500 0.3125 0.3125 0.3125 0.3125 0.3125 0.3125 0.3750 0.3750 0.3750 0.3750 0.5000 0.5000 0.5625 0.5625 0.5625 0.5625 0.5625 0.5625 0.6250 0.6250 0.6880 0.6880 0.7500 0.7500 0.8750 0.8750 0.8750 0.8750 02340 Boring and Casing Roadways and Railroads Page 1 of 3 The thickness of the smooth steel pipe shall be able to withstand a Live Loading of E-80 for the railroad crossings at the depth of cover shown on the plans and a live load of HS -20 at highway and utility crossings at the depth of cover shown on the plans. Used pipe in good condition is acceptable however, the pipe used shall be subject to approval by the Engineer. 2.02 GROUT Grout shall be a sand -cement mixture having the following: A. Sand: Sand shall be clean, sharp and suitable for masonry mortar and shall meet the requirements as specified for concrete sand, screened so as to exclude any materials larger than those passing a No. 10 screen. B. Cement: Cement shall be Type I - Portland Cement 3.0 CONSTRUCTION METHODS 3.01 GENERAL Sections of casing shall be installed under existing roads, streets, highways or railroads by means of standard boring methods and/or jacking methods at the Contractor's option. 3.02 WET BORES Wet boring will not be allowed. 3.03 SKIDS Spacers shall be PSI, Inc., Model C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. Casing spacers shall have a minimum 14 -gauge steel band and 10 -gauge riser. The band, risers, and connecting studs shall be welded, cleaned, and pickled at the factory before the application of fluidized bed fusion bonded PVC coating of 15 mils thickness. Epoxy coatings are not an acceptable alternative. The spacers shall have a flexible PVC liner with a Durometer "A" 85 hardness. The runners shall be of high pressure molded Glass Reinforced Polyester with a minimum compressive strength of 18,000 psi, 2 inch width and 11 inches long. Polyethylene runners are not an acceptable alternative. The runners shall be attached to the band or riser by 3/8 inch welded steel studs and lock nuts, which shall be recessed in the runner. The recess shall be filled with a corrosion inhibiting filler. The band section shall be bolted together with cadmium plated studs, nuts, and washers. Spacers shall be placed at a maximum of 6 -foot intervals and no less than 3 spacers per joint. Clearance between casing pipe and carrier pipe shall be a minimum of 4 inches. 02340 Boring and Casing Roadways and Railroads Page 2 of 3 3.04 CASING SEAL The ends of the casing shall be sealed with a brick and mortar system or approved equal. The seal shall be watertight. 3.05 JACKING Casing pipe shall be progressively pushed by jacks through fill. 3.06 TRAFFIC All working operations of the Contractor must be subordinate to the free and unobstructed use of the right-of-way for the passage of traffic without delay or danger of life, equipment or property. The Contractor shall conduct his operations in a manner such that all work will be performed below street level and without obstructions on the streets. 3.07 BARRICADES AND WARNING SIGNS See General Conditions and permit requirements of the agency involved. 3.08 GROUTING 2" diameter grout plugs shall be provided in casings 36" and larger at a minimum spacing of 10' center to center located at top center of the tunnel. After installation, the entire length of tunnel shall be pressure grouted using a sand -cement grout to fill any void between the casing and natural ground. All grouting shall be done under pressure by the use of direct action pressure pumps capable of placing grout at the pressure necessary to completely fill all voids. The pumps should operate in a manner so that the grout will be delivered uniformly and steadily. Grouting will be considered complete when no more grout of the required mix and consistency can be forced in under pressure. Regrouting of holes may be required if considered necessary by the Engineer. No grouting shall be allowed without written authorization by the Engineer. Under no circumstances shall grout be placed between the casing and the carrier pipe. 3.09 WELDING OF CASINGS All welding shall be performed by qualified welders with current welding certificates and shall follow the requirements of Specification Section 05020. Welds shall be full penetration butt welded joints for the entire circumference and entire longitudinal or spiral seam. All welding shall be done with F3 and F4 Class electrodes and will be both visually and magnetic or dye -penetrant inspected. 02340 Boring and Casing Roadways and Railroads Page 3 of 3 02342 - OPEN CUTTING AND CASING 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to complete the open cutting and casing required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 PERMITS AND NOTIFICATION A. General The Contractor shall be responsible for obtaining all permits and giving sufficient notification prior to construction to the agency whose right-of-way is being crossed. In no case will notifications be given less than 48 hours prior to construction. 1.04 SUBMITTALS A. Contractor shall submit the Welding Procedure Specification (WPS) for shop fabrication and field welding of the casing pipe. B. Contractor shall submit the welder certifications for the shop and field welders. 2.0 MATERIALS 2.01 CASING Casing installed by open cutting shall be smooth steel or tunnel liner plates. Casing pipe shall be furnished in minimum lengths of 10 feet. A. Smooth steel shall have the following minimum wall thickness: Wall Thickness (in) Outside Diameter Under Roadway Under Railroad 12 3/4" & Under 0.2500 0.2500 14" 0.3125 0.3125 16" 0.3125 0.3125 18" 0.3125 0.3125 20" 0.3750 0.3750 24" 0.3750 0.3750 30" 0.5000 0.5000 36" 0.5625 0.5625 42" 0.5625 0.5625 48" 0.5625 0.5625 54" 0.6250 0.6250 60" 0.6880 0.6880 66" 0.7500 0.7500 72" 0.8750 0.8750 84" 0.8750 0.8750 02342 - Open Cutting & Casing Page 1 of 4 The thickness of the smooth steel pipe shall be able to withstand a Live Loading of E-80 for the railroad crossings at the depth of cover shown on the plans and a live load of HS -20 at road, street, highway and utility crossings at the depth of cover shown on the plans. Used pipe in good condition is acceptable, however the pipe used shall be subject to approval by the Engineer. B. Steel tunnel liner plates shall be corrugated sections as manufactured by Contech Construction Products or Commercial Pantex Sika. Liner plates shall have sectional properties conforming to Section 16.5 of AASHTO "Standard Specifications for Highway Bridges" or to Chapter 1, Section 4.16.5, Table 4.16.1, of AREA "Manual for Railway Engineering". The liner plates shall be designed so that erection and assembly can be accomplished entirely from inside the tunnel. Liner plates shall be capable for withstanding the ring thrust load and transmitting this load from plate to plate. All liner plates shall be hot -dip galvanized in conformity with ASTM A123 for 2.50 ounce coating after the plates are formed or shaped. Bolts and nuts shall be hot -dip galvanized in conformity with ASTM A153. All liner plates shall meet the following minimal criteria: Tensile strength > 42,000 psi Yield strength > 28,000 psi Modulus of elasticity > 29,000,000 psi Note that casing diameter provided using liner plate shall be sufficient to install carrier pipe strapped with casing spacers and using a bottom grout pad. This may vary from the casing size shown on the plans. The following minimum wall thicknesses shall be used: Wall Thickness (in) Under Roadway Wall Thickness (in) Outside Diameter Or Utility Crossing Under Railroad 54" 0.1046 0.1046 60" 0.1046 0.1046 72" 0.1046 0.1046 84" 0.1046 0.1046 The thicknesses shown in the table are for 2 -Flange liner plating. 4 -Flange liner plating shall be thicker and provide an equivalent system to the 2 -flange liner plating system. The manufacturer shall provide structural calculations for buckling, seam strength and stiffness of each liner plating system installed for both 2 -Flange and 4 -Flange liner plates. 02342 - Open Cutting & Casing Page 2 of 4 The following minimum wall thickness shall be used for 4 -flange liner plating: Wall Thickness (in) Under Roadway Wall Thickness (in) Outside Diameter Or Utility Crossing Under Railroad 72" 0.1793 (7 gauge) 0.2092 (5 gauge) 84" 0.1644 (8 gauge) 3.0 CONSTRUCTION METHODS 3.01 TRAFFIC Leave 1/2 of the road, street, or highway open to traffic at all times or construct adequate all weather detour and maintain until crossing has been completed. 3.02 BARRICADES AND WARNING SIGNS See General Conditions and permit requirements of the agency involved. 3.03 EXCAVATION Excavate ditch as shown on plans, remove all excess material from right-of-way and finish flush with existing ground. 3.04 BACKFILL Backfill with specified material and tamp to thoroughly compact backfill material. 3.05 SKIDS Spacers shall be PSI, Inc., Model C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. Casing spacers shall have a minimum 14 -gauge steel band and 10 -gauge riser. The band, risers, and connecting studs shall be welded, cleaned, and pickled at the factory before the application of fluidized bed fusion bonded PVC coating of 15 mils thickness. Epoxy coatings are not an acceptable alternative. The spacers shall have a flexible PVC liner with a Durometer "A" 85 hardness. The runners shall be of high pressure molded Glass Reinforced Polyester with a minimum compressive strength of 18,000 psi, 2 inch width and 11 inches long. Polyethylene runners are not an acceptable alternative. The runners shall be attached to the band or riser by 3/8 inch welded steel studs and lock nuts, which shall be recessed in the runner. The recess shall be filled with a corrosion inhibiting filler. The band section shall be bolted together with cadmium plated studs, nuts, and washers. Spacers shall be placed at a maximum of 6 -foot intervals and no less than 3 spacers per joint. 3.06 CASING SEAL The ends of the casing shall be sealed with a brick and mortar system or approved equal. The seal shall be water tight. 02342 - Open Cutting & Casing Page 3 of 4 3.07 WELDING OF CASINGS All welding shall be performed by qualified welders with current welding certificates and shall follow the requirements of Standard Specification Section 05020. Welds shall be full penetration butt welded joints for the entire circumference and entire longitudinal or spiral seam. All welding shall be done with F3 and F4 Class electrodes and will be both visually and magnetic or dye -penetrant inspected. 02342 - Open Cutting & Casing Page 4 of 4 02449 - INSTALLATION OF UTILITIES BY HORIZONTAL DIRECTIONAL DRILLING 1.0 GENERAL: Installing water line by directional drilling methods including lay out and joining the pipe, boring the pilot hole, pre -reaming, pull-back and associated activities required to complete the directional drilling work. This section includes any special fittings and/or adapters required to transition between different pipe materials, wall thicknesses, and/or linings and coatings used for water main in the open -cut and directional drilling portions of the work. 1.01 SCOPE: This specification shall govern for all work necessary to accomplish installation of all utility conduits by HDD required to complete the project. 1.02 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 REFERENCES: 2.01 National Sanitation Foundation - NSF 61 2.02 Refer to Section 02512 Fusible Polyvinyl Chloride Pipe. 2.03 Refer to Section 02681 Gas Piping. 3.0 DEFINITIONS: 3.01 Horizontal Directional Drilling: Installation of pipe using steerable (directional) drilling technology to establish the water main alignment. The borehole is then enlarged (reaming), if necessary using one or more passes, to the size required to accommodate the carrier pipe. Finally, the carrier pipe is pulled back through the hole. 3.02 Steerable: To direct the drilling operation using wire line, Gyro or suitable guidance technology. 3.03 Pilot Hole: The initial hole drilled that establishes the subsequent alignment of the proposed water main. During the process of drilling the pilot hole, the location and progress of the drill head is actively monitored and steered to achieve the desired alignment. 3.04 Reaming: The process to enlarge the pilot hole to the size required to accommodate the carrier pipe. Multiple passes and various tools may be used depending on numerous factors including soil conditions and the final size of the hole required to accept the carrier pipe. 4.0 SUBMITTALS: 4.01 Conform to requirements of Section 01 33 00 Document Management and Section 01 33 01 Submittal Register and Section 01 33 02 Shop Drawings. 02449 - Installation of Utilities by HDD Page 1 of 7 4.02 Submit list of (5) recent projects to show that contractor has successfully completed projects of the same size or larger. 4 03 Work Plan including the following minimum information: a Identify key personnel (including subcontractors), their roles and qualifications including: i) Project foreman ii) Directional boring machine operator iii) Locating equipment operator iv) Pipe stringing, welding, pull-back support v) Qualifications of Fusion Technician (must have experience fusing all types and sizes of pipe proposed on this project). b. 24-hour contact information for the project foreman and a `back-up' person to contact in the event of an emergency during pipe pull-back operations. c. Manufacturer and type of major equipment items (directional drilling rig, pumps, cranes, trucks, etc.) and their capacities. d. Proposed method(s) to locate the borehole assembly during drilling including: i) Type and manufacturer of proposed locating equipment, and ii) The degree of accuracy expected from the combination of methods and equipment proposed (including results of previous projects using similar methods and equipment) e. Any additional written agreements with property owner's for activities to be conducted on private property. f. Identify significant coordination items and precautions proposed including: g• i) Provide written confirmation that the proposed alignment provides the clearance below the channel crossed as required by governing regulations and as required to prevent hydraulic fracturing, ii) Between directional driller and general contractor, iii) With the Owner, iv) With Private Property Owners, v) With Private Utilities. Proposed schedule and sequence of major operations including: i) Making additional borings, if desired. ii) Pipe order, delivery, lay -out on the job site, 02449 - Installation of Utilities by HDD Page 2 of 7 iii) Welding pipe, inspection, and lab testing of welds, iv) Establishing buoyancy control measures and `pre -disinfection' of the pipe, v) Site work at entry and exit work areas, vi) Directional drilling, vii) Reaming the hole, viii) Pipe pull-back, ix) Clean-up, x) Installation of isolation valves and hydrostatic testing, xi) Disinfection of the water main, xii) Number and duration of shifts planned to be worked each day. h. Schematic layout of work areas (entry and exit) including: i) locations of directional drilling equipment, ii) location of entry and exit points and pits iii) sizes and locations of proposed pits to handle drilling fluids i. Proposed method(s) of buoyancy control, J• Proposed source of water and expected quantity of water required for operations, water for buoyancy control for water lines must be potable. k. Stress Analysis for all proposed pipe materials, including wall thickness, alignment, anticipated reamed diameter and installation loads, and long-term operating service loads, sealed by a Professional Engineer licensed in the State of Texas. 1. Properties of drilling fluids proposed to be used, including their MSDS sheets. m Proposed method(s) to avoid, control/contain, and clean-up drilling fluids and wastes in the event of inadvertent returns ('frac-out') In advertent returns are not allowed in wetlands and water courses. n Proposed method(s) for storing, transporting, and disposing soils and other waste\ materials including anticipated quantities (tons, cubic yards, etc). o. Narrative description of difficulties of this project and contingency plans to address those potential problems. 4.04 Quality Control plan. 4.05 `As -Built' drawings of the final alignment within 30 -days following completion of pipe pull-back operation. 4.06 Other submittals as required in Technical Specifications Section 02512 - Fusible Polyvinyl Chloride Pipe. 02449 - Installation of Utilities by HDD Page 3 of 7 5.0 DESIGN CRITERIA: 5.01 Provide pipe able to sustain loads, forces, and stresses resulting from but not limited to handling and storage, pull-back of pipe through reamed hole, and other construction loads in combination with overburden, earth and external hydrostatic loads, and internal pressure. 6.0 QUALITY CONTROL: 6.01 Work specified herein shall be performed by trained workers having a minimum of 5 years of experience with directional drilling equipment and have successfully completed comparable directional drilling installations of the length, geographic location, geologic conditions and diameters of pipe proposed in this project (see also Section 4.02). 6.02 Comparable installations: Horizontal Directional Drilling completed in an area with geologic conditions similar to those at the site. 6.03 Determination of `successful completion' and `comparable installations' will be at the sole discretion of the Owner. 7.0 NOTIFICATIONS: 7.01 Provide minimum of 48 -hours notice to the Owner and the Engineer prior to beginning: 1. Directional drilling operations, 2. Pipe pull-back operations, 3. Hydrostatic testing or disinfection of pipe. 7.02 Provide minimum of 48 -hours notice to local residents and Private Property Owners prior to beginning any `round-the-clock operations 8.0 PRODUCTS: 8.01 WATER LINE Provide fusible PVC pipe with inside diameter and wall thickness as shown by Section 4.03(k). Pipe shall also be in accordance with Technical Specification 02512 - Fusible Polyvinyl Chloride Pipe. 9.0 EXECUTION: 9.01 INSTALLATION a. Preparation 1. General a. Properly meter water in accordance with City requirements. 2. Pipe Layout a. Lay pipe on rollers or other apparatus to facilitate pullback and prevent damage to pipe. 3. Entry and Exit Work Areas a. Perform grading, excavation, and necessary shoring work restricted to Work Areas shown on the drawings. 02449 - Installation of Utilities by HDD Page 4 of 7 b. Joining and Joint Testing 1. Join and test in one complete unit full length of pipe before pulling back through drilled hole. 2. Follow requirements of Section 02512 - Fusible Polyvinyl Chloride Pipe. c. Drilling and Locating 1. Drill and locate water line, and gas line, and MIS conduit to proposed alignment (minimum depth and grade) shown on Drawings or as per directional drilling contractor requirements to complete the work. In no case will the HDD contractor requirements be less than the minimum without approval of the Engineer. 2. Continuously monitor location of pipes with respect to proposed line and grade. Control line and grade of pipe to within 5 -feet of proposed line and 5 -feet of the proposed grade. 3. Set-up a backup locating system, ready for use in the event the primary locating system fails, malfunctions, or otherwise ceases to perform adequately to complete drilling. Demonstrate to the Engineer that the back-up system is ready to use before beginning directional drilling. 4. Comply with provisions of Easement documents. 5. Excavation to locate drilling head at exit point may occur provided no excavation is conducted or occurs within wetlands, submerged lands, street intersections, railroad crossings, or other similar areas. 6. Periodically inform the Engineer during drilling and allow the Engineer to monitor drilling progress and drill location. d. Reaming and Pull -Back 1. Establish buoyancy control measures. 2. Immediately prior to pull-back, `pre -disinfect' the water main pipe by swabbing all surfaces, including other equipment that may be in the pipe (e.g., for buoyancy control) with a 3% to 5% hypochlorite disinfecting solution. 3. Prohibit foreign material from entering pipes during pull-back. 4. Once pull-back begins, take steps necessary to complete without stopping and re -starting the pull. 5. Use equipment of sufficient size for the project. Use a suitable cutting head to bore face of excavation. Minimize overcut of excavation. a. Annular space around greatest diameter of pipe to be kept to a minimum of 1 -inch or less to avoid surface settlement. b. Displaced volume for pilot bore stems alone is not of sufficient volume to require grouting. 6. Carefully monitor drilling fluid pressure. 02449 - Installation of Utilities by HDD Page 5 of 7 7. Configure directional drilling rig such that tension in pipes during pull-back is uniformly distributed and will not damage or permanently distort pipes. 8. Continuously lubricate pipes with bentonite slurry or other suitable techniques. 9. Contractor shall continuously monitor the pullback force on the pipe and maintain within safe range as per manufacture requirements. 10. Ensure that pipe is terminated at final entry and exit points. e. Testing and Disinfection. 1. Provide tees and plugs installed in piping subject to internal hydrostatic heads with suitable thrust restraint. 2. Hydrostatically test pipeline after installation. Refer to Technical Specification Section 02677 - Hydrostatic of Pressure Piping. f. Backfilling, Restoration and Clean -Up. 1. Backfill and compact excavations in accordance with Technical Specification Section 02226 - Pipe Trench Excavation and Backfill. 2. Replace sidewalks, driveways and pavement. Payment for replacing pavement removed as part of the work of this Technical Specification Section will be paid under the applicable bid item. 9.02 DRILLING FLUIDS & EXCAVATED MATERIALS: a. Contain drilling fluids and cuttings within designated work areas. b. Use only environmentally safe, biodegradable fluid additives. c. Confine drilling fluids to containment pits at entry and exit work areas until removed from the site. Containment pits must be bermed up above existing grade so that there is 1 foot of free board. Silt fence shall be installed completely around the outside of the berm. Silt fence around berm and mud pit is in addition to the silt fence around the perimeter of the work site. d. Do not allow drilling fluid to enter wetlands, streams, drainage systems, or bodies of water. e. Contain inadvertent return of drilling fluids at the point where they surface until they can be recycled and/or removed from the site. f. Contractor shall follow the requirements of the Fracture Mitigation Plan or approved equal. FRACTURE MITIGATION PLAN Objective: The purpose of this plan is to have control measures in place to minimize potential frac-out during installation of proposed water line underneath jurisdictional wetland areas or water courses via Horizontal Directional Drill (HDD). The contractor's employees should be trained to recognize and respond in the event of a frac-out. Adequate manpower, equipment, and materials will be placed onsite if frac-out should occur. Once HDD installation begins, specific monitoring will be done to determine whether a frac-out occurs. The Contractor shall have experienced personnel 02449 - Installation of Utilities by HDD Page 6 of 7 g• onsite who are familiar and experienced with the procedures for this type of installation. During the operation of an HDD installation, the contractor's personnel shall monitor the pipeline and cable drill path throughout the process. Before HDD installation occurs, field crews shall be briefed on what to watch for and made aware of the importance of timely detection and response to frac-out throughout the drill. If at any time the HDD operator observes a loss in fluid pressure or loss of circulation, field crews will be notified of the approximate position of the drill head and shall monitor the area for potential surface discharge. Notification shall be made to the City of Corpus Christi inspector to ensure adequate attention shall be addressed to the frac-out containment; this shall be done in a timely manner. The Contractor's HDD operations onsite foreman shall have the responsibility and authority for executing the Fracture Mitigation Plan (FMP). The onsite foreman shall be competent with all aspects of the drilling activity and the FMP. The FMP shall be provided to the onsite foreman and the plan shall be on site at all times. Prior to drilling, the onsite supervisor shall ensure that all workers are properly trained and familiar with necessary procedures to recognize and respond to a frac-out. Frac-out Response: Should monitoring results indicate that a frac-out has occurred; the following procedures will be implemented: 1. Assess the situation to determine what containment structure would best contain the frac-out with minimal impact to property. 2. Immediately notify the onsite supervisor and the City of Corpus Christi Inspector. 3. Create a containment area with use of a silt fence, hay bales, or constructed earthen dikes, and recover the drilling mud. 4. For larger releases that are (or have the potential to be) wide spread, initiate immediate suspension of drilling operation until appropriate containment is in place. Contractor shall have the following available at the project site at all times for containment response and clean up: ➢ Hay bales ➢ Silt fence ➢ Sand bags ➢ Shovels ➢ Push brooms ➢ Pump and hose ➢ Floating/absorbent booms ➢ Mud pit large enough to pump excess mud into ➢ Heavy equipment ➢ Vacuum trucks on "standby" ➢ MSDS for drilling mud and additives h. Remove drilling fluids completely from the site prior to backfilling and restoration of the site. i. Dispose excess fluids, cuttings, and other related materials in accordance with governing regulations. 9.03 DAMAGED OR IMPROPERLY INSTALLED PIPE: a. Replace pipe damaged before installation or does not meet the specifications. b. If drilling cannot advance due to unforeseen obstruction, modify proposed alignment, as approved by the Engineer. 02449 - Installation of Utilities by HDD Page 7 of 7 02450 INSTALLATION OF UTILITIES BY PIPE BURSTING 1.0 GENERAL: 1.01 Scope a. This specification shall govern for the rehabilitation of existing Potable water lines by the pipe bursting method. The pipe bursting process shall include the burster unit which splits the existing pipe while simultaneously installing new fusible PVC (fPVC) pipe. b. The scope of work requires the Contractor to provide all materials, labor, equipment and services necessary for pipe bursting the existing line, connecting the new fPVC to existing and reconnecting the services. Connecting the new fPVC line to the existing waterline, and reconnecting service connections to the new fPVC line, shall be paid for under the appropriate bid item. c. Pipe bursting shall be completed using hydraulically operated or static pipe bursting equipment, unless otherwise approved by the owner prior to installation. Exception to this requirement will only be considered where a static burster unit, or other approved construction technique, is more applicable such as isolated segments of pipeline that are to be replaced and that are closely adjacent to building foundations or other vulnerable structures where hydraulic bursting might be detrimental. The hydraulic burster must be used in conjunction with a constant tension hydraulic twin capstain winch of 20, 10, 8 or 5 tons; the size of the winch depends on the diameter of the pipe to be replaced. In no case is the constant tension to exceed 20 tons. d. The Contractor is responsible for proper and accurate installation of the new water line regardless of the method described in this section and the following subsections. The Contractor shall ensure that the new pipe's vertical and horizontal alignment is as indicated on the plans and/or as existing in the field in accordance with these specifications. e. Supplying all labor, materials, equipment and apparatus not specifically mentioned herewith or noted on the plans, but which are incidental and necessary to complete the work specifications. 1.02 Specification Type This specification is a performance specification as defined in the "Technical Special Provisions" Article TS -1 Definitions. 1.03 Qualifications: a. The Contractor shall be a certified and fully trained user of the pipe bursting system. b. Fusible PVC pipe jointing shall be performed by personnel trained in the use of butt -fusion equipment and recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing the fPVC pipe. A qualified representative shall perform training. Persons directly involved 02450 - Installation of Utilities by Pipe Bursting Page 1 of 10 in the use of butt -fusion equipment shall have 5 years experience in fusing the size of pipe specified. c. Contractor shall hold the City and Engineer harmless in any legal action resulting from patent infringements. d. Contractor or pipe bursting Sub -contractor shall have: 1) Minimum experience of 150,000 LF of pipe bursting existing water line and replacing with fPVC within the last five (5) years, AND 2) Minimum experience of 10,000 LF of other approved construction techniques where pipe bursting is not to be used on isolated segments of pipeline that are to be replaced and that are closely adjacent to building foundations or other vulnerable structures and where hydraulic bursting might be detrimental. 1.04 Submittals: a. The following shall be submitted to the Engineer in writing prior to construction. Failure to do so will prevent progression of the work to the next stage. 1) Shop Drawings, catalog data, and manufacturer's technical data showing complete information on material composition, physical properties, pipe size, dimensionality, pressure class per applicable standard, color, recommended minimum bending radius, recommended maximum safe pull force, fusion technician qualification indicating conformance with this specification and dimensions of new pipe and fittings. In no case shall the pipe dimensionality and general characteristics be less than those stated in 02512. Include manufacturer's recommendations for handling, storage, time for reconnection of service connections after bursting following relaxation of fPVC, joint welding and repair of pipe and fittings damaged. 2) The Contractor shall prepare and submit, for the Engineer's approval, a general, detailed methodology of the Pipe Bursting Plan, including materials and equipment, plan of operation, schedule of work. Engineering calculations for the design of fPVC pipe thickness per pipe segment. The design calculations shall be checked and approved by a registered Professional Civil Engineer in the State of Texas. Pipe design calculations shall be supported by field analysis and technical assumptions. The Contractor shall submit calculations to show that stresses on proposed pipe during pipe bursting operation are below the rated pipe yield stress limit. Loads used in calculation will include soil dead load (120 pcf soil density), applicable live load, pressure from high water level, and the maximum pushing and/or pulling force imposed by pipe bursting equipment. 3) A detailed methodology for each set-up during the course of the contract, but not less than ten (10) days before bursting is planned to commence. This detailed methodology shall be pre -agreed with the Contractor, the Engineer, and the property owner. 4) Detailed drawings and written descriptions of the entire construction procedure to install pipe, and reconnection of service connections. 5) Certification of employees fusing and installing pipe. 02450 - Installation of Utilities by Pipe Bursting Page 2 of 10 6) The following WORK PLAN AND INFORMATION is required from the contractor and/or pipe bursting Contractor. The WORK PLAN AND INFORMATION shall include: A) Pipe bursting equipment information and certification indicating the applicability of equipment, operator, and methods commensurate with the size and scope of the project, including any proposed lubricants to be used in the operation. B) Contingency plan, including the following: a) Unforeseen obstructions that stop or delay the operation b) Unforeseen deflections that would over bend the fusible polyvinylchloride pipe c) Excessive surface heaving or subsidence d) Damage to existing utility installations e) Required spot repairs of the existing line C) Shop drawings shall include for each pipe bursting operation all excavation locations, interfering utilities, excavation dimensions, and traffic control schematics. D) Work schedule identifying construction sequencing, daily work hours and working dates for each installation. E) Written certification that the Contractor is an approved BG-PLC license of the bursting system from T. T. Technologies or approved equal. F) Methodology for dealing with any possible ground heave shall be fully detailed in both in relation to: a) Restoration of Landscape areas - restoration of ground contours and surface treatment to meet reasonable requirements of the property owner, and b) Structures: Pre-installation of monitoring devices where the adverse effect of pipe bursting could worsen existing structural defects in buildings and/or other structures. G) Manufacturer's technical literature on the proposed pipe bursting system, including an affidavit attesting to the previous successful use of the material. H) A written verification at least 2 days before commencing bursting that the water line is free of obstructions and debris and is in suitable condition for bursting. I) Drawings and design calculations demonstrating adequacy of any proposed temporary work including excavation, locations, sheeting and shoring, method of dewatering, other utilities that may be affected; width and length of working area access pit and portions of existing water line to be removed to conduct work. J) Process Control Sheet to include winch load information if applicable), Excavation reinstatement, pre and post submittal follow-up record/survey inspection report, alignment inspection where bursts are complete. K) Fusible PVC Repair Methods (if required). L) Point Repair Methods (if required). M) Daily Logs, Weekly Time Sheets. N) Physical Sample. 0) Contractor health and safety plan for working with asbestos cement pipe shards. P) Contractors proposed method to safely contain, transport and dispose of the asbestos cement pipe. 02450 - Installation of Utilities by Pipe Bursting Page 3 of 10 1.05 Trial Test And Methodology Review: a. When required, the Contractor shall comply with the following conditions before a pipe bursting technique becomes accepted as a viable option on a repeat basis: 1) A successful demonstration trial length of water line, chosen by the Engineer, which requires that pipe bursting shall be carried out including type and quality control tests as recommended by the manufacturer and in compliance with third party specification. 2) The trial shall be carried out at the measured rate prior to approval for adoption by the Engineer of the pipe bursting system to prove that the equipment, materials, and installation methodology are fully acceptable to meet local conditions. 3) The Contractor shall allow for any further requirement of the Engineer, subsequent to the trial, to modify the equipment, material and/or installation methodology in order to complete the work satisfactorily and meet all testing standards at no cost to the City. 4) The Engineer shall formally accept the Contractor as having successfully completed the trial stage should this be the case. 2.0 PRODUCTS: 2.01 Materials: Provide fusible PVC pipe with inside diameter and wall thicknesses as shown by Technical Specification 02512 - Fusible PVC Pipe. 2.02 Notifications: Provide minimum of 48 hours to the Owner and Engineer prior to beginning the actual pipe bursting. 2.03 EQUIPMENT: A. Hydraulic Pipe Bursting: 1. General: (i) Hydraulic pipe bursting systems shall be characterized by a pull head that is equipped with hydraulically actuated `petals' that break the host pipe by applying radial pressure to the host pipe. The host pipe fails by `hoop' tensile stress applied by the head, and is fragmented and pushed into the surrounding bedding and soil as the pull head progresses. The pull head shall be followed by an expansion head which shall further push the fragmented pipe into the surrounding soil and bedding to a diameter that allows the insertion of the fusible polyvinylchloride pipe behind it. The pull head may be advanced by a hydraulic or winching mechanism, and may be connected by means of a cable, chain, or rod. Under no circumstances shall the pipe pull head, which is attached directly to the fusible polyvinylchloride pipe, be used to expand or otherwise increase the diameter of the host pipe, or fragmented host pipe. The pipe bursting tool shall be designated and manufactured to force its way through existing, pipe materials, by fragmenting the pipe and compressing the old pipe sections into the surrounding soil as it progresses. The bursting unit shall generate sufficient force to burst and compact the existing pipeline and allow for the insertion of the fusible PVC pipe. See manufacturer's 02450 - Installation of Utilities by Pipe Bursting Page 4 of 10 specifications for what size tool should be used in what diameter of pipe, as well as parameters of what size tool for percentage of upsize allowed. (ii) The pipe bursting tool shall be pulled through the existing waterline by a winch located at the reception pit. The bursting unit shall pull the fPVC pipe with it as it moves forward. The bursting head shall incorporate a shield/expander to prevent collapse of the hole ahead of the fPVC pipe insertion. The pipe bursting unit shall be remotely controlled. (iii) The bursting action of the tool shall increase the external dimensions sufficiently, causing breakage of the pipe at the same time expanding the surrounding ground. This action shall not only break the pipe but also create the void into which the burster can be winched and enable forward progress to be made. At the same time, the fPVC pipe, directly attached to the sleeve on the rear of the burster, shall also move forward. (iv) The burster shall have its own forward momentum while being assisted by winching. A hydraulic winch shall give the burster friction by which it can be moved forward. To form a complete operating system, the burster must be matched to a constant tension hydraulic winching system. (v) This project is a potable water project with the carrier pipe being fusible PVC pipe. UNDER NO CIRCUMSTANCES WILL PNEUMATIC OR PERCUSSIVE BURSTING SYSTEMS BE ALLOWED. 2. Winch Unit: (i) A winch shall be attached to the front of the bursting unit. The winch shall provide a constant tension to the burster in order that it may operate in an efficient manner. The winch shall endure directional stability in keeping the unit online. (ii) The winch shall be of the constant tension type but shall be fitted with a direct reading load gauge to measure the winching load, which must automatically be maintained at a constant tension at a set tonnage reading. The winch, which shall be operated to provide a constant tension through the bursting operation, shall supply sufficient cable in one continuous length so that the pull may be continuous between approved winching points. (iii) The winch, cable, and drum must be provided with safety cage and supports to that it may be operated safely without injury to persons or property. (iv) The Contractor shall provide a system of guide pulleys and bracing at each pipe bursting pit to minimize cable contact with the existing water line. (v) The supports to the trench shoring in the insertion pit shall remain completely separate from the winch boom support system and shall be so designed that neither the pipe nor the winch cable shall be in contact with them. B. Static Pipe Bursting: 1. General: (i) Static pipe bursting systems shall be characterized by a tapered or blunt nosed pull head being pulled through the 02450 - Installation of Utilities by Pipe Bursting Page 5 of 10 host pipe and breaking the host pipe by applying radial pressure to the host pipe. The host pipe fails by `hoop' tensile stress applied by the head, and is fragmented and pushed into the surrounding bedding and soil as the pull head progresses. The pull head shall be followed by an expansion head which shall further push the fragmented pipe into the surrounding soil and bedding to a diameter that allows the insertion of the fusible polyvinylchloride pipe behind it. The pull head may be advanced by a hydraulic or winching mechanism, and may be connected by means of a cable, chain, or rod. Under no pipe pull head, which is attached polyvinylchloride pipe, be used increase the diameter of the host pipe. The bursting action of the external dimensions sufficiently, pipe at the same time expanding circumstances shall the directly to the fusible to expand or otherwise pipe, or fragmented host tool shall increase the causing breakage of the the surrounding ground. This action shall not only break the pipe, but also create the void into which the burster can be statically pulled which enables forward progress to be made. Simultaneously, the new fPVC pipe, directly attached to the expander shall also move forward. (ii) The static pulling frame shall be telescopic in design to allow the cutting head to release at the termination of the pull. This also provides minimal trench length by telescopic adjustment. (iii) Quick lock bursting rods or threaded bursting rods are allowed. Bursting rods shall stabilize cutting wheels at a 90° plane to invert pipe. Rods shall be designed to insure the same cutting location eliminating rod failures and turning of rods which effect cutting ability of blades. (iv) The unit must maintain automatic thrust and pull back. (v) The static unit shall be capable of pipe bursting in two directions from the same excavation. C. Bursting Lubricants: Bursting lubricants shall be used at the request of the pipe bursting contractor and at the discretion of the Owner and Engineer. Lubricants shall be compatible for long term use with PVC plastic and potable water applications. D. Pipe Pull Heads: Pipe pull heads shall be utilized that employ a positive through - bolt design assuring a smooth wall against the pipe cross-section at all times. Pipe pull heads shall be specifically designed for use with fusible polyvinylchloride pipe, and shall be as recommended by the pipe supplier. E. Pipe Rollers: Pipe rollers, if required, shall be of sufficient size to fully support the weight of the pipe during handling and pullback operations. A sufficient quantity of rollers and spacing, per the pipe supplier's guidelines shall be used to assure adequate support and resist excessive sagging of the product. F. Ductile Iron and Cast Iron Pipe: The contractor shall be equipped to burst ductile iron and cast iron pipe. 02450 - Installation of Utilities by Pipe Bursting Page 6 of 10 3.0 EXECUTION: 3.01 Temporary Water Supply: Must be installed, tested and operational prior to starting construction. Contractor will notify residents prior to under taking any work in the area served by the affected Water Main. Prior to construction, the contractor shall establish a temporary potable water system to supply water service to area residents and business affected by the pipe bursting operations. The system shall be fed by an existing fire hydrant or taps connect to nearby potable water mains. The temporary system will be disinfected prior to being connected to the existing water mains. Disinfection testing will be carried out in accordance with City and State regulations. Once the temporary water supply has been disinfected the contractor will disconnect the service from the main to be burst and connect the residential services to the temporary system. Once the temporary system is in place the contractor shall isolate the main to be repaired and begin the pipe bursting process. 3.02 Service Connections: All water service connections shall be identified, located and excavated prior to pipe insertion. The excavated pits shall be protected for the duration of the bursting and reconnection operations. The complete list of service connections, including relevant footage and diameter of lateral, shall be submitted prior to pipe bursting to the Engineer for information. Upon commencement, pipe insertion shall be continuous and without interruption, except as approved by the Engineer and/or his representative. Upon completion of insertion of the new pipe, the Contractor shall pressure test and disinfect main, in accordance with technical specification 02640 and 02677. Once the new watermain has passed the testing the Contractor shall complete the reconnection of all service connections on the segment within 24 hours, to minimize any inconvenience to customers, but to allow sufficient time for a newly installed pipe to "relax". 3.03 TV Inspection of New Pipeline: The new pipe shall be inspected by TV after the bursting operation in accordance with, and if required by the contract documents, or at the request of the Engineer. TV inspection of the new pipe shall indicate condition of new pipe insertion by pipe bursting methods. 3.04 Obstructions: Obstructions considered detrimental to the pipe bursting operation which may include corporation taps, valves and valve bodies, and collapsed piping shall be remedied prior to bursting and fusible polyvinylchloride pipe insertion. Spot repairs shall be made in accordance with the drawings and these specifications. 02450 - Installation of Utilities by Pipe Bursting Page 7 of 10 3.05 Excavation and Access Pits: Access pit length shall be such that the minimum bending radius for the fusible polyvinylchloride pipe, per the pipe supplier is maintained. Sheeting, shoring and bracing requirements shall be in accordance with these specifications and applicable jurisdictional standards. Access pit excavations shall be performed at all points where the fusible polyvinylchloride pipe will be inserted into the existing pipeline. When possible, access pit excavations shall coincide with host pipe lateral connection points or other appurtenance installations. The fusible polyvinylchloride pipe may be continuously or partially supported on rollers or other Owner and Engineer approved friction decreasing implement during joining and insertion, as long as the pipe is not over -stressed or critically abraded prior to or during installation. Any known pre-existing concrete encasements shall be excavated and broken out prior to the bursting operation to allow the steady and free passage of the pipe bursting head. The new fusible polyvinylchloride pipe shall be inserted immediately behind the bursting head in accordance with the pipe supplier's recommended procedures. The bursting equipment shall be specifically designed and manufactured for the type of insertion process being used. Immediately following the completion of a pipe bursting installation, if possible, the pipe should be pushed back into the location of the insertion, at the pulling head, until a small amount of movement is realized at the insertion pit on the other side of the installation from the pulling equipment. 3.06 Installation Acceptance and Cleanup: The first several feet of fusible polyvinylchloride pipe that is pulled into the receiving pit behind the pull head shall be inspected for damage. Depending on the gouging, abrading or damage witnessed the pipe may be accepted, de -rated, reinstalled, or abandoned as unusable per the contract documents. Following the installation, the project site shall be returned to a condition equal to or better than the pre -construction condition of the site. All excavations will be backfilled and compacted per the construction documents, and jurisdictional standards. All pavement and hardscape shall be repaired per applicable jurisdictional standards, excess materials shall be removed from the site, and disturbed areas shall be re -landscaped. Unless otherwise approved, new piping systems shall be completely assembled and successfully tested prior to making connections into existing pipe systems. 3.07 Tappings: Tapping shall be performed using standard tapping saddles designed for use on PVC piping in accordance with AWWA C605. Tapping shall be performed only with use of tap saddles or sleeves. NO DIRECT TAPPING WILL BE PERMITTED. Tapping shall be performed in accordance with the applicable sections for Saddle Tapping per Uni-Pub-8. All connections requiring a larger diameter than that recommended by the pipe supplier, shall be made with a pipe connection as specified and indicated on the drawings. Equipment used for tapping shall be made specifically for tapping PVC pipe. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC pipe. 'Hole saws' made for cutting wood, steel, ductile iron, or other materials are strictly prohibited. Manually operated or power operated drilling machines may be used. Taps may be performed while the pipeline is filled with water and under pressure (`wet' tap,) or when the pipeline is not filled with water and not under pressure ('dry' tap). 02450 - Installation of Utilities by Pipe Bursting Page 8 of 10 3.08 Construction Method: a. Equipment used to perform the work shall be located away from buildings in order to minimize noise impact, which under all circumstances shall be less than 70 dB unless approved by the Engineer. A silent engine compartment with the winch shall be provided to reduce the noise. b. The Contractor shall install all pulleys, rollers, bumpers, alignment control, devices and other equipment required to protect the fusible PVC pipe from damage during installation. Lubrication may be used as recommended by the manufacturer. Under no circumstances shall the pipe be stressed beyond its elastic limit. If hydraulic bursting is utilized, the winch line must be centered in the existing pipe to be burst with an adjustable boom. c. The installed fusible PVC pipe shall be allowed to relax and cool following installation in accordance with the manufacturer's recommended time, but not less than a minimum of four (4) hours (preferably 8 hours) prior to any reconnection of service lines, sealing of the annulus, or backfilling of the insertion pit, unless otherwise allowed by the Engineer. d. The Contractor shall use pipe carrying rollers to keep the pipe above flowers, shrubs, and other vegetative or structural landscaping features that could be damaged by contact with the pipe. e. The Contractor shall be equipped to carry out pipe bursting on ductile iron pipe and cast iron pipe. 3.09 Pipe Joining: a. The fusible PVC pipe shall be assembled and joined at the site using the butt -fusion method in strict accordance to the manufacturer's instructions. Locking type, threaded or solvent - cement joints and connections are not permitted. b. All equipment and procedures used shall be used in strict compliance with the manufacturer's instructions and recommendations. Fusing shall be accomplished by personnel who are certified as fusion technicians by a manufacturer of fusible PVC pipe and/or fusing equipment. c. The butt fused joint shall be true alignment and have uniform rollback beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. The fused joint shall have tensile strength equal to that of the pipe. d. All joints shall be subject to acceptance by the Engineer and/or his representative prior to insertion. All defective joints shall be cut and replaced at no cost to the City. Any section of the pipe with a gash, blister, abrasion, nick, scar, or other deleterious fault greater in depth than ten percent (10%) of the wall thickness, shall not be used and must be removed from the site. However, a defective area of the pipe may be cut, and the joint fused in accordance with the procedures stated above. e. Any section of the pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the Engineer and/or his representative shall be discarded and not used. f. Terminal sections of pipe that are joined within the insertion pit shall be butt fused or connected with couplings or connectors with tensile strength equivalent to that as the pipe being joined, JCM Stainless Steel Universal Clamp or approved equal. 02450 - Installation of Utilities by Pipe Bursting Page 9 of 10 3.10 Asbestos Cement Pipe: It is the intent of these specifications to leave the remaining shards of asbestos cement pipe in the ground once the bursting operation is complete. Any asbestos cement pipe shards that enter the service pits and or entry/exit pits shall be properly contained, handled and disposed of by the contractor at a licensed facility. 4.0 WARRANTY: 4.01 Material Warranty: A written guarantee of 5 years, submitted to the City for the specific project shall be provided by the manufacturer against any breakdown of the fusible PVC pipe material effectiveness. 4.02 Workmanship Warranty: A written guarantee of 2 years minimum shall be provided by the Contractor against any shortcoming in workmanship. 4.03 Post Construction Submittals: The following AS -RECORDED DATA is required from the contractor and/or fusion provider to the owner or pipe supplier upon request: 1) Approved datalogger device reports 2) Fusion joint documentation containing the following information: a) Pipe Size and Thickness b) Machine Size c) Fusion Technician Identification d) Job Identification e) Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g) Heat Plate Temperature h) Time Stamp i) Heating and Cool Down j) Time of Fusion k) Ambient Temperature 02450 - Installation of Utilities by Pipe Bursting Page 10 of 10 02512 - FUSIBLE POLYVINYL CHLORIDE PIPE 1.0 GENERAL: 1.01 SCOPE: This specification shall govern for all work necessary for furnishing all fusible polyvinyl chloride pipe and fittings required to complete the PVC piping for potable water lines. 1.02 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 DESCRIPTION: 2.01 SCOPE 1. This section specifies fusible polyvinylchloride pipe, including standards for dimensionality, testing, quality, acceptable fusion practice, safe handling and storage. 2.02 PIPE DESCRIPTION 1. Pipe supplier shall furnish fusible polyvinylchloride pipe conforming to all standards and procedures, and meeting all testing and material properties as described in this specification. 2. Pipe shall conform to the dimensionality and general characteristics of 6 -inch to 12 -inch AWWA C900 DR 18 PVC or 16 -inch AWWA C905 DR 18 PVC water transmission pipe. 3. Pipe shall meet the minimum design requirements of Section 02449 - Installation of Utilities by Horizontal Directional Drilling, Section 02450 - Installation of Utilities by Pipe Bursting, minimum geometry as shown on the drawings, and as required by the HDD or pipe bursting contractor. In no case will the HDD or pipe bursting contractor's requirements be less than the minimum without approval of the Engineer. 4. Pipe manufacture shall coordinate with HDD contractor to submit stress analysis as per Section 02449 - Installation of Utilities by Horizontal Directional Drilling 5.03 (k)and pipe bursting contractor submit design calculations per Section 02450 - Installation of Utilities by Pipe Bursting 1.04 a. 3.0 QUALITY ASSURANCE: 3.01 REFERENCES 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those other standards are included as references under this section as if referenced directly. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 02512 - Fusible PVC Pipe Page 1 of 9 Reference ANSI/AWWA C110/A21.10 ANSI/AWWA C111/A21.11 ANSI/AWWA C153/A21.53 AWWA C605 AWWA C651 AWWA C900 AWWA C905 AWWA M23 ASTM C923 ASTM D1784 ASTM D1785 ASTM D2152 ASTM D2241 ASTM D2665 ASTM D3034 ASTM F477 ASTM F679 ASTM F1057 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design, bid, or construction, whichever is earliest. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. 3. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Title American National Standard for Ductile -Iron and Gray -Iron Fittings, 3 -inch through 48 -inch, for Water and Other Liquids American National Standard for Rubber -Gasket Joints for Ductile - Iron Pressure Pipe and Fittings AWWA Standard for Ductile -Iron Compact Fittings for Water Service Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water Standard for Disinfecting Water Mains Standard for Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm), for Water Distribution Standard for Polyvinyl Chloride (PVC Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350mm Through 1200mm), for Water Distribution and Transmission AWWA Manual of Supply Practices PVC Pipe—Design and Installation, Second Edition Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR -PR) Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings Elastomeric Seals (Gaskets) for Joining Plastic Pipe Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique 02512 - Fusible PVC Pipe Page 2 of 9 Reference ASTM F1417 UNI -B-6 UNI -PUB -08 NSF -14 NSF -61 PPI TR -2 3.02 Title Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low -Pressure Air Recommended Practice for Low -Pressure Air Testing of Installed Sewer Pipe Tapping Guide for PVC Pressure Pipe Plastics Piping System Components and Related Materials Drinking Water System Components --Health Effects PVC Range Composition Listing of Qualified Ingredients MANUFACTURER REQUIREMENTS 1. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784 3.03 FUSION TECHNICIAN REQUIREMENTS 1. Fusion Technician shall be fully qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type(s) and size(s) being used. Qualification shall be current as of the actual date of fusion performance on the project and shall be submitted to the Engineer for review. 3.04 SPECIFIED PIPE SUPPLIERS 1. Fusible polyvinylchloride pipe shall be used as manufactured under the trade names Fusible C-900®, Fusible C-905®, and FPVC®, for Underground Solutions, Inc., Poway, CA, (858) 679- 9551. Fusion process shall be as patented by Underground Solutions, Inc., Poway, CA, Patent No. 6,982,051. 3.05 WARRANTY 1. The pipe shall be warranted for one year per the pipe supplier's standard terms. 2. In addition to the standard pipe warranty, the fusion services shall be warranted for one year per the fusion service provider's standard terms. 3.06 PRE -CONSTRUCTION SUBMITTALS 1. The following PRODUCT DATA is required from the pipe supplier and/or fusion provider: 1) Pipe Size 2) Dimensionality 3) Pressure Class per applicable standard 4) Color 5) Recommended Minimum Bending Radius 6) Recommended Maximum Safe Pull Force 7) Fusion technician qualification indicating conformance with this specification 3.07 POST -CONSTRUCTION SUBMITTALS 1. The following AS -RECORDED DATA is required from the contractor and/or fusion provider to the owner or pipe supplier upon request: 1) Approved datalogger device reports 2) Fusion joint documentation containing the following information: a) Pipe Size and Thickness b) Machine Size c) Fusion Technician Identification 02512 - Fusible PVC Pipe Page 3 of 9 d) Job Identification e) Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g) Heat Plate Temperature h) Time Stamp i) Heating and Cool Down Time of Fusion j) Ambient Temperature 4.0 PRODUCTS: 4.01 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER a. Fusible polyvinylchloride pipe shall conform to AWWA C900, AWWA C905, ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. b. Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. c. Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. d. Fusible polyvinylchloride pipe shall be blue in color for potable water use. e. Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. NSF -61 mark verifying suitability for potable water service 7. Extrusion production -record code 8. Trademark or trade name 9. Cell Classification 12454 and/or PVC material code 1120 may also be included f. Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 4.02 FUSION JOINTS a. Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt -fused joints. The Contractor shall follow the pipe supplier's written guidelines for this procedure. All fusion joints shall be completed as described in this specification. 4.03 CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS a. Connections shall be defined in conjunction with the coupling of project piping, as well as the tie-ins to other piping systems. 02512 - Fusible PVC Pipe Page 4 of 9 b. DUCTILE IRON MECHANICAL AND FLANGED FITTINGS Acceptable fittings for use with fusible polyvinylchloride pipe shall include standard ductile iron fittings conforming to AWWA/ANSI C110/A21.10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21.11. 1. Connections to fusible polyvinylchloride pipe may be made using a restrained retainer gland product for PVC pipe, as well as for MJ or flanged fittings. 2. Bends, tees and other ductile iron fittings shall be restrained with the use of thrust blocking or other means as indicated in the construction documents. 3. Ductile iron fittings and glands must be installed per the manufacturer's guidelines. c. CONNECTION HARDWARE Bolts and nuts for buried service shall be stainless steel. 5.0 EXECUTION: 5.01 DELIVERY AND OFF-LOADING a. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the owner or engineer. b. Each pipe shipment should be inspected prior to unloading to see if the load has shifted or otherwise been damaged. Notify owner or engineer immediately if more than immaterial damage is found. Each pipe shipment should be checked for quantity and proper pipe size, color, and type. c. Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier's guidelines shall be followed. d. Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. e. During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage, particularly during cold weather. f. If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to insure that pipe is not dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks. 5.02 HANDLING AND STORAGE a. Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the owner or engineer. 02512 - Fusible PVC Pipe Page 5 of 9 b. Any scratch or gouge greater than 100 of the wall thickness will be considered significant and can be rejected unless determined acceptable by the owner or engineer. c. Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. d. Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut, gouge, scratch or otherwise abrade the piping in any way. e. If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. f. Pipe shall be stored and stacked per the pipe supplier's guidelines. 5.03 FUSION PROCESS a. GENERAL 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier's guidelines. 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a)HEAT PLATE - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or contamination. Heater controls shall function properly; cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier's guidelines. b)CARRIAGE - Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. 02512 - Fusible PVC Pipe Page 6 of 9 c)GENERAL MACHINE - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d)DATA LOGGING DEVICE - An approved datalogging device with the current version of the pipe supplier's recommended and compatible software shall be used. Datalogging device operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the following: a)Pipe rollers shall be used for support of pipe to either side of the machine b)A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement, extreme temperatures, and /or windy weather, per the pipe supplier's recommendations. c)An infrared (IR) pyrometer for checking pipe and heat plate temperatures. d)Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. e)Facing blades specifically designed for cutting fusible polyvinylchloride pipe shall be used. b. JOINT RECORDING Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt -fusion of fusible polyvinyl chloride pipe. The software shall register and/or record the parameters required by the pipe supplier and these specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician's joint report. 5.04 GENERAL INSTALLATION a Installation guidelines from the pipe supplier shall be followed for all installations. b. The fusible polyvinylchloride pipe will be installed in a manner so as not to exceed the recommended bending radius. c. Where fusible polyvinylchloride pipe is installed by pulling in tension, the recommended Safe Pulling Force established by the pipe supplier shall not be exceeded. 02512 - Fusible PVC Pipe Page 7 of 9 5.05 PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING SYSTEMS a. Approximate locations for existing piping systems are shown in the construction documents. Prior to making connections into existing piping systems, the contractor shall: 1. Field verify location, size, piping material, and piping system of the existing pipe. 2. Obtain all required fittings, which may include saddles, sleeve type couplings, flanges, tees, or others as shown in the construction documents. 3. Have installed all temporary pumps and/or pipes in accordance with established connection plans. b. Unless otherwise approved, new piping systems shall be completely assembled and successfully tested prior to making connections into existing pipe systems. 5.06 PIPE SYSTEM CONNECTIONS a. Pipe connections shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines and as indicated in the construction documents. Pipe connections to structures shall be installed per applicable standards and regulations, as well as per the connection manufacturer's guidelines. 5.07 TAPPING FOR POTABLE AND NON -POTABLE WATER APPLICATIONS a. Tapping shall be performed using standard tapping saddles designed for use on PVC piping in accordance with AWWA C605. Tapping shall be performed only with use of tap saddles or sleeves. NO DIRECT TAPPING WILL BE PERMITTED. Tapping shall be performed in accordance with the applicable sections for Saddle Tapping per Uni-Pub-8. b. All connections requiring a larger diameter than that recommended by the pipe supplier, shall be made with a pipe connection as specified and indicated on the drawings. c. Equipment used for tapping shall be made specifically for tapping PVC pipe: 1. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC pipe. 'Hole saws' made for cutting wood, steel, ductile iron, or other materials are strictly prohibited. 2. Manually operated or power operated drilling machines may be used. d. Taps may be performed while the pipeline is filled with water and under pressure ('wet' tap,) or when the pipeline is not filled with water and not under pressure ('dry' tap). 02512 - Fusible PVC Pipe Page 8 of 9 6.0 TESTING a. Testing shall comply with all applicable jurisdictional building codes, statutes, standards, regulations, and laws. b. HYDROSTATIC TESTING AND LEAKAGE TESTING FOR PRESSURE PIPING 1. Hydrostatic and leakage testing for piping systems that contain mechanical jointing as well as fused PVC jointing shall comply with City Standard Specification 026202 - Hydrostatic Testing of Pressure System and AWWA C605. 2. In preparation for pressure testing the following parameters must be followed: 1) All air must be vented from the pipeline prior to pressurization. This may be accomplished with the use of the air relief valves or corporation stop valves, vent piping in the testing hardware or end caps, or any other method which adequately allows air to escape the pipeline at all high points. Venting may also be accomplished by `flushing' the pipeline in accordance with the parameters and procedures as described in AWWA C605. 2) The pipeline must be fully restrained prior to pressurization. This includes complete installation of all mechanical restraints per the restraint manufacturer's guidelines, whether permanent or temporary to the final installation. This also includes the installation and curing of any and all required thrust blocking. All appurtenances included in the pressure test, including valves, blow -offs, and air -relief valves shall be checked for proper installation and restraint prior to beginning the test. 3) Temporary pipeline alignments that are being tested, such as those that are partially installed in their permanent location shall be configured to minimize the amount of potentially trapped air in the pipeline. C. DISINFECTION OF THE PIPELINE FOR POTABLE WATER PIPING 1. After installation, the pipeline, having passed all required testing, shall be disinfected prior to being put into service. Unless otherwise directed by the owner or engineer, the pipeline will be disinfected per Technical Specification 02640 - Installation of Water Pipe and AWWA C651. d. PARTIAL TESTING 1. Segments of the pipe may be tested separately in accordance with standard testing procedure, as approved by the owner and engineer. END OF SECTION 02512 - Fusible PVC Pipe Page 9 of 9 02520 REPAIRING PAVEMENTS, CURB AND GUTTER, DRIVEWAYS AND SIDEWALK 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to complete the repair of all types of pavements, curb and gutter, driveways and sidewalks as required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 METHOD OF CUTTING The outline of the trench shall be marked on the surface to be cut. The cut shall be saw cut and made as nearly vertical as possible. The excavated pavement or concrete shall be loaded, hauled and legally disposed of off-site by the Contractor. 3.0 REPAIRING PAVEMENT 3.01 CONCRETE PAVEMENT Replace with 12 -inch thick 3000 p.s.i. concrete slab, reinforced with No. 4 bars on 12 -inch centers both ways. Tamp and float to finish flush with surface of pavement cut. Repair to be wider than trench excavation. The concrete slab and reinforcement will rest on at least 12 -inches of undisturbed soil on each side of the trench. SEE ALSO CITY STANDARD SPECIFICATION 025620 - Portland Cement Concrete Pavement. 3.02 ASPHALT PAVEMENT A. BASE COURSE: Replace with 12 -inches of flexible base (limestone) compacted to 100% Standard Proctor Density, in accordance with A.A.S.H.T.O. Standard Method T-99. Base material shall be obtained from approved sources. Material shall consist of argillaceous limestone, calcareous clay particles with or without stone, conglomerate, gravel or sand free of vegetation and other foreign materials. All the acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced. The quality of the limestone shall be controlled by a recognized commercial testing laboratory and shall meet the requirements of Technical Specification Section 02522 - Flexible Base - Limestone (Type A, Grade 1-2): B. PRIME COAT: Apply prime coat at the rate of 0.15 GAL/SY. Prime coat shall conform to Item 300 "Asphalt, Oil and Emulsions, of the Standard Specification for Construction of Highways, Streets and Bridges, of the Texas Department of Transportation, Type MC -30. 02520 Replacing Pavement Page 1 of 3 C. ASPHALTIC CONCRETE: Apply hot mix -hot laid asphaltic concrete applied at the rate of 165 LB/SY. compacted to 3" inch thickness. Hot mix shall conform to Item 340 "Hot Mix Asphaltic Concrete Pavement" of the Standard Specifications for Construction of Highways, Streets and Bridges, of the Texas Department of Transportation, Type D. Repair to be wider than trench excavation. Flexible base shall rest on at least 12 - inches of undisturbed soil on each side of the trench. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway (for examples, concrete arterial, asphalt residential) to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and with of the pavement repair in relation to the roadway travel lane(s). 4.0 CALICHE OR SHELL STREETS, SHOULDERS AND DRIVEWAYS Replace with 12 inches of flexible base (limestone) compacted to 100% Standard Proctor Density in accordance with A.A.S.H.O. Standard Method T-99. Repair to be larger than trench excavation. Flexible base shall rest on at least 12 -inches of undisturbed soil on each side of trench. 5.0 REPAIRING CONCRETE DRIVEWAYS Replace with 3000 p.s.i. Class A concrete, 6" thick, reinforced with No. 4 bars on 12 -inch centers both ways. Finish the replaced section same as that appearing on existing driveway, and as shown on City Standard Detail Sheets. Use an epoxy bonding agent, in conformance with the manufacturer's recommendations, when bonding new concrete to existing concrete. SEE ALSO CITY STANDARD SPECIFICATION 025612 - Concrete Sidewalks and Driveways. 6.0 REPAIRING CONCRETE SIDEWALKS Replace with 3000 p.s.i. Class A concrete, 4" thick, reinforced with 4 x 4 - W2.9 x W2.9 welded wire fabric. Finish the replaced section same as that appearing on existing sidewalk and as shown on City Standard detail sheets. Use an epoxy bonding agent, in conformance with the manufacturer's recommendations, when bonding new concrete to existing old concrete. SEE ALSO CITY STANDARD SPECIFICATION 025612 - Concrete Sidewalks and Driveways. 02520 Replacing Pavement Page 2 of 3 7.0 REPAIRING CURB AND GUTTER Replace with 3000 p.s.i. Class A concrete section conforming in all details to original section including reinforcing, and City Standard Detail Sheets. SEE ALSO CITY STANDARD SPECIFICATION 025610 - Concrete Curb and Gutter. 8.0 REPAIRING VALLEY GUTTER Replace with 3000 p.s.i. Class A concrete section conforming in all details to original section including reinforcing. SEE ALSO CITY STANDARD SPECIFICATION 025610 - Concrete Curb and Gutter. 02520 Replacing Pavement Page 3 of 3 02522 - FLEXIBLE BASE (Limestone Type A Gr. 1-2) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to provide the base course on the previously prepared subgrade (or subbase) required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIALS The materials shall be obtained from approved sources. Material shall consist of argillaceous limestone, calcareous clay particles with or without stone, conglomerate, gravel or sand free of vegetation and other foreign materials. All the acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced. The quality of the base shall be controlled by a recognized commercial testing laboratory and shall meet TxDOT Item 247 "Flexible Base", Type A, Grade 1-2. a. Gradation (ASTM D-422): • Retained 1 0 • Retained 7/8" 10 - 35 • Retained 3/8" 30 - 50 • Retained No. 4 45 - 65 • Retained No. 40 70 - 85 b. Liquid Limit ASTM D-423 35 max. c. Max Plasticity Index 10 d. Wet Ball Mill Max 40 max e. Max increase in passing No. 40 20 3.0 CONSTRUCTION METHODS 3.01 General The Engineer shall approve the previously completed subgrade or subbase before the Contractor places base. The subgrade shall be to grade within 1/2", but highs and lows must approximately balance. The proper amount of base to construct the base thickness as specified shall be delivered and spread. Base dumped one day shall be spread the same day if at all possible, if not, it shall be spread on the next working day. In no case shall it remain over a weekend or holiday without being spread. 3.02 Spreading, Mixing and Compaction The Contractor shall break piles and windrows down to the bottom and correct all nests of coarse and loose materials. Care must be exercised in this operation to keep from mixing material from the subgrade into the base material. Base shall be mixed uniformly by blading, brought to approximate optimum moisture, and compacted in layers, 6" maximum loose, by approved rollers to a uniform density as specified on the plans. Mechanical tamps shall be used to obtain density in areas not accessible to rollers. 02522 - Flexible Base Page 1 of 2 3.03 Shaping Throughout this entire operation the shape of the course shall be maintained by blading, and the surface upon completion shall be smooth and in conformity with typical sections and grades as shown on the drawings. Any areas that are incorrect shall be corrected by loosening, adding or removing material, reshaping, and re -compacting by sprinkling and rolling. Should the base course, due to any reason or cause, lose the required stability, density, and finish before the surface is complete, it shall be re -compacted and refinished at the expense of the Contractor. The equipment for sprinkling and compaction will be of the type necessary to meet the above conditions and requirements, and is subject to approval by the Engineer. 3.04 Allowable Tolerances a. First Course - 1/2" by 10'-12' template or straight edge. Check both longitudinally and transversally on 10' centers. b. Final Course - 1/4" by 10'-12' template or straight edge. Check both longitudinally and transversally on 10' centers. c. Moisture Content: +/- 2% of optimum 3.05 Field Tests a. Surface Test: After the base course is completely compacted to required density, the surface shall be tested for smoothness and accuracy of grade as set out above. If any portions are found to lack required smoothness or fail in accuracy of grade or crown, such portions shall be scarified, reshaped, recompacted and otherwise manipulated until the required smoothness and accuracy is obtained. These tests shall be made by the Contractor under the supervision of the Engineer. b. Thickness Test: The thickness of the finished base shall be determined by depth cores taken at interval in such manner that each test shall represent no more than 400 square yards. When the base deficiency is more than 1/2 -inch, the Contractor shall correct such areas by scarifying, adding satisfactory base mixture, rolling, sprinkling, reshaping and refinishing in accordance with these specifications. The Contractor shall replace at his expense the base material where borings are taken for test purposes. These tests shall be made by the Contractor under the supervision of the Engineer. c. Density: Field density tests will be taken in accordance with the provisions as set out in the testing schedule. The minimum density shall be 98% of the modified Proctor (ASTM D 1557) and within +/- 2% of optimum moisture content. 3.6 Protection and Maintenance of Base The base shall be maintained throughout its entire length by the use of a standard road machine or motor grade and rollers until the asphaltic material is applied. Drying of the base shall not continue to the extent that the surface of the base becomes dusty, with consequent loss of binder. If, during the curing period, the surface of the base dries too rapidly, it shall be kept moist by sprinkling until such time as the asphalt shall be applied. 02522 - Flexible Base Page 2 of 2 02541 - PRIME COAT (Asphaltic Material Only) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall consist of an application of asphaltic material on the completed base course and/or other approved area in accordance with this specification. Prime 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. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIALS The asphaltic material used for the prime coat shall be MC -30 medium curing asphalt or AE -P emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of the City Standard Specification 025404 - Asphalts, Oils and Emulsions. 3.0 CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface may be cleaned by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled just prior to application of the asphaltic material. The asphaltic 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 asphaltic 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 asphaltic 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 asphaltic 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 asphaltic material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime coat shall be applied at a temperature within the recommended range per City Standard Specification 025404 - Asphalts, Oils, and Emulsions with that range being 75 to 150 degrees F for MC -30. Application rate shall be 0.15 GAL/SY, unless otherwise specified. 02541 - Prime Coat Page 1 of 2 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. 02541 - Prime Coat Page 2 of 2 02542 — HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE 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. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIALS 2.01 AGGREGATE The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. A. Course Aggregate: 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. Deterious material in course 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 TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TEX-438-A. B. Fine Aggregate: 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% uncrushed aggregate or field sand for Type D mixes or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size No. 10 No. 200 Percent Passing by Weight 100 0-15 02542 Hot Mix Asphalt Concrete Pavement Page 1 of 7 C. Filler: 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 2.02 RECLAIMED ASPHALT PAVEMENT 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. 2.03 ASPHALT Asphalt Material shall be in accordance with AASHTO and shall meet the requirements of specification, 025404 "Asphalts, Oils and Emulsion". 2.04 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 2.05 TACK COAT 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. 3.0 PAVING MIXTURE 3.01 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. 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. 02542 Hot Mix Asphalt Concrete Pavement Page 2 of 7 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. 3.02 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 Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" 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 % minimum 11 12 13 14 * 2-8 when Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.03 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 3/8" and for Type D material courser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: 02542 Hot Mix Asphalt Concrete Pavement Page 3 of 7 Item: 1" to No. 10 No. 40 to No. 200 Asphalt Weight Asphalt Volume 3.04 MIX PROPERTIES Tolerances Percent by Weight or Volume Plus or Minus 5.0 Plus or Minus 3.0 Plus or Minus 0.5 Plus or Minus 1.2 The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes and 35 for Type D mixes per TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum per TEX-227-F and TEX-207-F. 3.05 SAMPLING AND TESTING OF RAW MATERIALS The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4.0 EQUIPMENT 4.01 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. 4.02 TRUCK SCALES A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.03 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. 4.04 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. 4.05 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. 4.06 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. 02542 Hot Mix Asphalt Concrete Pavement Page 4 of 7 5.0 STORAGE, PROPORTIONING, AND MIXING 5.01 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. 5.02 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. 5.03 Proportioning All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job -mix. 5.04 Mixing A. 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. B. 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. C. Mixture Moisture Content: The mixture produced from each type of plant shall not vary from the job -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 TEX-212-F. D. Mixture Temperature: 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. 6.0 CONSTRUCTION METHODS 6.01 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. 02542 Hot Mix Asphalt Concrete Pavement Page 5 of 7 6.02 PRIME COAT If a prime coat is required, it shall be applied and paid for as a subsidiary to the Repairing Hot Mix Asphaltic Concrete Pavement and conforming to the requirements of the Technical Specification 02541 - Prime 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. 6.03 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 and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. 6.04 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. 6.05 PLACING The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner 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. A. 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. B. Construction Joints: 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. 6.06 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 compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 6.07 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. 02542 Hot Mix Asphalt Concrete Pavement Page 6 of 7 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. 6.08 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. 6.09 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 block (intersection to intersection) or 600 -foot section, whichever is the lesser, shall not exceed ninety inches per mile per traffic lane. For each block of 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that block or 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 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. 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 on highways. If the surface ravels, it will be the contractor's responsibility to correct this condition at his expense. 02542 Hot Mix Asphalt Concrete Pavement Page 7 of 7 02608 - FIBERGLASS MANHOLES 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to construct all fiberglass manholes required to complete the project. The manhole is to house the air release valve and will be constructed as shown on Sheet 7 of 42 Miscellaneous Water Details. 1.01.1 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 DIMENSIONS 2.01 DIAMETER Manholes shall have an inside diameter of either 48" or 1.5 times the nominal pipe diameter of the largest pipe, whichever gives the larger diameter. A concentric manway reducer over the straight wall section shall have an inside diameter of 31.75" at the top. 2.02 WALL THICKNESS The minimum wall thickness of the fiberglass manholes shall be as follows: a. Total Depth 4' to 12': 1/2" thick (minimum) b. Total Depth 12' to 20': 1/2" thick (minimum) c. Traffic Area: 1/2" thick (minimum) 3.0 MATERIAL 3.01 CONCRETE Concrete shall be Class A and have a minimum compressive strength of 3000 psi. at 28 days. Concrete shall be in accordance with City Standard Specification 030020 Portland Cement Concrete. 3.02 REINFORCING STEEL Reinforcing steel shall be new billet steel conforming to ASTM A- 615. City Standard Specification 030020 Portland Cement Concrete. 3.03 FIBERGLASS STRUCTURE Fiberglass manholes shall be in accordance with ASTM D-3753 "Glass Fiber -Reinforced Polyester Manholes and Wetwells". Manholes shall be a one-piece unit manufactured by Owens/Corning or approved equal. 3.04 SEALS Manholes pipe seals shall be made of corrosion resistant plastic. It shall eliminate leaks, ground pipe entering manhole wall and shall permit pipe movement without loss of seal integrity. Pipe seals (waterstops) shall be as manufactured by Fernco of Davidson, Michigan, or approved equal. Caulk for interior seal between fiberglass manhole and concrete base shall be Epo-Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, or approved equal. Caulk for exterior seal between fiberglass manhole and concrete shall be Ram-Nek flexible plastic gasket material as manufactured by K. T. Snyder Company of Houston, or approved equal. 02608 - Fiberglass Manholes Page 1 3.05 MANHOLE RING AND COVER Manhole rings and covers shall be the round, roadway type, with solid cover and bottom flange. They shall be grey iron castings boldly filleted at angles and the arises shall be sharp and perfect. The castings shall be true to pattern, form and dimensions, free from cracks, sponginess, blow holes or other pouring faults affecting their strength and value for the service intended. Surfaces of the castings shall be free from burnt -on sand and shall be reasonably smooth. Runners, risers, fins and other cast -on pieces shall be removed from the surfaces. Provide 30" inside diameter x 5 inch high flange. Manhole ring & cover shall be designed for H-20 loading with machined joints (for ring & covers in Texas Dept. of Transportation R. O. W., cover must weigh 175 lbs.). HDPE adjustment rings are to be used for grade adjustment to a maximum of 18". 4.0 DEFECTS NOT PERMITTED IN FIBERGLASS STRUCTURE 4.01 INTERIOR SURFACES a. Crazing b. Delamination c. Exposed fibers d. Blisters over 1/2 inch in diameter e. Pits and voids directly under surface that can be broken by finger pressure, over 5 per square foot f. Wrinkles over 1/8 inch 4.02 EXTERIOR SURFACES a. Delamination b. Exposed fibers c. Blisters over 1/2 inch in diameter d. Sharp projections; the surface shall be relatively smooth as to allow handling of manholes without the need for gloves or special protection. 5.0 REPAIRS TO FIBERGLASS STRUCTURE Repairs shall not be permitted unless the required manhole meets all requirements of an undamaged manhole and its components. 6.0 MARKING AND IDENTIFICATION OF FIBERGLASS STRUCTURES All manholes shall be marked on the inside. The markings shall be permanent and include: a. Manufacturer Identification (Name) b. Manufacturing Serial No. (Number to appear in report for identification) 7.0 CONSTRUCTION METHODS 7.01 EXCAVATION See Technical Subsection 02225 - Structural Excavation and Backfill. 7.02 TRENCH EXCAVATION SAFETY See City Standard Specification 022022 Trench Safety for Excavations. 02608 - Fiberglass Manholes Page 2 7.03 MANHOLE PREPARATION Cutout shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline -powered circular saw with masonry blade. Do not use axe or other impact -type tools. 7.04 HANDLING Do not drop or impact the manholes. Manholes shall be chocked if stored horizontally. If manholes must be moved by rolling, the ground traversed shall be smooth and free of rocks, debris, etc. When lifting manholes in horizontal position, use two slings with spreader bar. For lifting in vertical position, 3 lift lugs may be provided (recommended by manufacturer) at top of manhole. Only a pliable strap or rope should contact manhole; do not use chains or steel cables. 7.05 HEIGHT ADJUSTMENT If necessary, position H.D.P.E. adjustment rings in excavation to adjust manholes to correct elevation. 7.06 CONCRETE Manhole shall be constructed with a concrete base and finished with a 2 ft. diameter concrete ring around the ring and cover. The base shall be square shaped and extend 2 ft. from the outside diameter of the fiber glass manhole. Pour concrete in excavation to depth specified on Drawings. Concrete shall extend at least 4" above all height adjustments. 7.07 INSTALLATION Lower manhole into wet concrete until it rests at proper elevation, and a minimum of 6" into concrete; then move manhole to plumb. 7.08 BACKFILL MATERIAL See Subsection 02225 -Structural Excavation and Backfill. 7.09 SCHEDULE OF BACKFILLING See Subsection 02225 -Structural Excavation and Backfill. 7.10 BACKFILL See Subsection 02225 -Structural Excavation and Backfill. 8.0 TESTING FOR LEAKAGE Manholes will be tested for leakage. The Contractor shall provide water, labor and materials for testing. Testing will be as follows: the manhole shall be filled with water. The manhole shall be checked after 24 hours have elapsed with no visible water loss. If water loss is experienced, the Contractor shall correct the problem and the manhole shall be retested. 9.0 CERTIFICATION The Contractor shall submit a written certification before acceptance. This shall consist of a copy of manufacturer's test report or a statement by the supplier, accompanied by a copy of the test results, that the man- hole has been sampled, tested and inspected in accordance with the provisions of ASTM D-3753 and meets all requirements. Each certification so furnished shall be signed by an authorized agent of the supplier or manufacturer. 02608 - Fiberglass Manholes Page 3 10.0 MARKING AND IDENTIFICATION Each manhole shall be marked with the following information: a. Manufacturer's name or trademark b. Manufacturing special number c. Total length and nominal diameter 02608 - Fiberglass Manholes Page 4 02614 DUCTILE IRON PIPE AND FITTINGS 1.0 DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2.0 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 C 104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C 105. Ductile iron pipe and fittings shall be wrapped in two plys of 8 -mil polyethylene. 3.0 FITTINGS 3.01 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 Joint shall be used. 4.0 JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joint for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnish 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 glands 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 ring as LOK-RING or FLEX -RING by American Ductile Iron Pipe, or TR LEX 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. 5.0 PIPE Pressure class ductile iron pipe requirements: 02614 - Ductile Iron Pipe and Fittings Page 1 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 90o 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. 6.0 CERTIFICATIONS 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. 02614 - Ductile Iron Pipe and Fittings Page 2 SECTION 02620 - STORM WATER POLLUTION PREVENTION 1.0 GENERAL 1.01 SCOPE: This specification shall govern for all work under the contract related to storm water pollution prevention. 1.02 SPECIFICATION TYPE: This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 REQUIREMENTS 2.01 General: The intent of storm water management is to improve water quality by reducing the pollutants in storm water discharges from the site. Storm water means storm water runoff, surface runoff and drainage from the construction site. The Contractor must implement the Best Management Practices (BMP) for the construction activities as outlined in the Storm Water Pollution Prevention Plan (SWP3). Attached to and a part of this specification is the following item: a. Storm Water Pollution Prevention Plan (SWP3) as shown on Sheets 41 to 43. 2.02 Storm Water Pollution Prevention Plan (SWP3): a. General: A SWP3 has been prepared for this project and is included with this specification. The SWP3 identifies potential sources of pollution that may be expected to affect the quality of storm water discharges from the construction site and includes a site description, erosion and sediment controls, storm water management, other controls, maintenance procedures and inspection procedures. The Contractor shall implement, maintain and inspect the control techniques required by the SWP3. b. Inspection and Maintenance: Inspection and maintenance is required for all areas disturbed by construction activity and for all erosion and sediment controls that are used. Inspection shall be performed at least once a week, and within 24 hours of a storm event of 0.5 inches or greater for as long as a portion of the site is disturbed. The Contractor should select one individual who will be responsible for the inspection and maintenance of the system. The inspector will look at the control measures and determine if they are performing correctly and effectively. A report form is provided in the SWP3 for the inspector to use. Additional information and requirements are detailed on Sheets 41 to 43. 02620 - Storm Water Pollution Prevention Page 1 c. Storm Water Pollution Prevention Plan: The SWP3 is to be prepared for each Delivery Order issued using the information contained in this specification. Copies of the document will be kept at the site of the construction activities at all times. 3.0 STORM WATER POLLUTION PREVENTION PLAN: 3.1 Project Description: a. General The project limits will be determined for each Delivery Order issued. It is anticipated that the Delivery Order sites will be less than one acre in disturbance and as such will not require NOI, NOT or a construction site notice. b. Project Location This project is located City Wide in the City of Corpus Christi. A location map will be prepared for each Deliver Order issued. c. Owner: City of Corpus Christi d. Construction Contractor: e. Name of Receiving Waters: 3.2 Best Management Practices (BMP): a. Erosion Controls: The existing vegetation must be preserved to the greatest extent possible. The areas disturbed by construction will be seeded to provide stabilization and prevent erosion. The stabilization measures shall be implemented as soon as practicable in portions of the site where construction activities have ceased. Stabilization practices must be implemented no later than 14 days after the construction activities in any portion of the site have ceased. The above timing for stabilization practices does not apply to the following; areas where construction activity will resume in the area within 21 days, or in arid, semi arid or drought stricken areas. In these areas the stabilization measures will take place as soon as practicable. Other erosion control measures which may be implemented include: • Temporary Vegetation • Blankets/Matting • Mulch • Sod • Interceptor Swale • Diversion Dike • Erosion Control Compost 02620 - Storm Water Pollution Prevention Page 2 • Mulch Filter Berms and Socks • Compost Filter Berms and Socks b. Sedimentation Controls: Sedimentation controls will be implemented to retain sediment onsite and minimize offsite transport to the extent practicable. Silt fence will be installed on the slopes to prevent sediment from entering the un -named tributaries of the Nueces River and the Choke Canyon Reservoir during construction. Sediment must be removed no later than the time that the capacity of the control is reduced by 50%. If sediment escapes from the site the accumulations must be removed at a frequency so as to minimize further negative effects and whenever feasible prior to the next rain. Other sedimentation controls which may also be used include: • Sand Bag Berm • Rock Berm • Brush Berms • Mulch Filter Berms and Socks • Compost Filter Berms and Socks • Silt Fence • Hay Bale Dike • Triangular Filter Dike • Stone Outlet Sediment Traps • Sediment Basins • Erosion Control Compost c. Post -Construction TSS Control: A sod filter strip will be placed along the toe of slope of the disturbed areas in the vicinity of the un -named tributaries of the Nueces River and Choke Canyon Reservoir to reduce the total suspended solids load in the storm water runoff. Other post - construction TSS control measures which may be implemented include: • Retention/Irrigation • Constructed Wetlands • Extended Detention Basin • Wet Basins • Vegetative Filter Strips • Vegetation Lined Drainage Ditches • Grassy Swales 02620 - Storm Water Pollution Prevention Page 3 • Sand Filter Systems • Erosion Control Compost • Mulch Filter Berms and Socks • Compost Filter Berms and Socks 3.3 Other Controls: a. Waste Disposal: (1) Waste Materials: All waste materials will be collected and stored in a securely lidded metal Dumpster rented from a reputable disposal company licensed for solid waste disposal. The Dumpster will meet all local, State and Federal solid waste management regulations. All trash and construction debris from the site will be disposed in the Dumpster. The Dumpster will be emptied as necessary and the trash hauled to a permitted waste disposal site. No construction waste materials will be buried on site. All personnel will be instructed regarding the correct procedure for waste disposal. The Pollution Prevention Plan will be posted in the office trailer and the Construction Superintendent will be responsible for seeing that these procedures are followed. (2) Hazardous Waste: All hazardous waste materials will be disposed of in the manner as required by City, State or Federal regulations or by the materials manufacturer. All personnel will be instructed regarding the correct procedure for handling hazardous waste and the Construction Superintendent will be responsible for seeing that these procedures are followed. (3) Sanitary Waste: All sanitary waste will be collected from portable units as necessary and/or required by governing regulations. Collection will be by a licensed or permitted Disposal Company and the waste properly disposed of. b. Offsite Vehicle Tracking: Stabilized construction entrances will be provided to help reduce vehicle tracking of sediments. The paved street adjacent to the site entrance will be swept daily to remove any excess mud, dirt or rock tracked from the site. c. Sprinkling for Dust Control: The Contractor shall provide water as needed to sprinkle areas in order to control and minimize the generation of dust. 3.4 Demonstration of Compliance with Federal, State and Local Regulations: This plan follows the outline provided to meet the requirements of State regulations concerning storm water management. 02620 - Storm Water Pollution Prevention Page 4 3.5 Maintenance/Inspection Procedures: a. General: All erosion, sedimentation, post -construction TSS and other protective measures identified in the SWP3 must be maintained in effective operating condition. If during the regular inspections the permittee notes that the measures are not performing as intended then maintenance must be performed before the next storm event. Any measure that has been rendered ineffective due to construction activity must be replaced or corrected immediately. b. Maintenance and Inspection Practices for Erosion, Sedimentation and Post -Construction TSS Controls: These are the maintenance and inspection practices that will be used to maintain erosion and sedimentation and post -construction TSS controls. (1) Where possible, the site work will be performed in phases leaving certain areas undisturbed as the work progresses. (2) All control measures will be inspected at least once each week and within 24 hours of any storm event of 0.5 inches or greater. (3) All measures will be maintained in good working order; if a repair is necessary, it will be initiated within 24 hours of report. (4) Built up sediment will be removed from silt fence when it has reached one-third the height of the fence. (5) Silt fence will be inspected for depth of sediment, tears, to see if the fabric is securely attached to the fence posts, and to see that the fence posts are firmly in the ground. (6) Earthen dikes, sediment traps and check dams will be inspected to verify they are functioning as originally constructed. (7) Temporary and permanent seeding, planting, mulching, sod stabilization and sod filter strips will be inspected for bare spots, washouts and healthy growth. (8) A maintenance inspection report will be made after each inspection. A copy of the report form to be completed by the inspector is shown at the end of this section. (9) The Construction Superintendent will select one individual who will be responsible for inspections, maintenance and repair activities, and filling out the inspection and maintenance report. (10) Personnel selected for inspection and maintenance responsibilities will receive training from the Construction Superintendent. They will be trained in all the inspection and maintenance practices necessary for keeping the erosion and sediment controls used on site in good working order. (11) Inspection report with certification for compliance should be retained for at least three years. 3.6 Inventory For Pollution Prevention Plan: The materials or substances listed below are expected to be present onsite during construction: 02620 - Storm Water Pollution Prevention Page 5 a. Lumber b. PVC pipe c. Ductile iron Pipe Fittings d. Concrete materials and reinforcing steel e. Polyethylene pipe and products f. Petroleum and asphalt products g. Paint h. Fertilizer i. Herbicides 3.7 Management Practice To Prevent Spills: a. General Material Management Practices: The following are the material management practices that will be used to reduce the risk of spills or other accidental exposure of materials and substances to storm water runoff. The following good housekeeping practices will be followed onsite during the construction project. (1) An effort will be made to store only enough product required to do the job. (2) All materials stored onsite will be stored in a neat, orderly manner in their appropriate containers and, if possible, under a roof or other enclosure. (3) Products will be kept in their original containers with the original manufacturer's label. (4) Substances will not be mixed with one another unless recommended by the manufacturer. (5) Whenever possible, all of a product will be used up before disposing of the container. (6) Manufacturers' recommendations for proper use and disposal will be followed. (7) The site superintendent will inspect daily to ensure proper use and disposal of materials onsite. b. Hazardous Products Management Practices: These practices are used to reduce the risks associated with hazardous materials. (1) Products will be kept in original containers unless they are not resealable. (2) Original labels and material safety data will be retained; they contain important product information. (3) If surplus product must be disposed of, manufacturers' or local and State recommended methods for proper disposal would be followed. c. Product Specific Practices The following product specific practices will be followed onsite. (1) Petroleum Product: All onsite vehicles will be monitored for leaks and receive regular preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers, which are clearly labeled. Any asphalt substances used onsite will be applied according to the manufacturer's recommendations. 02620 - Storm Water Pollution Prevention Page 6 (2) Fertilizers: Fertilizers used will be applied only in the minimum amounts recommended by the manufacturer. Once applied, fertilizer will be worked in the soil to limit exposure to storm water. Storage will be in a covered shed. The contents of any partially used bags of fertilizer will be transferred to a sealable plastic bin to avoid spills. (3) Herbicides: Herbicides used will be applied only in the minimum amounts recommended by the manufacturer. Applications shall be accomplished only at times when wind will not cause over spray. Storage will be in a covered shed. Partially used containers of herbicides will be tightly resealed. (4) Paints: All containers will be tightly sealed and stored when not required for use. Excess paint will not be discharged to the storm sewer system but will be properly disposed of according to manufacturer's instructions or State and local regulations. (5) Concrete Trucks: Concrete trucks will wash out or discharge surplus concrete or drum wash water only in specific areas selected and maintained by the Contractor. The Contractor will remove this waste material at the completion of the project. 3.8 Spill Prevention And Cleanup: In addition to the management practices discussed in the previous sections of this plan, the following practices will be followed for spill prevention and cleanup: a. Manufacturers' recommended methods for spill cleanup will be clearly posted and site personnel will be made aware of the procedures and location of the information and cleanup supplies. b. Materials and equipment necessary for spill cleanup will be kept in the material storage area onsite. Equipment and materials will include but not be limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for this purpose. c. All spills will be cleaned up immediately after discovery. d. The spill area will be kept well ventilated and personnel will wear appropriate protective clothing to prevent injury from contact with a hazardous substance. e. Spills of toxic or hazardous material will be reported to the appropriate State or local government agency, regardless of the size. f. The spill prevention plan will be adjusted to include measures to prevent this type of spill from reoccurring and how to clean up the spill if there is another one. A description of the spill, what caused it, and the cleanup measures will also be included. g. The Construction Superintendent responsible for the day-to-day site operations will be the spill prevention and cleanup coordinator. He will designate at least one other site personnel who will receive spill prevention and cleanup training; this individual will become responsible for a particular phase of prevention and cleanup. The names of responsible spill personnel will be posted in the material storage area and in the office trailer onsite. 02620 - Storm Water Pollution Prevention Page 7 STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT 1.) LOCATION OF BMP'S THAT NEED TO BE MAINTAINED: 2.) LOCATION OF BMP'S THAT FAILED TO OPERATE AS DESIGNED: 3.) LOCATIONS WHERE ADDITIONAL BMP'S ARE NEEDED: 4.) CHANGES REQUIRED TO THE POLLUTION PREVENTION PLAN: 5.) REASONS FOR CHANGES: INSPECTORS SIGNATURE: DATE: 02620 - Storm Water Pollution Prevention Page 8 DATE: STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT STRUCTURAL CONTROLS SILT FENCE: INSPECTORS INITIALS: IS THE BOTTOM OF THE FABRIC STILL BURIED? IS THE FABRIC TORN OR SAGGING? ARE THE POSTS TIPPED OVER? HOW DEEP IS THE SEDIMENT? MAINTENANCE REQUIRED FOR SILT FENCE: TO BE PERFORMED BY: ON OR BEFORE: Note: Inspections and reports to be performed at least once each week and following any storm event of inch or greater. 02620 - Storm Water Pollution Prevention Page 9 02640 - INSTALLATION OF WATER PIPE (City of Corpus Christi) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary for the installation of all pipe required to complete the potable water lines. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 MATERIAL 2.01 CONCRETE Concrete shall have a minimum compressive strength of 3000 p.s.i. at 28 days and shall be in accordance with City Standard Specification 030020 - Portland Cement Concrete. 2.02 DUCTILE IRON PIPE See Technical Specification Section 02614 - Ductile Iron Pipe and Fittings. 2.03 POLYVINYL CHLORIDE PIPE See City Standard Specification 026210 - Polyvinyl Chloride Pipe and Fittings (C900 & C905). 3.0 SEPARATION OF WATER AND SEWER LINES 3.01 EXISTING WATER AND NEW SANITARY SEWER MINIMUM CONDITION LOCATION MATERIAL SEPARATION WATER SEWER VERT HORIZ COMMENTS New Sewer Parallel Water Above Sewer or CI -DI -PVC Separate trenches Existing Water Sewer Above Water Std 150 psi 2' 4' New Sewer Crossing Water Above Sewer or CI -DI -PVC Existing Water Sewer Above Water Std 150 psi 6" N/A Center one joint of sewer pipe on water line. New Sewer Crossing ABS, Clay Existing Water Water Above Sewer Std Conc. Compos. 2' N/A Cement stabilize sand backfill initial zone of sewer for 9' each side of crossing. Center one joint of sewer pipe on water main. 02640 - Installation Of Water Pipe Page 1 of 8 3.02 NEW WATER AND NEW SANITARY SEWER CONDITION LOCATION Sewer Force Main and Gravity Sanitary Sewer Water Above Sewer Parallel to Water Main Gravity Sanitary Sewer Water Above Sewer or Crossing Water Main Sewer Above Water Gravity Sewer Crossing Water Main Water Above Sewer MATERIAL WATER SEWER MINIMUM SEPARATION VERT HORIZ COMMENTS Std. CI -DI -PVC 150 psi 2' 4' CI -DI -PVC Std 150 psi 6" N/A ABS-Clay-Conc Std Composite 2' N/A 3.03 NEW WATER AND EXISTING SANITARY SEWER CONDITION New Water Parallel Existing Sewer New Water Crossing Existing Sewer New Water Crossing Existing Sewer New Water Parallel to Existing Sewer LOCATION Water Above Sewer Water Above Sewer Sewer Above Water Sewer Above Water MATERIAL WATER SEWER Std Separate trenches Center one joint of sewer pipe on water main. Cement stabilized sand backfill initial backfill zone of sewer for 9' each side of crossing. Center one joint of sewer pipe on water main. MINIMUM SEPARATION VERT HORIZ COMMENTS If sewer not Clay - Conc leaking, leave ABS 2' 4' sewer alone. CI -DI -PVC If sewer leaking repair or replace ABS, Clay If sewer not Std Conc Compos. 2' N/A leaking, leave sewer alone. If sewer leaking repair or replace ABS, Clay Replace existing Std Conc. Compos. 2' N/A sewer with one joint CI -DI PVC 150 psi centering over water line. ABS, Clay Std Conc. Compos. 2' 02640 - Installation Of Water Pipe Page 2 of 8 Replace existing 4' sewer with CI,DI PVC -150 psi or cement stabil. sand backfill in initial backfill zone of sewer where parallel closer than 9' or encase the water in 150 psi pipe two nominal sizes larger. 4.0 CONSTRUCTION METHODS 4.01 GENERAL All water system materials and construction shall comply with State Health, T.C.E.Q. and City of Corpus Christi Water Distribution System Standards in addition to these specifications. City standards shall govern if a conflict occurs. 4.02 HANDLING OF MATERIAL A. Handling and Care: Pipe and other materials shall be unloaded at the point of delivery, hauled to and distributed at the project site by the Contractor. They shall at all times be handled with care and in conformance with the manufacturer's recommendations. Whether moved by hand, skidways or hoists, material shall not be dropped or bumped against other material or objects already on the ground. Care shall be taken not to scratch the surface of pipe. Excessive scratching shall be considered cause for rejection of pipe. B. Distribution at Site of Work: Material may be unloaded opposite or near the place where it is to be used in construction provided it is to be incorporated into the work within 10 days. The Contractor shall distribute the material in such a manner so as not to cause the public any undue inconvenience. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. C. Storing Material: Any material delivered to the project site that is not to be incorporated into the work within 10 days shall be stored on suitable blocks or platforms off the ground. Stacking of materials shall be done in such a manner that the material is not damaged. 4.03 ALIGNMENT AND GRADE A. General: All pipe shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations and with joints centered, spigots home and all valve and hydrant stems plumb. B. Deviation with Engineer's Consent: No deviation shall be made from the required line or grade except with the written consent of the Engineer. C. Depth of cover: Depth of cover shall be measured from the established street grade or the surface of the permanent improvement to the top of the pipe barrel. Unless otherwise shown on the construction plans, it is the intent of these specifications that waterlines shall have minimum cover as follows: 02640 - Installation Of Water Pipe Page 3 of 8 Under proposed or existing pavement Under proposed non -pavement Under Natural ground 48 inches 36 inches 36 inches If the established grades violate any of the before stated conditions notify the Engineer immediately so that remedial instructions can be given the Contractor. D. Vertical deflections at Utility and underground drainage crossings: When vertical deflections are required at utility crossings, the water line shall be installed as shown on the plans. 4.04 PIPE TRENCH EXCAVATION AND BACKFILL See Technical Specification Section 02226 - Pipe Trench Excavation and Backfill. 4.05 SAND AND ENCASEMENT See Technical Specification Section 02226 - Pipe Trench Excavation and Backfill. 4.06 TRENCH EXCAVATION SAFETY See City Standard Specification 022022 Trench Safety for Excavations. 4.07 LOWERING PIPE AND ACCESSORIES INTO TRENCH A. General: Proper implements, tools, and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants, and accessories shall be carefully lowered into the trench by means of derrick, ropes or other suitable equipment in such manner as to prevent damage. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. The Contractor shall not lay any 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 pipe has been laid and the joints completed. B. Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering into trench. Any defective, damaged or unsound pipe shall be replaced. C. Pipe Kept Clean: All foreign matter or dirt shall be removed from the interior of pipe before lowering into the trench. Pipe shall be kept clean by means approved by the Engineer during and after laying. Contractor shall not leave any trench unmanned until trench is covered, or until barricades are placed and pipe is at least temporarily plugged to prevent varmints from entering. 02640 - Installation Of Water Pipe Page 4 of 8 4.08 JOINTING PIPE Joints shall be made up in strict conformance with manufacturer's recommendations, including the use of any primer or lubricant. Pipe deflection shall not exceed .75% of maximum amount recommended by the manufacture. 4.09 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 testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long-term use. 4.10 METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. 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. 4.11 STERILIZING WATER PIPE A. Coordination: The Contractor shall coordinate flushing and disinfection work with adjacent work as necessary to preclude work interferences or duplication of effort and to expedite the overall progress of the work. The Contractor shall provide all necessary piping, piping connections, temporary valves, sampling taps, pumps, disinfectant, neutralization agents, chloride residual test apparatus, and all other items of equipment or facilities required to complete the disinfection work. Water required for flushing and disinfection work will be provided as stipulated in Section 01 50 00 - Temporary Facilities and Controls. In all cases where it is necessary to interrupt service, permission of the Owner shall be obtained at least two days before the service will be interrupted. Unless otherwise specified, final cleaning work shall not be performed until after hydrostatic testing of the lines and any repair work resulting thereby. The Contractor shall notify the Owner and Engineer prior to the work to allow their representatives to be present during cleaning and/or disinfection of the water lines if so desired. 02640 - Installation Of Water Pipe Page 5 of 8 B. Governing Standard: All disinfection work shall conform to the latest requirements of ANSI/AWWA C651, and the requirements of the Texas Commission on Environmental Quality (TCEQ), except as modified herein. If any state or local requirements conflict with the provisions of this section, the State and local requirements shall govern. C. Disinfection Plan: Prior to starting any disinfection work, the Contractor shall submit to the Engineer a detailed disinfection plan. The plan shall cover the method and procedure proposed, necessary coordination, qualification of personnel performing the disinfection, sequence of operations, equipment to be used, manner of filling and flushing the lines, chlorine injection points, sample points, testing schedule, potable water source, neutralization, and disposal of wasted water. Personnel performing the disinfection shall demonstrate a minimum of five (5) years experience in the chlorination and dechlorination of similar pipelines. The chlorine residual test log shall be made available to the Owner or Engineer upon request and the log shall be provided to the Engineer upon completion of all chlorine residual testing. D. Testing: Bacteriological testing shall be performed by the Owner. A minimum of 48 hours notice is required prior to performing the test. Sampling and testing of water in the lines shall be performed 2 hours after final flushing in accordance with Section 7 of ANSI/AWWA C651, including a standard heterotrophic plate count for each sample. Should the bacteriological tests indicate the presence of coliform organisms at any sampling point, the lines shall be reflushed, resampled and retested. If check samples show the presence of coliform organisms, then the lines shall be rechlorinated until acceptable results are obtained. All costs associated with the retesting efforts shall be borne by the Contractor. E. Materials: All materials furnished by the Contractors shall conform to the requirements of ANSI/AWWA C651 and shall be clean and free of debris which could infer questionable test results. Calcium Hypochlorite (dry) and Sodium Hydrochlorite (solution) shall conform to AWWA B300. Chlorine, residual concentration shall be measured using an appropriate range, drop count, titration kit or an orthotolidine indicator comparator with wide range color discs. The color disc range shall be selected to match chlorine concentration limits. Test kits shall be maintained in good working order and available for immediate test of residuals at point of sampling. Test kits manufactured by Hach Chemical or Hellige are acceptable. 02640 - Installation Of Water Pipe Page 6 of 8 F. Disinfection Procedure: The new lines shall be disinfected by either the continuous feed method or the slug method as per ANSI/AWWA C651. Potable water shall be used in conjunction with the chlorination agent. Unless otherwise permitted, the chlorination agent shall be injected into the line at the supply end of each new line or valved section thereof. Admission of disinfectant solution into or the flushing thereof through existing mains shall be held to the minimum possible, and then only after adequate measures have been taken to prevent any such solution of wastewater from entering branch service connections to water customers. During disinfection, all valves and hydrants shall be operated to ensure that all appurtenances are disinfected. Valves shall be operated such that the chlorine solution in the line being chlorinated will not flow back into the supply line. Check valves shall be used if required. Existing mains which could have been contaminated during work requiring connections to the new water line, involving either tapping or cutting into operations, shall be flushed and disinfected in accordance with Section 10 of ANSI/AWWA C651. G. Final Flushing: Upon completion of chlorination, but before sampling and bacteriological testing, all heavily chlorinated water shall be removed from the lines by flushing with potable water until the chlorine residual in the lines is not higher than that generally prevailing in the remainder of the system. Small pipelines shall be flushed with water at the maximum velocity which can be developed, but not less than 1.5 feet per second, unless otherwise permitted by the Engineer. Flushing shall be accomplished through the installed valves or fittings, or through corporation cocks furnished and installed for that purpose in accordance with the details indicated on the drawings. Pipelines may be flushed as specified, cleaned with a hose, or by other methods acceptable to the Engineer. Booster pumps shall be used if required to obtain the necessary volume or velocity of water. Pumping equipment installed under this contract shall not be used for flushing, nor shall the flushing water be passed through them; temporary bypass piping at each pump shall be provided as required. H. Disposal of Super Chlorinated Water: All super chlorinated water to be discharged shall be neutralized by chemical treatment and disposed of in accordance with ANSI/AWWA C651, Appendix B. Schedule and coordinate rates of flow and locations of discharge of disinfection and flushing water with the Engineer, state and local regulatory agencies to ensure compliance with all applicable rules and regulations. After dechlorination, all neutralized super chlorinated water shall be flushed as described in Section 01 57 00 - Temporary Controls. 02640 - Installation Of Water Pipe Page 7 of 8 I. Quality Control: The Owner shall perform the bacteriological tests specified herein until acceptable results are obtained. 4.12 HYDROSTATIC TESTING OF PRESSURE SYSTEM See City Standard Specification 026202 - Hydrostatic Testing of Pressure System. 4.13 WATER CONNECTIONS A. City of Corpus Christi: All connections to the water mains will be made by the contractor under supervision of City Water Division. The Contractor shall supply all required materials and labor and match grade of the existing water line. 02640 - Installation Of Water Pipe Page 8 of 8 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water Service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C-800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The Nuts shall have unitized washers. Straps shall be 5/8" high quality silicone bronze flattened and contoured to provide a wider bearing surface against pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation Stop shall be of brass with I.P. thread inlet and Muller 110 Compression connection outlet designed for type K copper pipe and be comparable in design to the following: Muller H-15028 for 1" sizes Muller H-15023 for 1-1/2" & 2" sizes ANGLE METER STOP Angle Meter Stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" Service Line with 5/8"x3/4" or 3/4" meter size Brass gate valve req. for 1-1/2" and 2" sizes SERVICE LINE Service line shall be of type K copper tube or approved one piece SDR 9 HDPE with restrained compression fittings and stainless steel inserts. Other products of comparable featured and equal quality may be substituted for the above items with approval of the Engineer. 026404 - Water Service Line Page 1 of 2 3. CONSTRUCTION METHODS See Technical Specification 02226 - Pipe Trench Excavation and Backfill. Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and change overs to the new system shall be done only under the direct supervision of the Utility Department. 026404 - Water Service Line Page 2 of 2 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide and install all fire hydrants required to complete this project. 2. MATERIALS Concrete Concrete shall have a minimum compressive strength of 3000 psi. at 28 days. FIRE HYDRANTS The fire hydrants shall conform to AWWA C502-64 standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six (6") inch, Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half (2-1/2") inches inside diameter and the pumper nozzle shall be four (4") inches inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half (2-1/2") inch National Standard thread (7-1/2" threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i) Nozzle Cap Gaskets - Required. j) Drain Openings - Required. k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 026416 - Fire Hydrants Page 1 of 3 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth (1-1/4") inch point to face at base and one and one -eight (1-1/8") inch point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter (5-1/4") inches inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90+ one (1) Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "0" ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "0" ring seal area. The sleeve shall be of sufficient length to be in the packing gland "0" ring seal in both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 - Fire Hydrants Page 2 of 3 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "0" Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "0" ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilized agent, if requested by the Engineer at time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 026416 - Fire Hydrants Page 3 of 3 02681 - GAS PIPING (MDPE) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to complete the site work gas piping required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 SAFETY STANDARDS The work shall conform with requirements of Title 49 for the Code of Federal Regulations, Part 192, "Transportation of Natural and Other Gas by Pipeline: Minimum Federal Safety Standards". 1.04 GAS DEPARTMENT REPRESENTATIVE The Utility Department will maintain one or more Representatives, or Inspectors, as (the Representative) deemed necessary on the work site for the purpose of examining, testing, and insuring the satisfactory completion of the contracted work. The daily examination of any portion of the work shall not constitute final acceptance. The Representative shall at any and all times be permitted to view the work being done and the Contractor, at the Contractor's expense, will halt the work on any part of the job, if requested by the Representative, until it can be verified that such work is being done in accordance with these specifications. The Representative shall be made known to the Contractor and shall have the right to point out errors or omissions, when they are necessary, to the proper fulfillment of the intent of the Specifications for installing the gas distribution pipeline. 1.05 SUBMITTALS The contractor shall submit manufacturers' information on the MDPE pipe, including material specifications, dimensional information and pressure rating. Contractor shall also submit fusion certifications for all pipe fusion technicians, fusion process, work plan, and redline as - built drawings. 2.0 MATERIAL 2.01 GENERAL All pipe supplied under this contract must be new MDPE as specified in the following sections. The pipe shall be manufactured in compliance with ASTM D2513, NSF Gas and DOT 49 CFR 192. The contractor will furnish all MDPE pipe, miscellaneous pipe fittings, services, valves, and fusion materials. Except as explicitly stated, the Contractor shall furnish all other supplies, materials, labor and equipment for the performance and completion of the work. 02681 Gas Piping Page 1 of 6 The pipe and any other materials delivered to the jobsite by the Contractor will be checked by the Utility Department for quantity and for any defects. The Contractor shall be solely responsible for materials after same have been signed for by their representative. Transportation of the pipe on this bid shall comply with the manufactures requirements. 2.02 PIPE MATERIALS Pipe: Polyethylene Plastic Pipe shall be medium density polyethylene pipe (MDPE) Iron Pipe Size (IPS) with material designation PE 2708. All MDPE pipe shall be made of virgin material. No rework except that obtained from the manufacturer's own production of the same formulation shall be used. The pipe shall be homogenous throughout and shall be free of visible cracks, holes, foreign material, blisters, or other deleterious faults. Dimension Ratios: The dimension ratio (DR) shall be a minimum of DR9. The minimum wall thickness of the polyethylene pipe shall be determined based on ASTM D 2513 and a maximum allowable operating pressure (MAOP) of 80 psi @ 73 Deg. F (per CRF Part 192.121). For 2 -inch diameter pipe with an OD of 2.365 -inches the minimum wall thickness shall be 0.264. For 4 -inch diameter pipe with an OD of 4.5 -inches the minimum wall thickness shall be 0.50. All MDPE shall be UV stabilized throughout the structural wall for ultra -violet protection. Polyethylene Fittings: The polyethylene fittings shall be manufactured from a polyethylene compound which conforms to ASTM D-2513 and shall be manufactured by the same manufacturer as the pipe. In addition, materials used for the manufacture of the HDPE pipe and fittings shall meet the following physical property requirements: Property Unit Standard Minimum Value Material designation ASTM D2513 PE2708 Cell classification ASTM D3350 234373E, 234375E Further, the material must have a: Density gm/cc ASTM D1505 0.939 Melt index gm/10 min. ASTM D1238 0.18 Flexural modulus psi ASTM D790 >90,000 Tensile strength psi ASTM D638 2,800 SGC (PENT) Hours ASTM F-1473 >2000 HDB @ 73.4°F psi ASTM D2837 1250 UV stabilizer ASTM D3350 Yellow 2.03 SELECT BACKFILL MATERIAL Selected or processed excavated trench material free from rock fragments and clods larger than 2" greatest dimension. The select material shall be free of organic materials. Select materials shall be free of sharp or angular materials which could damage the pipe coating. 02681 Gas Piping Page 2 of 6 2.04 MATERIALS TEST Tests for compliance with this specification shall be made as specified herein and in accordance with the applicable ASTM Specification. A certificate of compliance with ISO 9000 shall be furnished, by the manufacturer for all material furnished under this specification. Polyethylene plastic pipe and fittings may be rejected for failure to meet any of the requirements of this specification. 3.0 EXECUTION 3.01 HANDLING Any handling of pipe or materials, including stringing of pipe, shall be done in such a manner as not to damage, or cause it to damage any pipe or materials. Any materials on the project site will be the responsibility of the Contractor and the Contractor shall pay for any pipe or other materials lost or damaged at the construction site. The Contractor shall prevent entrance of dirt or debris into the pipe during stringing. The Contractor shall also ensure that the pipe does not bind when lowering into the pipe trench. During the course of construction, diligent care shall be exercised by the Contractor to keep the interior of the gas pipeline clean. At the end of each day's work, and at the other times that the ends of the installed pipe are left unattended, the pipe ends shall be securely closed to prevent the entrance of water, animals, trash or any other obstructions, and shall not be opened until work is resumed. Any and all work required to assure the Gas Department that the gas pipes are clear of debris and other matter or to remove such obstructions shall be at the Contractor's expense. When lowering the pipe and backfilling, the ditch shall be free of rocks, concrete debris, or any other sharp objects that could damage the coating of the pipe. Any foreign objects are to be cleared from the trench before the pipe is lowered. The joints shall be handled near the middle with wide web slings and spreader bars. Rope slings also work well with straight lengths. The use of chains, end hooks or cable slings that may scar the pipe are not permitted. Regardless of the method used the contractor shall prevent excessive bending during pipe handling. The following procedures shall be observed when handling MDPE pipe. 1.Always stack the heaviest series of pipe at the bottom. 2.Protect the pipe from sharp edges when overhanging the bed of a truck or trailer by placing a smooth, rounded protecting strip on the edge of the bed. 3.The load should be anchored securely to prevent slippage. Lengths of small -diameter, lightweight pipe can be unloaded manually. Pipe applications shall normally be handled by: 1. Unloading the pipe from the truck in a row along the side of the installation area and moving the fusion unit along the row of joints. 02681 Gas Piping Page 3 of 6 2. Stacking the pipe beside the fusion unit and trailing the pipe out after fusion, then dragging the long length of pipe into place for installation. It is suggested that as the pipe is fused and moved through the fusion machine, additional joints of pipe should be placed in the moveable jaw side of the machine for each subsequent fusion. This prevents the hydraulic system of the machine from having to pull the previously fused long length. Dragging the pipe into place is permitted provided the pipe isn't damaged from sharp rocks or excessive abrasion created by pulling the pipe great distances. 3 02 STORAGE If the pipe must be stacked for storage, avoid excessive stacking heights. Out -of -roundness can be created in the lower rows of pipe, due to excessive stacking heights. The limitation on storage height is 13 rows high. Care shall be taken to ensure that the pipe is stacked in straight rows. The expansion and contraction caused by uneven heating by the sunlight shall be prevented by restraining the racks. Pipe laid directly on the ground shall be placed on an area free of loose stones or sharp objects. Scarring or gouging of the pipe shall be avoided. 3 03 PIPE JOINING The polyethylene pipe and fittings shall be assembled and joined at the site using the thermal butt -fusion method to provide a leak proof joint. Threaded or solvent -cement joints and connections are not permitted. All equipment and procedures used shall be in strict compliance with the manufacturer's recommendations. Fusing shall be accomplished by personnel certified as fusion technicians by a manufacturer of polyethylene pipe and/or fusing equipment and shall have successfully installed 20,000 ft. of butt fused HDPE pipe of the size indicated on the drawings within the last year. The butt -fused joint shall be in true alignment and shall have uniform roll -back beads resulting from the use of proper temperature and pressure. The joint shall be allowed adequate cooling time before removal of pressure. When cool, all weld beads shall then be removed from both the inside and outside surface such that the joint surfaces shall be smooth. The fused joint shall be watertight and shall have a tensile strength equal to that of the pipe. All joints shall be subject to acceptance by the Owner's Project Representative. All defective joints shall be cut out and replaced at no cost to the Owner. Any section of the pipe with a gash, blister, abrasion, nick, scar or other deleterious fault greater in depth than ten percent (10%) of the wall thickness, shall not be used and must be removed from the site. However, a defective area of the pipe may be cut out and the joint fused in accordance with the procedures stated above. In addition, any section of pipe having other defects such as concentrated ridges, discoloration, excessive spot roughness, pitting, variable wall thickness or any other defect of manufacturing or handling as determined by the Owner's Project Representative shall be discarded and not used. When requested by the Engineer samples of butt -fusion joints shall be furnished by the Contractor for laboratory testing. 3.04 BENDING PIPE H.D.P.E. may be cold -bent to a minimum radius of 40 times the pipe diameter as it is installed, eliminating the need in some cases for elbows for slight bends. The minimum bending radius that can be applied to the pipe without kinking varies with the diameter and wall thickness of the pipe. Contractor shall conform to manufacturer's recommendations. If adequate space is not available for the required radius, a fitting of the desired angle shall be fused into the piping system to obtain the necessary change in direction. 02681 Gas Piping Page 4 of 6 3.05 INSTALLATION BELOW GROUND Pipe laying. When pulling pipe, either a pulling head or a suitable wraparound sleeve with rubber protective cover shall be used to prevent the pulling cables from damaging the pipe. The pipe shall not be pulled by the flanged end. All piping installed by conventional trenching (Open Cut) shall be in accordance with Technical Specification 02226 - Pipe Trench Excavation and Backfill, all local codes and regulations and 49 CFR Part 192. The Contractor shall ensure that the pipe does not bind when lowering into the pipe trench. All piping installed by Horizontal Directional Drilling (HDD) shall be in accordance with Technical Specification 02449 - Installation of Utilities by HDD, all local codes regulation and 49 CFR Part 192. Grouting (Continuous or at Manholes). Pipe running through a manhole wall shall be anchored by attaching a collar or side fused branch saddles to the pipe and encasing them in the wall of the manhole. Pipe Relaxing/Shrinkage. Contractor is responsible for ensuring that the pipe installed is in an unstressed state prior to backfilling covering or connecting to fixed structures (ie. Air release valves, gate valves and at tie-ins to existing facilities locations). 3.06 FIELD QUALITY CONTROL Testing shall be as specified in Section 3.08. Do not enclose or cover any work until inspected. 3.07 CLEAN AND ADJUST Remove surplus pipeline materials, tools, rubbish structures and leave the construction site clean, to the the Owner's Representative. 3.08 PRESSURE TESTING and temporary satisfaction of Prior to the pressure test, the Contractor shall pig installed pipe to the satisfaction of the Representative. the pigging shall be observed by the Representative. The the newly Results of Contractor shall demonstrate to the satisfaction of the Representative by performing a pressure test that the gas main installed does not leak and that it will operate safely at maximum allowable operating pressures up to 80 psig. The pressure test shall verify satisfactory workmanship and the strength of materials. The test shall be conducted at the end of construction of the entire pipeline, after pipe is permanently installed in its final location. The Contractor shall be responsible for locating and repairing any leaks or failures revealed by the test. Pressure test specifications are as follows: Test Requirements: TEST MEDIUM: INDICATING DEVICE: TEST DURATION: PRESSURE MINIMUM: PRESSURE MAXIMUM: PRESSURE DROP PER 24 HR.: Air or Nitrogen Recording Gauge, 0-150 psig range, 24 hour duration 24 Hours/mile 40 PSIG 80 PSIG 0 PSIG 02681 Gas Piping Page 5 of 6 Contractor shall furnish all supervision, labor, materials and equipment to perform the pressure test. Contractor shall take all necessary safety precautions and provide all equipment, traffic control, barricades etc. to protect construction personnel, the general public and the environment during the course of the test. The Gas Department will also monitor the pressure test with its own in house pressure monitoring equipment. Upon completion of the test, the Contractor will submit to the Representative all documentation associated with the test, including test pressure chart, location of the pipe, and duration of the test. The line will remain pressurized until the end of the project or until the Gas Department makes tie-ins, at which time the Gas Department will depressurize the line. 3.09 ACCEPTANCE The Utility Department will make final acceptance of the work performed by the Contractor. 02681 Gas Piping Page 6 of 6 SECTION 05020 Welding (Except Gas Main) 1. DESCRIPTION This specification, in conjunction with the other specifications listed in Section 2 below, shall govern for all welding required to complete the project. in the event of a conflict between this specification and other specifications listed herein, the more stringent requirements will govern. 2. RELATED SPECIFICATIONS (1) 02340 Boring and Casing Roadways and Railroads (2) 02342 Open Cutting and Casing 3. WELDERS CERTIFICATIONS FOR ALL WATER DEPARTMENT PROJECTS (1) All welders shall have to pass a (6G) -welding test prior to working on City water pipeline projects. (2) The Utility Department will not accept previous certifications from the entities or companies. (3) All welders shall be tested in a recognized or acceptable testing lab to the Utility Department. (4) All welders shall be tested to qualify for all positions and for all material thickness required for that project. (5) Welders with current credentials filed with the Utility Department will not have to retest. (Current certifications expire if not working on Utility Department projects for more than 6 mos.). (6) The Utility Department shall not cover welder testing costs, pass or fail. (7) QA inspectors shall witness all welding tests. The attending QA inspector can reject any phase of the welder's test. (8) All tack -welders shall be certified according to positions and material thickness requirements for that project. (9) Welder's tests scheduling will require a 24-hour notice to the QA inspectors for witnessing. (10) All welding test coupons will be kept per QA inspector along with a copy of the welding certifications. (11) Other tests could be required to qualify welders for welding on Utility Department projects other than pipelines. 4. WELDING PROCEDURE SPECIFICATION (WPS) PARAMETERS (1) All Utility Department projects shall be welded using F3 and F4 class electrodes. (2) All Utility Department projects shall be welded using 1/8" and/or 5/32" electrodes. (3) All Utility Department projects using F4 class electrodes shall use the vertical uphill welding direction of travel. 05020 - Welding Page 1 of 3 (4) All Utility Department projects using F3 class electrodes can use vertical uphill or downhill according to WPS submittals and approval per Water QA department. (5) All Utility Department projects shall follow manufacturers recommended amperage ranges for electrode type and size. 5. MINIMUM FIELD WELDING REQUIREMENTS (1) All welders shall be required to have a rod oven in working condition for storage of low -hydrogen electrodes. (2) All electrodes of low -hydrogen type shall have a maximum field life of 96 hours. This allows two bakes after opening new cans. (3) All electrodes rejected per QA inspectors will not be used on project. (4) All welding machines will pull sufficient amperage for electrode size and type with a minimal 30o amperage loss. (5) Welding clearance will be minimal 18" amperage loss. (6) All welding sites or bell holes shall be free from water and safely accessible for welding inspectors. (7) All OSHA shoring & safety rules will apply for QA inspectors access. (8) Welding shall not be allowed in rainy conditions due to safety and weld integrity. (9) All weld locations shall be wire buffed or grinded before welding. (10) All specifications will mention Standards and codes for field welds. (11) All WPS submittals for field welds shall include detailed schematic of welding processes. (12) All WPS submittals for field welds shall be approved by A/E before sending to QA inspector for review. (13) Field documentation shall consist of digital photography, camcorder - VHS and daily inspection records by QA inspectors. No exceptions. (14) All welding details and schematics for every welded component shall be submitted to the QA inspectors prior to project startup. (15) Any changes to field welding processes will require a new WPS and a PQR from the manufacturer of the welded product/AWS D1.1. (16) Contractors shall notify the project inspector on startup (24 hrs. notice) and shutdown of welding processes. 6. WELD INSPECTION MINIMAL REQUIREMENTS (1) Certified Welding Inspector (CWI) certification shall be required of sub -contracted weld inspectors. (2) Daily calibration of equipment shall be required for MT, UT as required per AWS D1.1. to be witnessed per QA inspector. (3) Level II certifications shall be required for MT, DPT, RT and UT inspectors per AWS D1.1. 05020 - Welding Page 2 of 3 (4) Sub -contracted UT inspectors shall be required to submit schematics showing location of anomalies on rejected components according to AWS D1.1., paragraph 6.27.8.1. (5) Sub -contracted CWI inspectors shall keep a record of welders and their weld locations daily per AWS D1.1. (6) Sub -contracted inspectors shall follow all of their company safety rules and wear safety equipment while working on Water department projects. (7) NDE inspection companies will furnish inspection procedures according to AWS 6.27.1. (8) All weld inspections and weld repairs will be conducted using designated standards per AWWA, and AWS D1.1 welding code. City Engineers will determine these. (9) Protocol for inspections shall be as follows: a) Contractor will call sub -contracted inspector for weld inspection with a 24 hour notice minimum. b) Sub -contracted inspector (CWI) will perform weld inspection. c) Contractor will leave one welder on weld site being inspected to make repairs. d) CWI will re -inspect for follow-up and acceptance. e) CWI will approve or reject welds and document data. f) CWI will relay results to A/E or engineering project inspector and to QA inspector. g) CWI will work directly under QA and A/E. h) QA inspector or Project Inspector will approve time sheets for sub -contracted inspectors daily. i) QA inspector concerns will be directed to Engineering Project Inspector or A/E representative. j) QA inspector shall notify our engineers if concerns are not addressed per A/E. k) QA inspector will follow Utility Department directives only. 1) All design changes and deviations from our specifications will have to be made and approved by the City Engineering department. Changes will include but not be limited to: design, size, procedures, materials and processes. m) CWI will notify QA inspector whenever leaving the jobsite. n) Sub -contracted welding inspection company will have a CWI on the jobsite during all welding processes and stages of welding, unless other arrangements are approved per QA inspector. o) Contractor shall not interfere with inspections, disrespect or make any demands of any CWI or QA inspector. All concerns shall be directed to the assigned project inspector. p) Contractor shall provide safe access to all inspectors before calling for inspections (according to OSHA safety rules and regulations). 05020 - Welding Page 3 of 3 09910 - PAINTING 1.0 GENERAL REQUIREMENTS 1.01 SCOPE AND SPECIFICATION TYPE This specification shall govern for all work necessary to accomplish the painting required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 2.0 WORKMANSHIP All work shall be done using "first class workmanship". The Engineer shall be the sole judge as to what constitutes "first class workmanship" and shall have the right to immediately stop the work covered under this section, if said work is not being done to his satisfaction. The painting operation shall not resume until the methods have been corrected to the Engineer's satisfaction. 3.0 PROTECTIVE COATING FOR UNDERGROUND PIPE See water main pipe specifications. 4.0 COLORS All colors shall be selected by the Engineer and/or Owner. The Contractor shall prepare samples of colors for approval by the Engineer and/or Owner. 5.0 SAMPLES The Contractor shall submit for approval samples of paint materials proposed for use, in three displays of each kind of color of paint to be applied. The Contractor shall make panels used for displays, representative of respective types of surfaces to which several kinds and colors are to be applied in actual work. The Contractor shall not order paint materials until color selections have been made and samples approved. 6.0 PREPARATION OF SURFACES 6.01 GENERAL Completely clean surface to be painted not less than 30 minutes, nor more than 8 hours prior to application of paint. 6.02 METAL A. GENERAL: All metal surfaces to be painted shall be cleaned by sandblasting, except items that are shop coated. Cleaning shall be to "near White Metal" SP -10 or NACE #2. B. NEAR WHITE METAL (Sand blast cleaning SP -10 or NACE #2.): 09910 - Painting Page 1 of 7 (1) Definition: "Near White Metal" is a method of preparing the metal surfaces for the application of protective coatings by removing mill scale, rust, old paint and any foreign matter by propelling sand through a nozzle with compressed air. This is defined as a surface, gray white in appearance, being almost a completely uniform metallic color, with very light shadows allowed over less than 5% of the surface area. (2) Procedure: (a) Before blasting, grind smooth any rough welds and sharp edges, as per NACE RP0078, Designation D for all fillet butt and lap welds. (b) Remove heavy deposits of oil and grease by detergent cleaning using one pound Sodium Meta Silicate per five gallons of water. (c) The sand used shall be 16-35 mesh, or 20-60 sharp angular grained silica sand or equivalent that is fresh water washed, dried, properly graded and delivered to the job site in moisture proof bags (bulk sand of equal quality and size is acceptable). Sand shall not be re -used. Anchor profile shall be minimum of 20 mils but shall not exceed 40 mils. (d) Compressed air shall be delivered at a minimum nozzle pressure of 90 psi, not to exceed 110 psi. This shall be free of detrimental amounts of condensed water and oil. (e) All blast products shall be swept or blown from the surface before priming commences. (f) Blast cleaning will not be conducted on surfaces that may become wet after blasting and before priming is complete, or when surfaces are less than 5° F above dew point, or when relative humidity is above 85%. (g) The blasted surface shall be primed within 8 hours. C. REMOVAL OF OIL AND GREASE: Remove oil and grease with approved solvents such as naptha, or by steam combined with approved detergent. USE OF GASOLINE OR KEROSENE NOT PERMITTED. D. SCRAPING, GRINDING AND CHIPPING: Scrapers or other suitable grinding and chipping tools may be used for removal of existing paint coating prior to repainting, or for cleaning before application of secondary coats only when approved by the Engineer. E. SANDBLASTING: Clean such surfaces by "Near White" sandblasting and leave clean, dry and ready to receive prime coat. Remove all dust and sand from surfaces before painting. Take care to remove all sand and grit around and between joints of connecting members. 09910 - Painting Page 2 of 7 Schedule operations to avoid settling of dust or grit on freshly painted surfaces and adequately protect machinery or other equipment in vicinity of sand- blasting work. 6.03 CONCRETE AND MASONRY The Contractor shall thoroughly clean all existing and new concrete and masonry with methods subject to the approval of the Engineer. The last step in the cleaning operation shall be to wash the surface to be painted with a 20 percent solution of muriatic acid and then the surface shall be rinsed with fresh water. The surface shall be allowed to dry thoroughly before applying paint. 6.04 GALVANIZED METAL Remove oil or soap film with detergent or emulsion cleaner, then use zinc treatment such as Galva Prep or equivalent or blast lightly with fine abrasive. 7.0 STORING AND MIXING OF PAINT The Contractor shall use one convenient location for storing and mixing of paint materials, and keep an approved type fire extinguisher available in this area. The Contractor shall protect all areas where paint is stored or painting is done and he shall remove oily rags and waste from buildings at close of each day. 8.0 WEATHER AND SITE CONDITIONS 8.01 TEMPERATURE Painting shall not be accomplished when either the surface or ambient temperatures are less than 50 degrees Fahrenheit; or when temperature drop of 20 degrees, or below 50 degrees Fahrenheit is forecast. Material shall be stored in area where the extreme cold or heat will not greatly affect viscosity. Coatings apply much better when product temperature is held within 60° F - 90° F range (77° F is optimum). 8.02 HUMIDITY Painting shall not be accomplished during misty or rainy weather, or on surfaces that have any frost or moisture. Painting shall not be permitted at temperatures less than 5° F above the dew point. 8.03 WIND AND DUST Painting shall not be accomplished in dusty rooms or on the exterior during excessive wind. The Engineer shall be the sole judge as to what constitutes excessive wind. 9.0 APPLICATION PROCEDURES 9.01 GENERAL Paint shall be applied by skilled workmen. Paint may be applied with brush or spray equipment. Paint shall be applied in even and thorough coats, without runs, sags or other blemishes. Contractor shall properly sand painted surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's recommendations. Do not apply finish field painting to machinery, equipment or piping until operational testing has been completed. 09910 - Painting Page 3 of 7 9.02 DRYING TIME Allow thorough drying of each coat before succeeding coat is applied, except when manufacturer recommends otherwise, or as specified herein. 9.03 COVERAGE Shall be as recommended by manufacturer. 9.04 DELIVERY OF PAINT Contractor shall deliver paint to the site in original, unbroken, sealed containers, with manufacturer's label attached. 9.05 THINNERS AND SOLVENTS Contractor shall use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions as recommended by paint manufacturer. 9.06 BRUSH APPLICATION Contractor shall apply paint in uniform thickness consistent with specified coverage and with sufficient cross brushing to insure filling of surface irregularities. He shall exercise particular care in painting around rivet heads, bolt heads and nuts, in corners, restricted spaces, and on irregular concrete surfaces. 9.07 SPRAY APPLICATION Contractor shall apply paint with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand or air driven agitator. Application of paint by suitable airless spray equipment is acceptable. Paint shall be applied with the width of spray not less than 6 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Contractor shall make frequent checks to insure correct spreading rate and coating, and apply without sags, runs or "orange peel" effect. Correct all such imperfections. The Contractor shall take special care to cover edges, corners and rivet head without bridging over of paint film. 9.08 APPLICATION OF PROTECTIVE COATING When applying coats to prevent corrosion due to liquids and gases, the coating must be complete and absolutely free of the slightest pinhole, air pocket or other defect. 9.09 PAINTING SHOP COATED METAL SURFACES A. PRIOR TO INSTALLATION: After delivery to site of work, and prior to installation, keep all shop coated metal work clean and free from corrosion. When directed, clean and retouch damaged areas with additional primer. B. AFTER INSTALLATION: After erection or installation of shop coated metal work, clean and retouch all rust spots, all places where paint has been rubbed or scraped off, and all field rivet and bolt heads nuts. 09910 - Painting Page 4 of 7 After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been perfectly cleaned and dried, apply paint as set out elsewhere in these specifications. Allow interval of not less than 48 hours, or as recommended by manufacturer, between coats, and if surface is to be submerged in water, allow a minimum of 7 days or more for hardening of final coat before placing in water. C. MACHINERY AND ELECTRICAL EQUIPMENT: After installation of machinery and electrical equipment, check base coats carefully and retouch all damaged surfaces. Do not paint nameplates, serial number bases, chrome or bronze trim, or any rotating parts. Clean off any excess paint that impairs convenient removal of covers or gauges, instrumentation or other equipment fitted with doors or covers. D. BOLTED AND EMBEDDED SURFACES: All surfaces to be bolted together, bolted to concrete, embedded in concrete or grouted, shall have prime and finish coats applied and dried before installation. 10.0 CLEANING Upon completion of painting operations, the Contractor shall clean off all paint spots, oil and stain from all surfaces and leave entire project in perfect condition as far as painting work is concerned. Remove from premises all containers and debris resulting from painting operations. 11.0 SURFACES TO RECEIVE PAINT A. INTENT: It is the intent of this specification that all ferrous metal or unfinished material furnished on this project be furnished with a protective coating, but stainless steel, aluminum, bronze, copper, lead surfaces are not to be painted. Any factory painted item that is damaged or shows any sign of corrosion prior to the date of Substantial Completion shall be repainted by the Contractor. Concrete or concrete block is to be painted only when shown on the drawings to be painted. B. SCHEDULE OF SURFACES TO BE PAINTED: The following schedule of surfaces to be painted is general and does not change the intent of this section as stated above. (1) Isolation Valve/Gate Valve Assembly: (a) Paint all valve box covers. (2) Vacuum Relief/Air Release Valve Assembly: (a) Paint all piping and accessories associated with the valves that are not stainless steel, brass, aluminum or galvanized. (b) Paint manhole ring and cover. (c) Paint all bollards and vent stacks. 09910 - Painting Page 5 of 7 12.0 PAINTING EQUIPMENT, MACHINERY AND METAL WORK A. EXTERIOR -STRUCTURAL STEEL, HANDRAILS, WALKWAYS & OTHER MISC. METAL WORK: (Surface Preparation - Abrasive blast "Near White Metal" SP - 10, NACE # 2) (1)Prime Coat: a. 1 coat Carboline Carboguard 60 Series - Min. 3 mils b. 1 coat Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Min. 2.5 DMT* c. 1 coat Tnemec Series 37-77 Chem -Prime - 2.5 DMT*. d. 1 coat Sherwin-Williams Kem Kromik Universal Primer - Min. 2.5 DMT* (2) Intermediate Coat: a. 1 coat - Carboline Carboguard 60 Series - Min. 3 DMT*, or b. 1 coat - Pittsburgh Light Gray Aquapon #97-3/98 - Min. 3 DMT*, c. 1 coat - Tnemec Series 66 Epoxoline - Min. 4 DMT*. d. 1 coat - Sherwin-Williams Macropoxy 646 Epoxy- Min. 4 DMT* (3) Top Coat: a. 1 coat - Carboline Carbothane 134HG - Min. 2.5 mils b. 1 coat - Pittsburgh Pitthane (Polyurethane) - Min. 2.5 DMT*, c. 1 coat - Tnemec Series 75 Endura -Shield - Min. 2.5 DMT*. d. 1 coat - Sherwin-Williams Hi -Solids Polyurethane - Min. 2.5 DMT* * Minimum Dry Mil Thickness 13.0 T9 -K4 PAINTING EXPOSED AND SUBMERGED METAL PIPING, VALVES, ETC. A. EXPOSED VALVES, FITTINGS AND PIPES: Surface Preparation - Abrasive blast "Near White Metal" SP -10, or NACE # 2) (1) Prime Coat: a. 1 coat Carboline Carboguard 60 Series - Min. 4 mils DMT*, or b. 1 coat Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Min. 2.5 DMT*, c. 1 coat Tnemec Series 37-77 Chem -Prime - 2.5 DMT*. d. 1 coat- Sherwin-Williams Kem Kromik Universal Primer - Min. 2.5 DMT* (2) Intermediate Coat: a. 1 coat Carboline Carboguard 60 Series - Min. 4 DMT*, or b. 1 coat Pittsburgh Polyamide Epoxy Gray High Solids #97-151/159 Min. 5 DMT* c. 1 coat Tnemec Series 66 Epoxoline - Min. 4 DMT*. d. 1 coat Sherwin-Williams Macropoxy 646 - Min. 4 DMT* (3) Top Coat: a. 1 coat Carboline Carbothane 134HG - Min. 2 mils DMT*, or b. 1 coat Pittsburgh Pitthane (Polyurethane) - Min. 2.5 DMT*, c. 1 coat Tnemec Series 75 Endura -Shield - Min. 2.5 DMT*. d. 1 coat Sherwin-Willilams Hi -Solids Polyurethane - Min 2.5 DMT* * Minimum Dry Mil Thickness 09910 - Painting Page 6 of 7 14.0 T9 -K5 RESPONSIBILITY FOR PAINT SYSTEMS It is the intent of this specification to provide the Contractor with several manufacturers' paint systems on which to base his bid. The manufacturers' list was furnished to the Engineer by each manufacturer with the product designations listed herein and was represented to list materials to be suitable for their intended use and that they were comparable to other systems listed. The Contractor is responsible for verifying with the paint manufacturer before he purchases any material, that the paint system is suitable for use on this project and that application rates, etc., are in compliance with the manufacturer's recommendations. 09910 - Painting Page 7 of 7 15060 - MISCELLANEOUS PIPING 1.0 GENERAL REQUIREMENTS 1.01 SCOPE The work includes all labor, materials, tools and equipment to provide miscellaneous piping complete as shown on the drawings. does not cover ductile iron pipe, steel pipe, concrete or PVC pipe, which are 1.02 SPECIFICATION TYPE This is a performance specification Technical Special Provisions. 2.0 PRODUCTS/MATERIALS 2.01 GALVANIZED STEEL PIPE covered in other sections. A. Pipe Pipe Type This section pressure pipe as defined in Article TS -1 of the Sleeves sleeves shall be constructed from ASTM A-53 standard weight E galvanized steel with threaded cast iron fittings. B. Pipe 2 Inches and Smaller Pipe shall be ASTM A-53 extra strong Type S galvanized steel with forged steel threaded fittings. C. Pipe 2-1/2 Inches and Larger Pipe shall be ASTM A-53 extra strong Type E galvanized steel with butt welded fittings. 3.0 CONSTRUCTION METHODS 3.01 GENERAL Contractor shall ensure that all mill scale, sand, and dirt has been removed from the interior of all pipe and fittings. Pipe threads shall conform to ASME B1.20.1 NPT. Pipe welding shall conform to ANSI B31.1 "Code for Pressure Piping". 3.02 INSTALLATION Piping shall be installed generally as indicated on the drawings. Because of the small scale of the drawings, all offsets and fittings may not be shown; however, the Contractor shall make all offsets and furnish such fittings, traps, valves and accessories as may be required to meet conditions, at no additional cost to the Owner. All piping and the installations shall provide stacks and vents in out-of- the-way or unimportant places and with continuous unbroken runs. Care shall be taken to be sure pipe is not placed in a "bind". Suitable pipe supports and/or hangers shall be provided as necessary, even if they are not shown on the drawings. Fittings and valves shall be at the required locations and with joints centered and valve stems plumbed. 3.03 TESTS The pipe system shall be tested at 150 psi hydrostatic pressure in accordance with City Standard Specification 026202 - Hydrostatic Testing of Pressure System. 3.04 WATER PIPING STERILIZATION Piping shall be sterilized in accordance with Technical Specification 02640 - Installation of Water Pipe, Subsection 4.09. 15060 - Miscellaneous Piping Page 1 of 1 15104 GATE VALVES 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the gate valves required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 GENERAL All valves shall comply with the latest requirements of applicable A.W.W.A. Specifications. All valves shall open in a counter -clockwise direction. Valves to provide an unobstructed waterway of a diameter of a circle not less than the full nominal diameter of the valve when the gate is open. All valves shall be installed with the gate in a vertical plane unless shown specifically otherwise on the drawings. 1.04 SUBMITTAL DATA The manufacturer shall upon request furnish two (2) certified sets of prints showing complete details, dimensions and materials used. The manufacturer shall also upon request furnish a certified letter of compliance stating that their valve meets these specifications. Also, the manufacturer shall upon request furnish one (1) certified copy of the physical tests of all metals used in the manufacture of the valve. A. Approved Manufacturers The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. 1) Clow Valve Company. 2) or approved equal. 2.0 PRODUCTS/MATERIALS 2.01 VALVES 2 INCHES THROUGH 24 INCHES Valves shall be resilient -seated gate valves, designed for a minimum of 250 psi water working pressure service. Resilient -seated valves shall be of an acceptable manufacture and shall conform to AWWA Standard Specification C-509, latest edition, except for changes or additions as follows: A. The valve body, bonnet and gate castings shall be ductile iron. B. The resilient -seated gate valves shall have non -rising stems. C. Valve ends shall be flanged or mechanical joint type or a combination of these as set out below. A complete set of joint materials shall be furnished with each valve, except for flanges. Mechanical joints shall be furnished with mega lug joint restraint fitting. 15104 - Gate Valves Page 1 of 2 D. Stem seals shall be the 0 -ring type. E. Valves shall open left (counter clockwise). F. Tapping valves to be used with tapping saddles shall have one end mechanical joint. G. Valves 16" and larger shall be furnished for horizontal installation and shall be equipped with bevel gears. 2.02 PROTECTIVE COATINGS The interior and exterior of valves shall be shop coated for protection. A. INTERIOR OF 2 -INCH THROUGH 24 -INCH VALVE 1. Body And Bonnet: Factory applied epoxy coating conforming to AWWA Specification C550. 2. Gate: Factory applied rubber encapsulated conforming to AWWA Specification C509. B. EXTERIOR OF 2 -INCH THROUGH 24 -INCH VALVE 1. Above Ground Installation: Factory applied epoxy coating Specification C550. 2. Below Ground Installation: Factory applied epoxy coating Specification C550. C. FIELD PAINTING conforming to AWWA conforming to AWWA corrosion Standard Standard Standard Standard In addition to the factory coatings listed above, the exterior of the valves shall be coated as described in Technical Specification 09910 - Painting. 3.0 CONSTRUCTION METHODS 3.01 ABOVE GROUND INSTALLATION Gate valves 3 -inches and larger installed above ground, in a valve vault or manhole, shall be furnished with handwheel, position indicator and flanged ends. Flanged ends shall be rated at 250 p.s.i. and conform to ANSI/AWWA Standard Specification C115/A21.15. Flanges shall have the same drilling as ASME B16.1, Class 125 flanges. Valves 2 -inch and smaller shall be furnished with threaded ends. All valves whose centerline is 6 ft. or greater above the floor shall be equipped with a chainwheel actuator. 3.02 UNDERGROUND INSTALLATION Gate valves installed underground shall be furnished with mechanical joint ends, wrench nut with extension to within 6" of top of valve box and cast iron valve box. Mechanical joints shall conform to ANSI/AWWA Standard Specification C111/A21.11. Valve box shall be an adjustable road type valve box with a minimum opening of 5 -inches. Valve box shall be cast iron and shall be complete with base, extension, top section and cover. The base shall be of proper size to fit the valves on which the base is installed. 15104 - Gate Valves Page 2 of 2 15105 - TAPPING SLEEVES AND TAPPING VALVES 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 1.02 SPECIFICATION TYPE This is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 GENERAL All sleeves and valves shall comply with the latest requirements of applicable A.W.W.A. Specifications. All valves shall open in a counter- clockwise direction. Valves to provide an unobstructed waterway of a diameter of a circle not less than the full nominal diameter of the valve when the gate is open. All valves shall be installed with the gate in a vertical plane unless shown specifically otherwise on the drawings. 1.04 SUBMITTAL DATA The manufacturer shall upon request furnish two (2) certified sets of prints showing complete details, dimensions and materials used. The manufacturer shall also upon request furnish a certified letter of compliance stating that their valve meets these specifications. Also, the manufacturer shall upon request furnish one (1) certified copy of the physical tests of all metals used in the manufacture of the valve. A. Approved Manufacturers The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. 1) Valve: Clow Valve Company or approved equal. 2) Sleeve: JCM Stainless Steel Tapping Sleeve with outlet Gasket (JCM 452). 2.0 MATERIALS Tapping sleeves shall have a ANSI 150 outlet flange of stainless steel. Sleeves shall be of 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by JCM or approved equal. Gasket materials shall be of material suitable for potable water systems. Sleeve will be equipped with a 34" test port. Tapping sleeves shall be sized for the type and size of pipe to be tapped. It should be understood that existing pipes to be tapped may not 15105 Tapping Sleeves And Tapping Valves Page 1 of 2 be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to Technical Specification Section 15104, Gate Valves and water details. Valve boxes shall be as described in Technical Specification Section 15104, Gate Valves and water details. 3.0 CONSTRUCTION METHODS Construction methods shall adhere to those set out in Technical Specification Section 02640 Installation of Water Pipe, and Technical Specification Section 02226 Pipe Trench Excavation and Backfill. Valve box shall be an adjustable road type valve box with a minimum opening of 5 -inches. Valve box shall be cast iron and shall be complete with base, extension, top section and cover. The base shall be of proper size to fit the valves on which the base is installed. 15105 Tapping Sleeves And Tapping Valves Page 2 of 2 15108 - COMBINATION AIR RELEASE AND VACUUM VALVES 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the combination air release and vacuum valves and accessories required to complete the project. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS -1 of the Technical Special Provisions. 1.03 GENERAL All valves and equipment furnished and installed shall comply with the drawings, specifications, and recommendations of the equipment manufacturer, unless directed otherwise by the Engineer. The valves furnished and installed shall conform to the applicable requirements of AWWA C512. 1.04 SUBMITTAL DATA Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications, installation instructions and maintenance instructions for the Engineer's review and approval. Complete assembly drawings, together with detailed specifications and date covering materials used and accessories forming a part of the valves furnished, shall be submitted in accordance with the submittals sections. The Contractor shall also submit an affidavit of compliance per AWWA C504 from the manufacturer of the valves. A. Approved Manufacturer/s The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance), that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. Air release valves shall be: 1) APCO Model 145C 2) CLA-VAL series 36 3) Valmatic 202C 4) or approved equals 1.05 RELATED SPECIFICATIONS Technical Specification 02608 Fiberglass Manholes. Technical Specification 15060 Miscellaneous Piping. Technical Specification 15104 Gate Valves. 15108 - Air Release Valves Page 1 of 3 2.0 PRODUCTS/MATERIALS 2.01 VALVES The materials for construction of the valves shall comply with the governing standard unless stated otherwise in this specification. The use of stressed thermoplastic components will not be acceptable. Valve Valve Valve Float Cover Component Body Trim and internal components Bolts Shop Coatings: Inside Outside 2.02 MANHOLE Material Single Body Ductile Iron Stainless Stainless Stainless steel steel steel Scotch Kote 134 10 DMT Scotch Kote 134 10 DMT Air release valves shall be installed in a fiberglass manhole as specified in Technical Specification 02608. 2.03 VENT STACK AND PIPING Air release valves will be furnished with 2" diameter inlet and out let piping as specified in Technical Specification 15060. Vent stack will terminate 3ft. above finished ground with (2) two 90° bends. The opening of the 90° bend will be covered with SS screen to prevent access to insects. 3.0 CONSTRUCTION METHODS 3.01 INSTALLATION Valves shall be installed as indicated on the drawings in accordance with the manufacturer's recommendations unless otherwise directed by the Engineer. The configuration of valve vent piping shall be as shown on the drawings or as directed by the Engineer. 3.02 VALVE SCHEDULE 3.03 The quantity and location of valves furnished shall be as shown on the drawings. Each air release valve shall have a 2" threaded inlet opening as specified and shall operate at a working pressure of 150 psi. PROTECTIVE COATING The interior and exterior metal surfaces of valves (except stainless steel components) shall be shop coated for corrosion protection as noted in Paragraph 2.0. Valves with polished or machined surfaces will be coated with a Rust -Preventive compound. The epoxy paint used to coat interior surfaces shall comply with AWWA C550 and shall be free of holidays. 15108 - Air Release Valves Page 2 of 3 If valve coating is damaged during shipment, storage or installation, Contractor will repair to satisfaction of Engineer using IPC System 8 (Scotch Kote 134) a repair kit per the coating manufacturer's recommendation. 3.04 SHUT-OFF VALVES To facilitate removal for maintenance, each air release valve shall incorporate a shut off gate valve in the inlet piping, see Technical Specification 15104 - Gate Valves. 15108 - Air Release Valves Page 3 of 3 APPENDIX 1 EXAMPLE DELIVERY ORDER THE PURPOSE OF THIS EXAMPLE DELIVERY ORDER IS TO PROVIDE THE CONTRACTOR WITH THE ANTICIPATED FORMAT OF THE PROJECT DELIVERY ORDERS. PLEASE ALSO NOTE THAT EACH EXAMPLE DELIVERY ORDER ONLY CONTAINS ONE (1) SITE LOCATION. THE DELIVERY ORDERS ISSUED WILL LIKELY CONTAIN MULTIPLE SITES. January 9, 2017 Mr. Jeff Edmonds, P. E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Job No.: 33760.B3.02 TRANSMITTED VIA EMAIL Re: City -Wide Distribution System Repair & Replacement 2017 - ID/IQ Procurement, (No.: E16294) Dear Jeff, Please find attached the contractor information packet for Delivery Order No. UE -1, for the above referenced project. The delivery order consists of one (1) site location in the City of Corpus Christi. The work for the site location is described below and in the attached exhibits. Site #1 — Sokol Drive The affected water asset is a segment of 8 -inch ACP water main pipe, located in Sokol Drive between Milam Street and Alaniz Street. The water main is an old asbestos cement pipe that needs to be replaced. The recommended water main replacement method is by remove and replace. The water main depth at the location of the work is approximately 3 -ft deep. Shoring, with a trench box will be at the discretion of the contractor, but he will be expected to minimize the amount of disturbance. The preliminary cost estimate for this site is $183,430 and the typical working time allowed is 24 calendar days not including 3 days mobilization, per the table in the Contract Documents. We recommend that the City proceed with the issuance of Delivery Order No. UE -1. If you have any questions please feel free to give me a call. Sincerely, URBAN ENGINEERING TBPE Firm No. F-145 Dtru vvv--ol\AC J. Douglas McMullan, P.E. Encl. cc: Daniel Deng, P.E. Major Projects, City of Corpus Christi (361)854-3101 2725 SWANTNER DRIVE CORPUS CHRISTI, TEXAS 78404 www.urbaneng.com TBPE Firm #145 TBPLS Firm #10032400 FAX (361) 854-6001 cel E URBAN ENGINEERING f 145E SRN N0. 45, 19RS PAM N0. 10032400 2725SI57:ER OR.1ttl5F6 CHM. .1X1510. PNOl5 35155..301 t*WUn&NENO.COM U.E. JOB NO. 3376O.B3.O2 PROGRAMMED WATERUNE SERVICE UFE EXTENSION CITY-WIDE DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT ID/IQ PROCUREMENT CITY PROJECT # E18610 SITE LOCATIONS SCALE: N.T.S. Legend WaterPipe GasPipe StormPipe WWPipe • VWVManholes • Storm MH Da WaterValves WaterHydrants Da WWValves GasValves UE -1 Site 1 - Sokol Drive 1 inch = 200 feet CITY WIDE WATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017 - (IDIQ) PROCUREMENT CITY PROJECT NUMBER E16294 Site 1 - Sokol Drive Item DESCRIPTION QTY. UNIT Unit Cost Total Al Mobilization/Bonds/Insurance 1 LS $22,560.00 $22,560.00 B19 Remove and Dispose of 8" Diam. ACP Waterline (Up to 42" of Cover) 675 LF $30.68 $20,709.00 B53 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) 675 LF $36.24 $24,462.00 B161 Furnish and Install 8" R/W Gate Valve 2 EA $1,377.06 $2,754.12 B180 Furnish and Install 8" 45 Deg Bend (MJ) 4 EA $315.06 $1,260.24 B182 Furnish and Install 8" Reducers - All Sizes (MJ) 2 EA $236.00 $472.00 B199 Remove and Replace 5/8" to 3/4" Copper Service (Up to 42" of Cover) 8 EA $369.34 $2,954.72 B211 Connect to Existing 4" Water Main 1 EA $1,430.06 $1,430.06 B212 Connect to Existing 6" Water Main 2 EA $1,684.71 $3,369.42 B213 Connect to Existing 8" Water Main 2 EA $2,012.27 $4,024.54 B240 Furnish and Install FH Assembly with Short Lead (Tee, Pipe and Valve) (Up to 42" of Cover) 2 EA $8,900.00 $17,800.00 B251 Furnish and Install Trench Safety for Remove and Install Waterline (Up to 42" of Cover) 1350 LF $1.18 $1,593.00 B255 Furnish and Install Cement Stabilized Sand 330 TONS $63.10 $20,823.00 B257 Furnish and Install Asphalt Pavement Repair 225 SY $76.70 $17,257.50 B265 Furnish and Install Concrete Driveway Repair 480 SF $9.74 $4,675.20 B267 Furnish and Install Concrete Curb and Gutter Repair 100 LF $20.06 $2,006.00 B269 Furnish and Install Concrete Sidewalk Repair 100 SF $8.85 $885.00 B315 Furnish and Install Signing and Traffic Control (Scenario 1) 24 Day $354.00 $8,496.00 B335 Furnish and Install Fiber Rolls 20 LF $4.26 $85.20 B345 Preconstruction Exploratory Excavation (Up to 5' Depth) 40 LF $47.20 $1,888.00 Subtotal $159,505.00 Emergency Coefficient = 0 Allowance for Unanticipated Work Items and Quantity Adjustments (15%) Mobilization Payment = (X -Z) * Y / ($5,100,000 - X), see Technical Specification 01000 Where, X = Bid Item total for Mob/Demob, Bonds and Ins. Y = Cost of Each D.O. (w/o Mobilization) Z = Payment Made for Bonds and Insurance (Max of 1% of Total Contract Amount) Mobilization Payment = ($765,000-$51,000)"(DO Cost/($5,100,000-$765,000)) = Total Delivery Order Total $0.00 $23,925.75 $183,430.75 $22,560.00 By signing below the Contractor agrees to complete the work outlined in Delivery Order No. UE -1 within 24 Calendar Days from the date of mobilization for a total value not to exceed $183,430.75. The Contractor understands that the 15% allowance must be authorized in writing by a designated representative of the City of Corpus Christi, and all deviations, additions or subtractions to the quantities above shall be submitted to the City in the form if an RFQ for review and approval, prior to any changes being made. The Contractor is aware of liquidated damages of $750/day for this work. Authorized Representative Company Name Date DO No. UE 1 Site 1- Sokol Drive Looking East on Sokol Drive Looking West on Sokol Drive January 9, 2017 Mr. Jeff Edmonds, P. E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469 Job No.: 33760.B3.02 TRANSMITTED VIA EMAIL Re: City -Wide Distribution System Repair & Replacement 2017 - ID/IQ Procurement (No.: E16294) Dear Jeff, Please find attached the contractor information packet for Emergency Delivery Order No. UE -1, for the above referenced project. The delivery order consists of one (1) site location in the City of Corpus Christi. The work for the site location is described below and in the attached exhibits. Site #1 — Sokol Drive The affected water asset is a segment of 8 -inch ACP water main pipe, located in Sokol Drive between Milam Street and Alaniz Street. The water main is an old asbestos cement pipe that needs to be replaced. The recommended water main replacement method is by remove and replace. The water main depth at the location of the work is approximately 3 -ft deep. Shoring, with a trench box will be at the discretion of the contractor, but he will be expected to minimize the amount of disturbance. The preliminary cost estimate for this site is $272,285 and the typical working time allowed is 20 calendar days, not including 1 day for mobilization per the table in the Contract Documents. We recommend that the City proceed with the issuance of Delivery Order No. UE -1. If you have any questions please feel free to give me a call. Sincerely, URBAN ENGINEERING TBPE Firm No. F-145 i J. Douglas McMullan, P.E. Encl. cc: Daniel Deng, P.E. Major Projects, City of Corpus Christi (361)854-3101 2725 SWANTNER DRIVE CORPUS CHRISTI, TEXAS 78404 www.urbaneng.com TBPE Firm 4145 TBPLS Firm 410032400 FAX (361) 854-6001 cel E URBAN ENGINEERING f 145E SRN N0. 45, 19RS PAM N0. 10032400 2725SI57:ER OR.1ttl5F6 CHM. .1X1510. PNOl5 35155..301 t*WUn&NENO.COM U.E. JOB NO. 3376O.B3.O2 PROGRAMMED WATERUNE SERVICE UFE EXTENSION CITY-WIDE DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT ID/IQ PROCUREMENT CITY PROJECT # E18610 SITE LOCATIONS SCALE: N.T.S. Legend WaterPipe GasPipe StormPipe WWPipe • VWVManholes • Storm MH Da WaterValves WaterHydrants Da WWValves GasValves UE -1 Site 1 - Sokol Drive 1 inch = 200 feet CITY WIDE WATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017 - (IDIQ) PROCUREMENT CITY PROJECT NUMBER E16294 Site 1 - Sokol Drive - Emergency Item DESCRIPTION QTY. UNIT Unit Cost Total Al Mobilization/Bonds/Insurance 1 LS $22,320.00 $22,320.00 B19 Remove and Dispose of 8" Diam. ACP Waterline (Up to 42" of Cover) 675 LF $30.68 $20,709.00 B53 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) 675 LF $36.24 $24,462.00 B161 Furnish and Install 8" R/W Gate Valve 2 EA $1,377.06 $2,754.12 B180 Furnish and Install 8" 45 Deg Bend (MJ) 4 EA $315.06 $1,260.24 B182 Furnish and Install 8" Reducers - All Sizes (MJ) 2 EA $236.00 $472.00 B199 Remove and Replace 5/8" to 3/4" Copper Service (Up to 42" of Cover) 8 EA $369.34 $2,954.72 B211 Connect to Existing 4" Water Main 1 EA $1,430.06 $1,430.06 B212 Connect to Existing 6" Water Main 2 EA $1,684.71 $3,369.42 B213 Connect to Existing 8" Water Main 2 EA $2,012.27 $4,024.54 B240 Furnish and Install FH Assembly with Short Lead (Tee, Pipe and Valve) (Up to 2 EA $8,900.00 $17,800.00 42" of Cover) B251 Furnish and Install Trench Safety for Remove and Install Waterline (Up to 42" of Cover) 1350 LF $1.18 $1,593.00 B255 Furnish and Install Cement Stabilized Sand 330 TONS $63.10 $20,823.00 B257 Furnish and Install Asphalt Pavement Repair 225 SY $76.70 $17,257.50 B265 Furnish and Install Concrete Driveway Repair 480 SF $9.74 $4,675.20 B267 Furnish and Install Concrete Curb and Gutter Repair 100 LF $20.06 $2,006.00 B269 Furnish and Install Concrete Sidewalk Repair 100 SF $8.85 $885.00 B315 Furnish and Install Signing and Traffic Control (Scenario 1) 20 Day $354.00 $7,080.00 B335 Furnish and Install Fiber Rolls 20 LF $4.26 $85.20 B345 Preconstruction Exploratory Excavation (Up to 5' Depth) 40 LF $47.20 $1,888.00 Subtotal $157,849.00 Emergency Coefficient = 1.5 Allowance for Unanticipated Work Items and Quantity Adjustments (15%) Mobilization Payment = (X -Z) * Y / ($5,100,000 - X), see Technical Specification 01000 Where, X = Bid Item total for Mob/Demob, Bonds and Ins. Y = Cost of Each D.O. (w/o Mobilization) Z = Payment Made for Bonds and Insurance (Max of 1 %o of Total Contract Amount) Mobilization Payment = ($765,000-$51,000)*(DO Cost/($5,100,000-$765,000)) = Total Delivery Order Total $236,770.00 $35,515.50 $272,285.50 $22,320.00 By signing below the Contractor agrees to complete the work outlined in Delivery Order No. UE -1 within 20 Calendar Days from the date of mobilization for a total value not to exceed $272,285.50. The Contractor understands that the 15% allowance must be authorized in writing by a designated representative of the City of Corpus Christi, and all deviations, additions or subtractions to the quantities above shall be submitted to the City in the form if an RFQ for review and approval, prior to any changes being made. The Contractor is aware of liquidated damages of $750/day for this work. Authorized Representative Company Name Page 1 of 1 Date DO No. UE 1 Site 1- Sokol Drive Looking East on Sokol Drive Looking West on Sokol Drive SHEET INDEX SHEET NO. DESCRIPTIONr DE ,m r.0.. /3760.8601 e 7 CALL BEFORE YOU DIG! wcn .. WIOW. �C4AILWInr9.•M9 YA a M.. B! ( 4(0 8OW' MR FUN RR, 1. LEDEYRU. DETAIL4070SWmIXS TOM SCHEDULE �. ccnrERA rro¢s . OEM. SCENARIOS 0 a 3) 5. DD., (I Or 3) d ^� •-� I® a � o ('LFII i' °! " - •d _ p a p THE LONE STAR scums B 005.0 Y SCENWIOs (I Or 3) 7. 7N4LE11ANEO S WATER DETAILS NUECES B.AY NOTIFlEA0RN4 r AT 1-800-660-81465-534 4 B IRARC CD., (T OF 5) 9. (RvriC CONTROL (2 OF 5) c E �� ra 1181. COMO 0 Or 5) O. TRAIT. CONTROL (4 OF 52 • O. (RAVER' CONTROL (5 or 5) 'IYx4 r3 poor BARRCACE t CONSTRUCTION GENERAL NOTES t WOWREDEBC! 0-11 - (I OF 121 u. TAWr BWRI OE t CONSTRUCTION antra LIMITS &'(11-73 - (2 (2 Or r2) •.°144IR 76 IAMr BARRVDE t CDNSIRUCTIANV RLFDPAM 6 NOTES BC(4} 13 - (4 12) 15. T aWRIWY t CONSTRUCT. WORN TONE SPEED LYWr BC(3)-u - (J OF i4) LEMA ILE ENGINEERING '.. t§ e 999 A' 6]- s 4 9 x I �E1 t CONSTRUCTION FIR64678 SIGN BC(0065400 - (5 OF t) `�i t8 72007 BARRICADE 54844/ 4WAIT_ 1 18 MOT 54600 2 CONSTRUCTION PORTABLE CNA/GEABLE UM. SIG' 8C(6) -IJ - (6 OF 721 r9. noor BWMCYIE t CONSTRCNON ARA, PANEL, RERECTO4x WARNING LCJRS t ATTENUATOR BC(7)-i3 - (7 Cr 1) wi u € 9 _ ' �, ' , 0'1 PO. MOT SAW. h CONSTR4/7700 CNWNELIZ 5 DEVICES X'(8)-13 - (6 OF I1) ►` 2(. 1008/ BARRICADE t CONSDNRDON CNAtt8i 802 2urea08045 %y9}13 - (9 OF 12) CORPUS CHRISTI SAY 22. 70007 BARRICADE t COASTRYIC7274 CHANNE74? 0 VENUES ay)a)-1J - (TD of ITE) 23 T#O7 BA NW& t CONFRUCTWN PACUOT MARIRIOS 7071)-T3 - (I t OF /2) 24. MOT BARRICADE t CONSTRUCTION PAMIEM7 AWN.. PATTERNS 8C(11)-71 - 01 OF I1) GENERAL NOTES 0 BACN7HL t EY&DA.7 DEALS 25 017 OF ORALS CRISP WATER STANDARD 0447005 WATER 0800/( ` •. 1411101 7.11 `� 4., 26 OW OF 21 CRY OF 28 CDY OF 19. an OF I0. CRY OF 37. CRY OF 32 CRY OF 31 CRY OF 34 CRY O' JS CTT OF 36. CRY P' 37. 041 80,0 ORPrIS CRDR WATER A,4441R0 L6TALL5 FRSE MMWT, NAVE BOX AND (AI DNR5 CNR15D WATER STANDARD IXTMS A0.HISBKNi$ Pg. DETAILS, RISER DE7AM5 t 1YP, VALVE LAYOUT ORRIS CHRISM WATER STANDARD DETAILS DAN TO SfR.F. DETAILS ANO OMERS ORPUS CR15TI mama, 57M.OW DETAILS REN0I5OLE MM../ DRRn CHRISTI WASTEWATER SUMO& DETAILS IB01TAMN Lf EMT. TAW. t ANN., MVC t COYER MTM, ORP, CHRISTI WASTEWATER STANDARD OE7045 AR RELEASE 2444£ BOLL440 AND SERV. CpWECIRW DETAILS ORHS GRIST WASTEWATER STANDARD 067145 04244EN7 REPMNT/SAG075L/;1NER41 160785/D1.5, 0(7000 ORPUS CHRISTI CONCRETE PAVEMENT STANDARD WAITS ORH/S CHRISTI COM OTTER NO S.W. DETAILS STANDARD DENS LRPIAS CRISP DmrEw r STNIOARD DETAILS 61 OF 31 ORP. DR. ORAL WAr ONp4Po DETAILS' (2 OF 3) Y 4 OE/NLS (3 OF J) CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services B $$ a 4 PROJECT SRE V ■ 39 7`' CURB RAR STANDARDS (1 C' 4) PED ST NCUR RAW STANDARDS6I OF D. PED£SIR, CURB RAMP STANDARDS (2 OF 4) , O.ANDARDS CITY NBOE CORPUS CHRIST. TEXAS �, 4. i P.M. CURB RMP STANDARDS . D7 4) . � CD 4T. STOAT WATER POW .N PREWYIDW STANDARD DETAILS ,- •� AVO cxwac snu 4.7 V^ 9o 1 5 5 Y z ; CL CL U = N PLANS FOR a• CIT-WIDE WATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017 - (IDIQ) PROCUREMENT N January 2017 CITY PROJECT #E16294 PREPARED BY • �N 11 ENGINEERING R6 EASEo crars�N .- ,� � ( 01 A! 42 REGLADDRAWS ND AAAA —07 CRY gtQIECT 1 E16194.. 7wrw. ci.v+w�m mA5m At 050/47 77 E1rgTrieum9 5emces ww�e"41» w'�oi4A6+..° wic� B,A,227ND.5.7.3167,ADALHAnc AAA =UM Fr p rr te . • SECTOR GUT DIRECTOR SECTOR OR DETAL NARK QUM (BY LET.) O Emtla nrzur xAnHwE�z* sppx mrMCAi« % OETxI pfT"` °" w S sxDRn �6 BTDWn A I ETAI L TITLE 5 °np.,� /_` — za �E' z.a R➢F7 ESE°�R_T..SG.BECwx BONG 21Tnc REYmWHIRE °" B DRAWN www N IlfYfo uTxl a w,w 6 W Wawxo. E.�SWxp p.ERHEAp EIE<,W�<A, ` TESTING SCHEDULE lE URRBAN i as .11 4. DESCRIPTION RATE EST. QUANTITY STANDARD PROCTOR - TRENCH M PER PAVEMENT REPAIR PAY LIMITS = STANDARD PROCTOR - BDDDRADB OENSIDES - RADE 0.2..IT STREET) STREE"LE ET PER ENCHnRT o LF/w,wN TABLE A PIPE BURSTING DENSMFS - SuBORAOE (COW STREET) DENSITIES - RADE (mrrtWAATTS) 4/401E/DT, PER 2 DRNEWATS UP TO ADR. HAWN,. (m 12.0 - RADE (5IDEWATWO) CN PT RPE BUNT INSERTION, _ <Z TN.0 DEwMEs BEHIND CURB AND BITER TER pp N TD MAX, PAV.011 T TO m 12.0 SINE ANALYSIS PER 3000 CYUP RPE 6DRBT RECENT. 50 u--a CONER 160 PER woo cy CDR (STANDARD) wET BALL milL 'rEST DN.. TEST PER IATERIAL SURGE PER MATERIAL SOURCE PER MATERIAL- TABLE B SERVICE REPLACEMENT DENSM6 OF COMPACTED 002E (60500T STREET) DENSITIES Of COMPACTED TSE (CONCRETE STREET) REHBM. RE COMPACTED RADE (C&G) /�E/.�� B� 0/ LP/LANE/MT PER 200 f p 20 WIMH 06OIR 440 (DM TOTAL IERG,x) W wAT °U(5) °' (T0) I SI, DESCRIPTION aiY-WIDE WAIER =mom SYSIEU REPAIR AND RERACE ENT 2017 - (000) PROCUREIIEHT LEGEND, DETAIL SYMBOLS, TESTING SCHEDULE NOT-410, ASPHALT (RAD,)MIS ExTRAL-RoN, siEvE µALysts US DENSITY & PER 500 TONS OR DAY PER 500 TONS OR DAY TOR I OF WATER UNES EY CONAIDDRAL MERCIIPIO ASPHALT IliECTETCAL r(R�CE METHOD) TEMPERATURE - THICKNESS - LACEO(CORE> M PER 500 TONS OR DAY PER .0 LE STREET - WORKING TIME TABLE R THEORETICAL DENSE (INRACE R (CORE) PER 1000 LF STREEr PER 1000 LE STREET - DESCRIPTOR MARC 0K )00) , NUO*Wn EDP NON-rs / EMERGENCY CONCRETE, ATTR LINE ATR To 40' Of ca00i 00 05 / 000 IT 0204 / 020 Er COMPRESSION, ]. T., a xB G» CURB c ITER / CURBa< PER 500 LEC / CURD TO WA [2,06J40-]x' 00[07 P.EHAB WATER IME RPf ._2' DE OMR) PAYS / 00D u 5 DAYS / 6W if 5 0 L0001T /.WD LE +MEW..S ANT WIND GrnS 0 +Min.. PER 2500 05 PER 2500 TO 10 _1DP _Lx'<DRfR) INSTALL WATER ONE WATER RNP I TOA PPE &>MTIx6 ]PAYS/6roN MYS/6p LE = DAYS LO____00PAY/� LI I _ CURB, POST & CRATE ETS BOX CULVERTS PER 6 EACH WELL POINTING FOR LINES DRIVEWAYREMOVE .4 REPUGE OR SIDEWALK PAY / 400 N 05 MYS 1//0MD If (GST-IN WINOWALLS EACx HYDRANTINSTALL FIRE I DA W5705 DAY / 2 WOES IES (GST-Ix-vucOPER _ _ CENT (ACROSS STREET CURB TO CURB) 2 6Y5 / CUT I PAY / CUT RASE/EDDTxD RIGID PAVEMENT, PER TD EACH TD INSTALI PAVEMENT(ALONG STS MICE REMO. x Raj 600 V G/ �iF T Mr 7-00-1.2- DA/ COMPRESSSTRENGTH (]xiR DAY)M0(BEAM) SMEn40 )0 R m DAY) . CONTENT SLUMP pER 2500 Sy OR DAy- PER 2500 SY OR DAY PER 2500 SY OR DAY QfARWGRUB 064: WORKING TIME SHOWN IN RAS TABLE IS IN CNDIDAR DAYS. IMY/50]24 U.SMY/5000 CM Nell,ATED GLIM, ME unRE. RESEW. TAD NCM TO 00110/XT NOM. TESINC AT GENERAL NOES SIDEWALKS AND DREMS WAR3t __ MEC LEE. JON NO..v>BO.eR.0< xExxm D.E./BP 1IwxN 0 1 v (IOF MLR DE) cans-ne°�`no' OWE. PE MEM a COW.OF RPUS _ OCTROL TEEM UNES UP TO 15T -1N EmECrcx EN PEE., BR IS NT LIMED 10 WATEL DOW. SHALL SE ENWEID SUM TOW TEMPOR. TRAM CONTROL MEASURES. WO W NEED GPM Pf. DIMP.M. 1. TIMM ORME. m;W/RAMPS.aRRR µo smRxEDWR,w RrEs �WE MOT .Ra.FOR WATER CONNECTION 11.1XS. OLP THE DORMER Of TIE ERECT IN ACCORDANCE WM TE M.S W,m Cm, OP7W OwyNyRR Pwmx71 m CT,�.� m2E P.1WW1 a HMORx PETE w ro Ecu acs" sHy1 ER wax. 51. BE. TO REGAN IN SEACE SHALL BE WEED . REN OWE CO.OL ... EEC CO.OL P lLEM. SGLL BE DOERWINED IN ME nap AT THE TEE 6 comm. TO INSURE ..‘.........L.. C....1..1...F.... ‘... 'L... 4. TWDOO=R1rDULNIV9eNVAZOIN'l almw 1WO BC s m .rcw.a�l pow mwsmoxs ro is.. a xOmE OOA. C 184vµ[0. w m as NEEm0 avz /t1 PETTED 1.5 .. ESTIMATED TRANSITION LEWIS OF NT SION. RUN.S . W.A. ALPE 2 BID EV.ARON WILL BE .ED ON TIE ...Tr, OLI.NES SHOWN IX THE T1D w s w1rANN .. POR w SvEu E CmO Pm W- d..... -.P mwmp mcw0 TE µ1w 0uwimw ua00 x TE w7m. TEE. SPIXRE15.91 CONCRETE0mWmra MD w psmR51. l ME CNN. METOPE. 5rFop pFop _ "CTTIM) Ru PROEM nµ cwmmOP wm WO 0ExRRE DowE LmWATER EEL 9.16 c"� lE0 AND DEM. TRANSOMS OF OTHER rtILIVITFILOS wwuaaw[vx TOEwwWwxuwtt P...MD, ETC.) sww LEE osTANCE, Tow, DEF.. TEGALL, TO BE ARMED BY 9MR. 0.15 ADA atm DUN. DARING ...IOUS SEGO.. OF WORK, 0.1. SU..E.PERLAM MDR ORAWINGS WILL DP.. a BASED ON BE REACT W. m a ME UPRISE FOR PEEING S. STIDEE ITWORNIN DRAW.. u"w ( _op.so.99.E y10 xdxroxry CxwCEs in wCxi[7 5x41 BE wwnw imxm.o. op..' N.. 9 E m p; ,N,DNN EERETEG R.. pg REPLACED A -K01 DM REGARD 10 T. AND THICIDESS OF MPR. AND Sal BE IND ...HORT 11.01.. PE 5. BE LOORDINA. WITH IHE Ort" TIE DERMTAI. STREW.. MO MD/ ASSOCS. ITORR ma tar pyo FOR SWAMP BCT .9 BE GED. TO NEES. THE ENGIN. RE .0 1.RPOETE . USE Of SUR.anauOrt IN CTE C n . 0000[75 vm w MAPLE 000.0 a DEP). n nxww OF 10 FE WON m[OW c TO PROHIBIT '. CO...a8. WRITE WO SEEM CONNECTIONS TO THE ET. WATERLINE ME BE PAID . AS PER END ma. ,,, q s mx0uw CTE rues uu MEOCIPAOD GMT MALL ER SUB... 1' SrIE'TMELET.E.IIE TM LOND COXDOTIS MD .51.115 MOM 1M BE OTHER E P.wCRCUMSTRICES. W. WEED BY THE OAR, NEW C.RETE mB"7"wH SPEC. COGE.51 AND S. BE RUED MI GMUT AND COPED. P.STRMIS FROM P.S. W�u o MP a 0 E WO Of m smart mire. MP em E ircRE EE°STATE TO BE AND MEETDEMOUSHED AND REMOVED x[s"umnx S. BE o. cLpos. ENEWITTED DURING PE 9.5E Of CO.RUCEN. FE SGIL PITEORLI TIE ms .LL STOP laraingti 5. METE [MANSION 30.11 PEELER CTE OVERALL PTE'CL P cWRapxm,.x0. mamud wOErtT21. Of A2 x`' IN AS MMIE MS MO DIST .CRETE, DETECTOR .1 PLACE 91��y� I. COORDINATE Au RMEE. .i van u SET DENS W. PRER TO CTE µmL PM EPROM. UT MAY sw,10E xEl'. 717187 GAS LIES 5 WING PPE BURST OR RENTED LI rz 5. PRE TO BECANHINC Guaic wwrtmr �iimss is risn a CTE pu15.74, CONTRACTOR TIE 0.6.1. SM. PROVIDE A 191POERY WATER SUPPLY TO . A.R. sxw rm BE w0 ra 0rscnv BM casrzvEO END. DOWELS .1 BE MT Al 162 C -C ME 0.ETLEIT 12.1 BE REVONSIBLE FOR INIUNION Of REPRO OAS Ramos . THE CON.C. PROC. TEEM THE .5. cossmucToN HE .1 ANN OPLACED. THE WA. SUPPLY SIMIT BE TESTED A. w OPEwnw PREP E0 IN CTE PRES.. a R cm CREwwENT.1 0111 AMU. PROPERTY MOS IN ARM At MT .C1PATFE ME TO m w AS WS PRIOR TO TO NANO RLR. 1x0 RBwea RESPONSIBLE,2N. VER. 'N'10wms, PEE wµESOa 000 10. WERT RERwaxnE/1 EMT BE 118.1 Bµ¢ R 12 w CORER. ` nc cm unum DEN m WE rte CTR xR W/ PEN . AND CORRESPONDENCE 000.1. INSPECTIONS 1.1 THE UMW Of SER. PIED .N. CRY ertPiExnEcroP PRIOR TOAll mw BEING COVERED RI IPS IN ADVAXCE """ .11. THE CCX1pACpANICIpR,En/REw m Tati°Gx sx"RIR WE OR �. B: sIN ND WAY Y. "` EI AND GlTTER SPE621 11MECf1ON FOR SEONENtlNG WORK E. ooarwl.,w� AS OESCR o �x CTES. CONECTOP SELL BE RESPONS1. RE x°E�Ia„01,PPECTIE L's 8 i 1\x _p tl C g¢a 'd 0 URBENGINAN $� �$ ; 'g. $ga ggp �11� TO COVER EVERY POSSIBLE SCWARIO EAT COED WISE OR FEY FE REM 1. THE N. TNT MAY Bt ERE . COWRIE ME ME 611/ REDS Mr .ED IN TIE WNW(ERRE � O.RS AND PAD FOR AT THE WIT PRIM BEL IF ADanco, BD aa ME R.I.X'�°p LL6x�Ep" .18E CREED .m ,� SOL ET Is FREE Of DIMS PM... 11MaNANCE RxCis Gy PE 5cw CTR xo PERE EA. ,.R s m1mRaN'°nw1P2� ;E�y"'�ER,.., aom S.,CSRNOTMEBroCTEWOESEWN�xB<SE„PEsOEMD ALL BE .D. 00 1118.00 BY PE OAR AT ME Oaf OF CURB 6 OMER TO OWE Ems., TAIE GUT. SLOPE .1 BE To S.W.Na waw w,.wEs PPREVEM MI. za 70.5 ,,11 SII. a•'"ow'sw1 a PIED 7WRE . 8 BE 5 .19 ACQUIRING DAT AMT. OFF-STE Bm OP Pis PROP. mw Wu ER 71700® LTA -4,- wean STORY WATER UES BACKS. B. WaR 1718 2m EEE.. 180 EERCP sw,1 BE 10 PROMO .1.0 LET OPEN AMR H.AL MI5 ... M.S. SUB5m5 0000 510 50la APPROPRIATE PRETE IN 11. Mr Of Mkt 10 1. 00. 0103 ALMS SHALL WAS 0 9 111.1. UNLESS NOW onewnsE. 7. ra,. mows co across AND awno . NECIESSINY REPARS TO P. T. FACLIIM MK IN SERA. At NO INCASN1 IN PROPOSED CONSTRUCT., U.. C... NOM. MS AMMT LL r Na ROADWAY CO�,mwBON) s "eEREP ATM 2 ASS Or P." TO DE ...PR OF la BM 9.1 BE COX... SEEM TO unurr IMPRORMENTS. W.. PARENT SALL BE MADE FOR 1115 RCM S.C.. PAM. TONG1.510-9110. JOINTS PER AMR C-76 OR MATUETED 1-OPE .L .L PIPE MAXECTUED 0. wow .. up. sEnoE . np. 100,.. pq. yo Eppo 1. owc pAyEmENT. IN ELOPE. 11. Asm ram AND Arm D.. WEEP TAMT ars morn. Ass Tim 10_PERFORRED NO SEPARATE BID RDA IS 1.13. TOP Of PIPE EMENS5 MO SUBSTALE CIR Ma COURSE. II. PE COM.. SHALL BE RESPON51. FOR KW.. AM ISMS. PM. TO 11 4. ,. THE s w,ReNmwN, x17180 SEPARATE ll 7STATE T- WR. O x ow .HERE w MM. CREPE SIT.TME IS ro BE PWRn'ur RM. TIE WDEMS IN TM 12. ME CORRECTOR 5X. BE REX.. FOR WED MERE 92.0.0 STORM 110. LINES IS TO BE COG.. TO 2. NO TREES SHAW BE CLIT DEO OR REMOMO .5111. WREN COWER Of ME OM. TREE RP�n/1.BOx.OF TM PROJECT CRR 7 CTE CaRmOCBON . WR�xOx OF m EDORs PEER TSMEARY TO TM O s O 1811 OE BE REQUIRED .R TONGUE w0FOR SEP.. BUT RPI INMAM.TE. .TRAMOR IS 11.936 ,,r �.IN APPR`snR°xRB E. TIE CO` � 6 RESORT.w .a'FO s. REMO..xRAPPURTENANT mwres wxcED AS . RESULT OF ww,Rws.TRUCEMES MERLE ARE SEMI AND TO1 NI SpOxS�Bw POR MEM .NRJ I BY 1 oN CRY—WIDE WATER DISIPoRUIIDN SYSTEM REPNR AND REPLACEMENT 2017 — (IDIO) PROCUREMENT GENERAL NOTES GROOM C.ELIANS. REMO. AND .LED WI. RESIDENTS AND BUSINE.S AT ALL WES DURING OONSTRUCTON. 8. VERIE STORM MTER 11. WOE 5 ERFOR. UNDER AR. Of THE MS. ROAD. OR 020,E .5oRy . LEEN ESU., Dan FOR WARS. 13 WHERE AMES TO W. LINES LOCOED NI,EWE.TS REWIRES .T TIE =WC. Z1.0.1.11, . CONTWICTOR SHALL APPLY SURFACE TREADED ON TOP OF THE 10. OR ' PIE CO=OP'S'Imm NOT° DISPANCE9' ALONG PAM TAT OD . "'MIT.= 117 'DOCIPA'TDN'L CEPRO="01=10191NMW=PLEBOEnrg Er EMOTE GEE „rs�."MD FDPOSED s ON ExEa TEAM.) w, BE wCE PROPERTY OWITS Of METED .ESS, NW. ME TIM AND TATE OF T. A, ALL SMORDA PIPE Arlo . JOIMS SHALL REAM PENNED PIAMIC .1.1110 .POUND 943 5 9.9 OF Du. PO. IN DESPOTED WES W. BE IWO FOR AT ME WM PRICE al PE .U.ED .ESS. NO .E55 SaL BE MADE 01.. PRIOR 9390. IN WM DONT WRAP. COMMON SHALL POTADCA EAPORIE .CE fli. THE ME 91 CASTING .CE IS REMOVED 10 FROM T. PROPER, ODER. IF ACCESS BY ME PRO., .. IS ONED. THE ME PRO.. FENCE IS REPLACED. MIS WORK 1. NOT BE PAID NOR 01.0. BUT conscroR sp. No. TIE cas MEMO. maTECTOR or cps DD. RED SuBSDART TO . DAMS DO Ir.. OP.15. THE ate.NTETOR ME CTE FOLLORNO GMT. STOCK PI. ON. IN ME - OF GM CTE OW Ras TWIN, .) 2000 ER 0..w C -PBC OPT PVC PAPE "`,11h!''"' x 72000 1B EC PPE C) 9) lmwawi crz vµ18 ""0 0r FENCE S.1 REGO w .CE amL DISTURB. AP. mins CB,E VALVES GM ACTT. 79 WE. COVER. PIES, yw CTE .mwnCR a«L1 OmON OBLIM AND PAY TOR OCnw PEED. w0 DOMES PERM OLE S w THE WASE WATER LING B, CTE Cam1w2OR.2 NO AMP. COSMO IE OWNER. EEG COWER 1. OM/ GREEN OR PURPLE ITT PVC PIPE S. BE USED FOR METE WA. WO TEAM 01/Rm SURVEY . EMT.00x1 m1 02 LOCATE10 ROBR 1.W0P TO S� 1 WERE EEG ASP.T WO COIC.E APE TO BE . DEE CRS SG9 BE . WERE NW 9920 PVC NMI WA. WES ME TO BE P.ED WACENT TO AN ES. EON. AMIG AND STOOK RS BID. TREE . MADE MX A SW. 9 A LA.AL .S.MCE OF LESS TIMT 8 FED.. SECTION OF S.ER SHALL BE PRESSURE RAM 11 CON.TOR Se. COO... .EDULE, PUBSO NONIXATIONS ETC.. RI, cm RUBE E.B, P., W. CO93-DRDS NON -BLUE COLORED. THIS gm, .LL NO1 EC MD FOR MP.. BUT IMORMATI. OTOS. Cx.W,05. R sPu WAN PROCTOR 0Ear5 POOP TO RACE. OF .5TONE BASE, e N. ^0°-`69B50BOR 751 , W. i .*9.ENE N SI. BE .S10511. SUBS0.10 PE PROPOSED .rE NAM x x WN,E 18,0 CO011/51 m ER PSREO . a D. a ms Gm., MI5 Df OPE. 8.9 "�°'aORo` ; nOBCTE i:�NWO norm 2 CROWD MS.. IN R ERROL. PE 11.11.E PE LENH.5 ARE DESIGNED FOR EEC wm°x0 xxp 05.1DESIGN S.M. s. DIA. ORTHAN DR 074 a.ATE MD1 EIE WM... °EssN", X n S05 BELOW :RPE PROCTORSAN W o/OR VERTICAL sOEED7Rs w. ff` , 9/6. COURS. 2511 EICH ESTI. Bur -- NOT I.NEN REPKO. M. VMS. WATER WINS aill N. WO WASTEWATER . NO vow.R CONNECT TO EXISTING 6" WATER MAIN US. . 51. 4.' ' 1: 4( e 8 11 51....C. SMARTS W. 1 - Poen as In street ISSCRIFTION Unit Cost Total liiiir All....lization/Bonds/Tneurance B17 .1 0160 Remove and Diwose of 6" Dias. ACP Waterline (Up to 9.21 of Cover) 1....d. install 6" Dias WOO DR10 PIC Waterline (Up to 92. of Cover/ Sarni. old Install 6^ R/e 6irte valve 1 Ls 500 LP 500 Le 2 . REMOVE AND DISPOSA''E 0711117111(1" illy;441WW 47. 500LF OF 6" AC PIPE 11111Ntfr, ; Alp Tr AND INSTALL 6" C900 ' 44r -4.' 0173 017S 0212 0213 0.0 pm.. and nstall 6^ 95 nes Bend I. Bur.. and InstW1 6" Teftwars - W1 SSOOs. 6171 Corsa. to Wis.. 6" Water Win Con.. to .isting 0" Water W. Waish and Install W Asse.ly CV to 92" of Cover) T . ' . 1 TX 1 . ' ''.k*,' --iw IllIgn-.177 .M7 - 1%P 17 411110/1/// E E Ic URBAN ENGINEERING ;1i gi 10 1r 0 0293 0251 Sarni. and Install Short Lead .(Tew Ws. and Valve) Up to 111 . length Trench S.ety for Wawa a. Install Watetli. 113p to 1 . 1000 LP CONNECTTO EXISTING 8" WATERLINE -411I* , 41; • 41141141' 0255 0257 0265 B267 13269 02." Of COV. lew.. and Install Cowst Srabiliz. Sand W.1. and Ins.11 Asphalt Payment Repair Par.. and .stall Concrete Driveway Repair Furnish and Install Concrete Curb and Gutter Repair Wasish and Instal/ Concrete Sidesalk Repair 250 170 SY 100 SP 100 Le 100 . A HYPOTHETICAL , r__ .../44, ,....w...../A,A. A. SCENARIO Na 1 - OPEN CUT IN STREET - .35 wrni. end Install P.er Rolls 10 nr. 04 04 SCALE: 1=400' 03.9.5 PreCONNICtiCal 0slozawry Larwation Ils to 5. Dept. 10 PE I. wow: real Allowable working .1119 21 Days 2 CONRISPOR SW11. CONDUCT POIKTIC TO LOSS EWING MIMS IS PER SEGTON 013100 PROM 70 CONDUCTING RES. ST) WWCSIENT SEE PP.. WNW ORDER 111 STEWS I. WORT CALL BEFORE YOU DIG! 111..911 uonaors below. gylTy=1" 7 _Tmlr''''', . 7 4'y 81 / , y , ,s NEE LONE STAR NOTIFICATION COMR.WY 4 l 0 i of ERR. AT I-800-669-8344 „EP' ". — ,i E, CONNECT TO EXISTING 559 ew.S. and lontall A" Wzn. CM 1.18 INC Waterline (up to 92. of cover) 175 Le tif, ' ., 4" WATER MAIN CITY-YADE WATER DISTRIBUTION SYSTEM REPAIR MD REPTACEMENT 2017 - °CO PROCUREMENT DEUVERY SCENARIOS (1 OF 3) .1.0.nwnis, R100 and Taxan Fr WE sato valve IllIniSh Mel Tastall FW 15 OW wed ../ 2 EA 1 EA 0 it 4**/ 0102 lwarnish and .rtall 01 BeWrers - All Sizes WWI 2 CA REMOVE AND DISPOSE OF 1,1r 019.9 E211 SemOver Ord Seplace We" to V. Copper Service lap to pow., to ntistino .1.. water main El FA 1 EA 675LF OF 8" AC PIPE AND INSTALL 8" C900 ,..411111111P %Ara' CONNECT TO EXISTING lir Jr* 8. WATER MAIN 0212 2213 wao Connect to existing 61 Tat. na. =mew to Wdeting 3`` Rater Main swsw a wws. w Asswwv we to /2. of cows) 2 EA 2 . 2 . DR18 PVC WATERLINE Alb4.40 4.1.111p . tit 4,- 7 4 4ihr,..1-,, ,b. -Mr 11 TIM B.25.1 IntaTart Install Wort Lad Mae, Pips ar. Valve) Up Trench Safety for Roscoe end Ingtall Waterline (pp to 2 EA 1350 Le CONNECT TO EXISTING W4/*;7/4111/76111,* I'' 411, 41v*,,,, 8" WATER MAIN / Fp. S255 8257 0255 PUirlieh and Install Cement Stabilized Sand rOritigh and Install AsplwIt. pawaent Repniz Put.. sad Install ConcrWe Driveway Re.. WO TOW 225 SY 980 Sr 4 CONNECT TO EXISTING 6" WATER MAIN 0267 0269 Flarni.11 and Install Concrete Cure and Gutter Raps, F.... and Install Concrete Bldwalk Repair 100 Le 100 Sr e HYPOTI-ETICAL SCENARIO No. 2 - OPEN CUT IN STREET In. (SCMaZiO 11 Plarnidh end Install Finer Rolls ao Le 04 04 SCALE 1=400' 4' r sous P10293 otal Allow.. WOrTlop mane 24 Days 1. &ma, r.. COI% VILIOVNG.70,TOPAIE WONG MUTES IS PER EOM 013100 PRIOR TO COPOUCIPP PERM APO SWUM. MP OSOIS y owns Soma ,Prown,„.13$00, IIISPOSOPTUSSMOUVERY_ORDEASCENAROS asp meshes by ep Ja• 0, rsol, etII H. r_ /` sNg .:- �; e �M � �� • TAP EXISTING WATER LINE AND INSTALL TEMPORARY WATER SUPPLY 0117 neRaMPILLM/ Burnish Install 6" Diam. C900 OMB vas 700 rr [°cot Inw >� e`" (SEE NOTE 3). TAP SHALL BE USED TO CONNECT NEW LINE TO EXISTING. OTy to 12. of comr) P), er e .,,mall . femora, Watwataclina uuwv for Y"`" °'.cow R.rncr to a`r vc ;..m n am :nmau c w. Rat. oa.e ,eR = a • INSTALLDR18 700LF 6 C900`� FUSIBLE PVC WATERLINE BY PIPE BURSTING LE URBAN RING -E Cge a � �a 02Is:nna.n Rl.ectvmeet am 3s 3 ± w OP^ w o BA sstir CONNECT TO EXISTING os/6" WATER MAIN 0250 azvR SRR,.,, Burnish to eta connect to Existing B^ mum Baia aro vatau R• Ta�� _sena, OP :- ..Rata i ea v G = .. ; ' �II`A ���. �•' ... _ 'i� / eons' and ,,ac.,n.i=,,. 9 Ats rs n oz INSTALL 700LF OF 2' DR9 MDPE GASUNE BY EDI , Inn en 14. of Clomp) "' Instal/ ten` Stabilized Sand - " TOTS - - i ik a `CONNECT TO EXISTING SRR clearing °.eta.a, rs,R a. TAP EXISTING WATER LINE AND INSTALL TEMPORARY 8 WATER MAIN ' Rrs,° `"`"""'" °'°"., °°""" "'°—°°` Repair mash and ins,..l mania, vd OS WATER SUPPLY (SEE NOTE 3) TAP SHALL BE USED TO CONNECT NEW LINE TO EXISTING. 0=72 Furnish and Install Wooden sans. Pastan Miro and Traffic Control1 PA m, A HYPOTI-ETICAL SCENARIO No. 3 - PIPE BURSTING IN EASEMENT OR ALLEY RRu 0343 .k,n aha Install = OM MPS 000une by MP ramish a. Ina.. SOS Sea.. >°R :. on 05 05 SCALE: 1".400' RR.. a:ti II anU m.uvi TOSS Ra.a u.r Moth) - - OM POIROCTOR SWILL CORO. POT IWO TO LOOM E11.10 NOTES AS PER P.M ..0 ereo ERE PPI of .wow TEIRPORART . ,K ro.... wwRRm,° R o.,nE a�sn.R ru 211� oP15. ON w,a ZIK MOLL will Be peter.. Baring preparation of Ma obsy.ossby boss's,. pm ..timet o'm. vi'crr, order rev � Iss,wa 4Aillr 4� /� / , CONNECT TO EXISTING YY5 I�6" WATER MAIN CRY -WIDE WATER DISIPoBUIION SYSIEN REPAIR AND REPLACEMENT 2017 - (IDIO) PROCUREMENT DELIVERY SCENARIOS (2 OF 3) . � nNt Ram CALL BEFORE YOU DIG! ,,, men. ° . ®:t Best Toto 7t,y40,' . �.", _ . below. s1, ...�.,.wTHE �,� �• REMOVE AND DISPOSE OF ,;- �� AM. TS AMSOOS end OSSOOSS of 6. °ice C1° ®" MP "°`""'"° Op to 12" of cover, a °,arae, or R °n®. .ah.,,n— cm to ._ 30° °° t. OO.4. OlE 1005 STAR NON -CATION COMPANY AT 1-800-669-8344 OF 6" CIP AND j�-."% o� I 1 INSTALL 250LF 6" C900 •S ��,� DR16 PVC WATERLINE n7R Rv ersv= wtn„n and m.•ass R Rs�wacRam asnevc w.hman. v MIS - All Rams OM emsee m nv R sees re,n T;ancho, Safe:0; for Rearms a. Install waterline Op to rs o u s Ma vn ra it YM N • ti�-/ ` �� o , W* `` . W B257 MEM. end Install Aephalt eamtatens Repair El us 42 \\ 0267 tucwan and nmazs concrete acts aro utter Re,. 0 CONNECT TO 4" AND 6" WATE68019 H3RR Burnish Burnish and Installuir 4 a� na = Control _ B HYPOTHETICAL SCENARIO No. 4 - OPEN CUT IN STREET Inn a R ,° 05 05 SCALE: 1"=400' 4.244 ,00 0 MO 000. RR.s R a a, T,v�t n ante. nta� ul�t.. �nca� T,m.,� aTa SOME 2011011CT 7,0[14044,40,LLICATE MOM MOPS A5 PER goat, 013100 PIMP TO =mom ROM Ill0 PEPLACEural wOla. onos or urn. Erabnuna 173,,7371v3.,,, X6W3w3oE3._0S°ESsa34So3..Sm„r-.,.H Jan °, 2017 uE. JOB N0. 33760.88.04 ifp- a o ", M _ �.sro Hos man cut ,° easement a,.mr OTT . MIT .. �,.t Terga B51 °"° °'C� "`°'" ® ebbiiDESC"=izaRV to ® install Or °,. nava maS w°. rami 313p Fumi. : ,°° ,,. you/°9°'.a ., 6" WATER MAIN UG ENGINEERING 34 1 ill fig q to TT. of Corer/ yc`Y 3175 3z,z - all Sixes ..,.n X99 Peennneet 1.0 3i,`$° m Mal °= inns.,. = e.....,g S pear main existing G u REMOVE AND DISPOSE OF 700LF OF 4° CIP WATERLINE AND INSTALL 700LF 6" C900 DR18 PVC , WATERLINE 33213 33251 azSS 4N .72 H connect to 01 water Hain Tren. Safe, for eteeiv.e .,a ah and earl c Remove eres Install Ha.e.ifne IPo m claar Mona, a care., ,awaxen gm.a.U:H,ss a 700 a3g 303a ° � ' ,'i � ♦ p���� • AI Q . , _Q _ — g,..,a >.,, signing Traffic control ,o TT m CONNECT TO EXISTING ..—®.t.,ai.x ,,,,,.......y ....tic. im t, s• .... 8" WATER MAIN oo 3. a _,— a, �° A HYPOTHETICAL SCENARIO No. 5 — OPEN CUT IN EASEMENT OR ALLEY 0606 SCALE: 1"=400' 44. i°'il ' error REM MO USW. 12P1.17COMM. %CEP U.. HNT. 101 INE NIS MM.. PEA al DESCRIPTION meTilizationfforelp/Ineuracce 07. 017 1400 33 Ors.�. MOULT o�NNOI3��Aroo° CNHHWORK 31423 T w = _ _° «•° =i Q� , ...,,•4-- L •,~� CALL 111Y -WIDE WAIER DISIPoBUDDN SYSIEII REPNR AND REPLACEMENT 2017 - (1010) PROIAIREMENT DELNERY SCENARIOS (3 OF 3) of Cover) v BEFORE YOU DIC! + '�' ABANDON 700LF of , '!� 4° CIP WATERLINE a 0390 connect to Existing Simain m Fe99 rn. and Install LO 123cover, Sh z ea ; u gll,:n uu• w as mu :ra=N 8„ ,, '` ' � ' ��. B251 nish and Install Lead Mee and to • in Trench Safety for °a - Waterline 00 xr THE LONE STAR NOTIFlGTION COMPANY ,;• , �► > . �, ° AT 1-800-889-83N •,' �' CONNECT TO EXISTING Furnish0255 awl Letall Cement 8.21113ed Sana mr, Pavement Repair CM3267 -- SY -� 6" WATER MAIN 133, Furni. ...a nceall concrete OriVal....e.ir Furnish aw install Concrete Cr. a. Repair IMpa, 1920 SF wS ae il/P. o- r,*,/PA • S 3e.xx..n a� Install Concrete , Sans.. .°° S.� / -INSTALL 1400LF OF 6" C900 z 4 a. An 1.ut 30° DRIB PVC WATERLINE B2Ss,•anu.x to H. Wain with gro a: 33Furnish ai33Nns,..,nand eel Install Signing and Traffic Car,e13 Instill Kb, Rola, 30 ° ;s CONNECT TO EXISTING 8n WATER MAIN ii215 Precenstruction .71.1oratory excavarion'°° 37,1137 '°° HYPOTHETICAL SCENARIO No. 6 — OPEN CUT IN STREET ar NOW: Tato. .iio ia gotum, 3, .. °al' os os SCALE: 1"=400' Aix g/3170 rz ''''''S.1137 HE �.1°36 ;111 °. TME MP a a N.S MN" PANNE3723316 by LA, Ere* 173,,7371v3.,,, X6W3w3oE3._0S°ESsa34So3..Sm„r-.,.H Jan °, 2017 V.M,335DOup,I8,960,IANS,I1SL_OEIPILS.d.g on J., 03. r N e TIO1 ;xr 1111: woo GENERAL NOTES FORCGNCREfEPAVEMEM NnrFRONDE A e.t.a OF AT LEAST 2. ALONG RFx �I w TxDx 8.031. LOCA. TENT AT 611111+111111_11111, ` '.RV 3. EaeMOry ANIS SHALL COxFORN To DETAILS ON 61EE'f ]].SZBES rr_ly PROPERTY LINE MINE ARV a. 4 BARS 3 30x03 3N° 3 D BW 4 mews 0360 ,o7 316o Nx NST °s6 THN, 3 s�LL 6c v,P N° °cxx cPl�>�R�, ° W,x, � .9 °A ° a s ne IIt URBENGINAN E- --�}'' IAR ..G.0 w°rf M 6. CONCRETE r°R ALL 6' c Rau NOgs..4 I R Li .. 04 6. INT SHALL BE PRWlOfO AT xpT MORE T. ZO !MOWS IN UBE OF 3/4' L BE N NO Am Nf B ° P3NBa AT �Dy J°NE - 6DNBM�6 commis IN R RSL CR °E6, 1, raR�ENN1, ��E µ r �� aRN6MM �r�NPr ,,.x�TN r GATE ram B TB wTxcop R KK s _— . e 132.°��.� .,�6B�BMB� ®. REINFORCEMENT DETAIL !`ap. `�'„MA`3"= 5g' °TT°=32F 6� ,: ::.:: �9� ,.BRAFUBLRC Mm3°Rx g GENERAL NOTES on w 4' 7. ALL CONCRETE SHALL BE 3000 PSI (UNLESS OTHERWISE NOTED) 2. ALL EXPOSED CONCRETE CORNERS SHALL BE CHAMFERED 3/4" 0101-NIIGL ow BIDE 5T3 0353 003 COMBINATION AIR RELEASE & AIR/VACUUM VALVE DETAIL 3, ALL 0RSEoroNNSS RELATING TO REINFORCING STEEL ARE TO CENTE4. FUSIBLE PVC TO PVC CONNECTION DETAIL Not To 0332 SEE s"Fc. ,6103 DOWELS SHALL BE PLAIN BARS AND SHALL HAVE ONE HALF OF THE BAR SLEEVED OR CREASED. NOT TO SCALE a 4A ° °TT 12' 3.000 P.SI. CONCRETE — 60000 P.S.I. REINFORCING STEEL REINFORCED 5//4 BARS Mr 0.2. Bw. U� L/� UTA o T .Q,�L - 2' CRUSHED LMESTONE335 Br 0 - AT ITZ,0D i1. BB0 6 RO PR 1ER AT 32& OPTiNUM MOISTURE CONCRETE PAVEMENT SECTION I I r ""` c �m + BIFIRwBMN swRD1 CRY -WIDE WATER DISTRIBUTION SYSfEJI REPAIR AND REPIPCDIENT 2017 - QDIQ) PROCURIMET MISCELLANEOUS WATER DETAILS NOT TO SCALE I .OR 6. CO INF =R al Ew010 GRADE P32 i D WATERRB°XLDML BE PROVIDED By 0 010 AS NEEDED IN ,�I ,ECK o_,� s SIDEWALK .. FIs. I i lGlll : 11m11_li�.1#1�1' C.' DIMENSION VNREB I— ® ExSTING GRADE ` �i ���.. Nx ° �x Bx E 500r - 1 �� ���wail I i x I� PROVIDE A MINNUM OF "c uxl�'rlWruinrvo �® ..�°I ! DIMENSION VARIES / `I D r"He” io 00003 TE TRANSMITTING � BOTTOM OF WATER METER BOX LID CAST-Mory MET6R Boxvau BE IDTA ��"� Rao NOT TO SCALE/ NOTES r Q .rm.w�mww �. RE -INSTALL WATER w NY6fM n �nl m033 arms Na x32 0010 wmw. TRANSMITTING. T. UNITIM1HALL 12200RRECTL3 ' " DOM35110 WATER PIPE 6" 8' BACKFLOW PREVENTER DOUBLE CHECK 2. CONTRACTOR SHALL ADJUST METER BOX TO 3,, EMALEIRON-PIPE-THREAD,LP.T.IANGLE METER BALL VALVE GRADELEVELADJUSTED USTOMERSERVICELINE - DETECTOR ASSEMBLY SHALL BE DED ET THE __USE E'x3X. UBANCHMETERHORNS WITH MALE BYMALE r SPECIFIED DIMENSIONS. SERVICE CONNECTIONS. OR USE A NO R. SCA, Y. x i. BRASS NlrrLE FOR SINGLE -SERVICE caNNEcnons 3. THE SERVICE TOTTTH CONTRACTOR ER ATTuiDnMESER FOR 10 BALL-VALVE FITTINGS, USE 14. x 1., OR FOR r' BALL-VALVE Frac s, USE 1. x 3T MALE Br FEMALE BRASS HEX BUSHINGS CUSTOMER SHALL BE GIVEN A MINMUMTOF'48 WATER METER BOX SECTION VIEW Hou °ETRE wATER.sERVICE NO, TO SCALE INTERRUPTION. V.M,335DOup,I8,960,IANS,I1SL_OEIPILS.d.g on J., 03. Table 6C-1. Suggested Advance Warning Sign Spacing 1. TIE mxronoR WI/ e[ RESPONSIBLE FOR PROW. w6 WAWA. ALL TRAM CONTROL LRONCE m LIGNOLIT ME uRATION �Pecw¢.nwsmasm II£ JOB NO. 35160.86.01 g eS„o m' '4'a o 1 • Bowl 010.11i410n Posted�sen (MBH) epwing'x^ (Feet) ratio:7jmtmc Oaorzcoms 'Fable 6H-2. Meaning of Symbols an Topical Application pbgmma (PAW, IMPLEMENTATION AND auMEwICE) I. SWARD TRWRC CONTROL DUALS FOR TIC& CONSTRICTION APPLICATIONS �Wm ® m rnA. 30 160 MUM F SE PROJECT REWIRES A MODIFIGION WMpwDTEr a6 SLIONNTINC THE P. TO E MEM RMO BE — EIREP.. PAYMENT FORWx REMEo axl mWT Fxnromoo.e „ 240C J. IRE PROM o WARN We mall txrac MO PEaTwxx x .Wcwawn H G , ••x•m .xen..pp.�x. ® PP 'TWO P. . men na odor Il , bawler x10Mot I !NEW AND WSW SHALL NO BE STORED ON PUBLIC - i (1( 8 URBAN IA ENGINEERING = #SWILL €p$ 5°0 NEER. ANI MATERIAL AND ca: cr..). I� emP..nb�orMOmmoaOM Or 000KOROH' nh m OF E STREET PA,TarGADEOVATELY xw TYNTSPE x m DIRECTION . a TRAM wa,w NOT a PLATHE CED WwWwwW W MIm w r- MAO or .001rierlo. ow rot 700 ow 5. ALL SCRS MD PARRICIDES USED SI. BE RERECTORIWO NO SW. BE EXIMP.ED WMI WASHING WARNING UN'S if MC —o. n. WOMB E IICHT SWIL BE USED PER IN ACCOREN. Fl WW ME TO e[ x RACE ouRiwc m[ HOURS a � m'av Il Mvutwmounied „wow. 000 u� ® N 9.r.de OW toxo e..o. M cOEt Vett wamw.wOk .INap..n. See apw l.non. 10.Mor 0, 0010110 HOURS ON B!G6Ex ramwuEo 1GRgKc za¢ w[ xwwAarKMr a CLOSED a wGne..n.Mmn.,xe ro ALL 100-21/72 w or 11r BGBm. pwaamESpEma INE LumWelm 7. MY OPEIMRONS REQUIRING MEM CLOSURE SII41. ALLON LOCAL ACCESS ID PROPERW �� `W'""� COMIC THE STREET \\\\\ remwwamz rerUsbuldIx w(SeeSealeneean.�n CLOSURES PRIOR TD WP �'= DEPARTMENT FOR ALL NECESSARY PER. FOR -a-WW OCCUPANCY Wpm 8. TRAMO CONTROL FOR DON IDEUVERYORM Shu x NO ru[ OMEE0 THE MOWED WORKING me As CEDED x ME WNW '' ME TABLE MESS APPROVED a EWCWEm. Table &C3�LongiWtli Longitudinal Buffer Spars RIB (p[GowL TRANSPORTATION MEOW Rants MO DETOURS .nwit THE PROJECT Keit Swa BE wGDERED 'STORYTrOrDXewer Mei Length (reap MARKED FOR THESITEV DURATION T SUE CLOSURErE sWE mE a wx s tT 'IWL TERVE E001ric tow¢ .:I �" 20 so 90 00 SO OM Work Beyond the Shoulder WM OF Shoulder Work with Minor Encroachment SS 055 UN UNIFORM IRWIE CONTROL ONCE, GO 360 66 410 10 SII ♦� `•® qlmav�EranewNlmnomexk(uaxolenxlq Orson. porlio ofxemxp mummer. 0Mat Table 6C3. Taper Temporary Softie gwdlueneetarwnena a.l Me a Mn W h m a pping Length Criteria for Control Zones )} KKK sPME '.. alY-WDE WATER DISIRIBUWON SYSTEM REPAIR AND REPLACEMENT 2017 - (IDD) PROCUREMENT TRAFFIC CONTROL (1 OF 5) type a Taper Taper Length I t SINFOng ammn...I Kl mwc SEINE One -Len, w e mens e P xx.n n. tnn om Wm :P odor «x�.,.n.. ,m l�aRH�11 wore e novo Lrew Delo S. lo wilo.le I. t ♦ m Table 6C-4. Merging hper lengths and Spacing of Channel zing Devices `"0. J, mw.en —nw°d�ntr • Mlnl oMWeble Tepx m Lengths aPowga.ted meHmwn 9 engDevices viw • wl(SU MAKE 6o-4) SWa1tl Fomme 100118e0. 11 ono 12. Offset .etepm e ETPM 95 uWS 205. 225. 246. r,. �kC)E g �f� (aE aaE sc-1( SO ws760. ��♦ 7W war e40. 140' TRAFFIC CONTROL TRAFFIC CONTROL . sap 00001.0001 SCENARIO 1 SCFNARIO 9 ' NSU, lereheh.. beenwummm. . hon. ofhwer1.11 WWMw x omx(F.a a .tea aPr(av10 � as s nt1. SHEET NOTES; D.E. JOB NO. 33760.86.04 16 *.g4 yyp y6®O '74 - 08iN G6pC U IE URBAN l� ENGINEERING e�E =E�^ € pkp -lane COW. IXNC6 Closure on aTwo-Lane no. Using Staggers Nowt- 63 16 .6Temporary truss, pm., Road Closure - caxlaa GENE Work In the Cemer of a Rood with Lo ,162100 Volumes ■ / T4 t na. g. CITY of CORPUS CHRISTI TEXAS Deportmenr of Engineering Services E 11 fsa �k BFtrea 9 —_ a. al •RAH 0 wow�L!?- 1 W Nt 61 Sp4CE el 11-.4 � �n�c 8 TRAFFIC CONTROL (2 OF 5) 1. A FLA. OR UNFORMED . On.. ROWMO �eeter.�� Cf. u A am., us Ns.cs. LAR naossunaur cmcas SAL BE SISE0 .11116 APPUB4.14 F.. IF USED FOP MS APPL.11111, S. FOLLOW PRWIDURES aT 9 �a��Www � CONTROL TRAFFIC CONTROL TRAFFIC CONTROL SCENARIO 3 SCENARIO 4 SCENARIO @ SG. NIS, SCHE NTS. SHEET 09 or 42 RECORD MINTING N0. WIR-457 Cin PROJECT - 1 E16294 •wo1..,.w.0,176.100,,PLANS OFFC wxmamz emus, n> •w as Jar, M. ma SNFET NOTESMee Fs r tEENGINEERING Pi s w , gE g, TasE OF Mane TWO Lane Closure on the Near Side of en Intersection SEE ALSO Mae 68-33 IN MOS Wean OF flef011e Miff Men rtuiru1, flight-Nancl Lane Closure on the Far Sale of an Intersection MIL. Of CONTROLMaeI LeN,Nencl Lane Closure on the Far Slue of an Intersection OM, I , , 1,,. 1 80,1011110881 T� PEll /f A I �� o •I -N e _ lel i �TI V MNNIUM MUST MN NM Iwsmap ®-x-1 m,a -� , I ■ • LEFT Ulla MUST TURN .OFT I e. I 06,,,,,.. CRY—WIDE WATER DISTRIBUTION SYSTEM REPNR AND REPLACEMENT 2017 — (IDIO) PROCUREMENT TRAFFIC CONTROL (3 OF 5) TRAFFIC CONTROL TRAFFIC CONTROL TRAFFlC CONTROL SCFNARIO 6 SCENARIO 7 SCENARIO 8 roe re neer.. Er ILEUM P. 0C-3. as BC-<MaaaENSIaXS U. MB NO. 337602.1 dC (� (Q URBAN �i ENGINEERING • . sg5 aF SEE ASO MIRE 811-24 IX TEM Walk Or imp. ii/Arric mnxs MKS. Half Road Closure on the Far Side of en intersection SEE MSO DSURE 611-25 IN MOS IMII1Of MOM latrTIC cogagl.Isuxu tault ale Lane Closures at an intersection SEE ALSO FIGURE 511-26 IN -EXAS coma Ixvc[t.• . Cloeure In the Center of en Intersection ♦ r-,4 .o.o �T 1 l l t � 1 (A ,1"/ l� aR • a� • 1Aorr,4, 1 ' • 1 I 1 ... 1 I +It ja ;gyp II Ing . CRY -WIDE WATER DISTRIBIRION SYSIEM REPAIR AND REPLACEMENT 2017 - (IDK) PROCUREMENT TRAFFIC CONTROL (4 OF 5) :1 1 wx waxy y MII ST TURN L TRAFFIC CONTROL TRAFFIC CONTROI TRAFFIC CONTROL SCENARIO 9 SCENARIO 10 SCENARIO 11 SHEET NO1E4 OE. JOB NO .15760.B6.0.1 ie3g!�i q ''„.. G ro ` IF -. -z OC_& /ND pc-a FM MM. • Iii URBAN ENGI• 4€a RA€ .§ E Ing SEE ALSO 811-27 NY axxigt p[wcfs Closure at the Side of an Intersection SEE ALSO rmuRE 611-30 IN TOM cpola. MEM. Interior Lane Closure on a Multi-Lane Street SEE ALSO MAE 8.1-.32 III OM axon. Imo,High-Speed Halt RoaE Closure on a Multi-Lane, Highway 40, I ♦ ,. /T ® 1°P own ^1 1 t 1 t t .1 I xx1 11 11 t - '� axe � \� ® - ee wpex SPACE e lI �i I ` i oarv.nl. ,.nn. ma... _, ®, =nl l \ \ axa .� apac=e.\� li<> a—A.HH l Baan, �,, �°:® :r1.,,... , ; 1 11 I I I ntMH.® • t I El, I DESCRIPTION CITY-WDE WMER DISTRIBUTION SYSTEM IMPAR NO REPINNR 1017 - (I0) PROCURBENf TRAFFIC CONTROL (5 OF 5) �® 1 1 t ta 4 CLOSED. CHAMELIZING MACES SHOULD BE USED TO CLOSE THE SHOWER III Of ME WRONG TAM 70 DIRECT MO TO BUNX ene�Fz TRAFFIC CONTROL (TIT_ TRAFFIC CONTRO wADVANCE eHMUE.Iwr TRAFFIC CONTROL SCENARIO 12 SCENARIO 13EE NE WOEBE ,. ON A SCENARIO 14 SCALE »IS. 02016 et won Enelowine w ieu=.wntiLSOSnW0n,wr...ve.mr cmmo.. yrew•au3500.ww7130v50,APLAX PliwlrADEsa.o mea..e „,q en Jon m. p„ 11.E JOBNO 33760.96.04 `S 1 o c_ AWG '. A— Wro ei s xs el BARRICADE AND CONSTRUCTION IBC/ STANDARD SHEETS GENERAL NOTESI a. 1'' 1 it L. e Barricade and Construction Standard Sneeis (BC 5 151 a intended .o show typical°ex les for place t of temporary traffic are devices, construction pavement markings, and typmol work zone signs. The information contained0S610 in these sheets meet or exceed icer 'TCxOa R 1 W,I ^' p' 120002 STAY ALERT _ $ ENGREI RINN� I§ lei 40 1.1 2 05n ° $ ehOwn in ih! Manual M Uniform TfOff is Control Devices"eiT/,uil:Dl.a 4JICOI 2. The dev010mont a d design 01 1 0 Traffic Control Plan (TCPIIs tpod he \\ - �I b8 kE responsibi ifY ainrM1e Enqi neer.n 3. The Contractor may propose changes T The TCP that a signed and sealed licensed prefeasionel engineer f r approval. The Engineer mqy develop, sign and seal Contractor proposed changes. affic 4. The Contractor si responsible for installing and maintaining thetraffic The Contractor approval M Engineer. tneiapp oeVmoie to at of > ai ifs IMITE BLACK ! , - W=ge BLACK BORDER1 AM srMea. 1 xs �l TALK OR TEXT s t LATER b should, 5. Geometric design of shifts a u n possible, meet applicable design in the American _ • -� - \ _ —J ®Se criteria contained manuals such as Associatlantlof State Highway and Transportation Officials IAASHT03, 'A 'Roadway R O O I Zp Z Policy on Geometric Design of Highways and Streets,' the TxDOT Design Manual" ar engineering Judgment. O O O - 1s. .6.,— ,%, 0- 1. T1s gg 6. When projects ab the Engineertal may unit the END ROAD WORN, TRAFFIC bIY � b FINES DO warning signsifsigning w0 b and the s011t is ted first, continua. Contractorhshall erect 'def the adjacenII; necessary warning signs as shorn on these sheets, the TCP sheetsor_ directed by the Engineer. The BEGIN ROAD WORN NEXT % MILES sign shall be _ O O O O O O `` ._ r, O. TS W.I. Blear on Yellow) ISTAT ALERT) sent) it o-mpem ITALF m xOxl LATER] limn [ ieeurn, akh revised to show appropriateworkzone distance. wec�r�a0 gE. t[ i. TM1e Engel ineer nay r upl icate w ing signs o cored of d e M1iehways xfne median width will permit mN iraffie'valurea •sl 51 eBe Justify in signing.fe EBh B. All signs s e constructed in accordance with the details found in n0esi„nal s ' g e 'Standard HighwaybSion Sion details foe xxas i latest edition. pions or gineer s provide a detail to *he Contractor before tM sign is manufactured. O1 9. The iennorary 'raffle control devices s In the illustrations of the SIGN DETAIL (G20-107) 11 lib BC s rexamples. necessary, the Engineer will determine the most appropriate traffic control devces to be used. C, theOBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR 10. As shown on B(21 I I DEsLPIP710N CRY -WIDE WATER DISIRIBUIION SYSTEM REPAIR MD REPLACEMENT 2017 - (INC) PROCUREMENT BARRICADE AND CONSTRUCTION GENERAL NOTES & REQUIREMENTS BC(1)-13 - (1 OF 12) TEXT 11 teas Sign Detail 620-I OTI and the WORN ZONE TRAFFIC FINES DOUBLE sign with plague shall be erected in advance of the CSJ limits. However, TRAFFICthe FINES DOUBLE sign will not M required an projects consisting solely of mobile operation work, such as striping or milling edge) Insrumbla trips. TM1e BEGIN ROAD WORN NEXT % MILES, CONTRACTOR antl END ROAD WORN signs shall be erected of or near the C5J 11,105. 11. Except for devices required by Note 10, traffic control devices should be place only while work ms actually in progress or o definite need Only pre-quolified products shall be used. The "Cmplimr Work Zone T [ Liai" Z I'f' a Traffic on Devices s pre-qualified , ie products 1 antl their sourceseantl may M founOTon'line at the web adRessOy even ct below or by contacting. Texas Department o Traffic Operat tans, 101 sianr+°TEan Phone 1512) 416-3110 12. The Engineer nos the final decision an the location of all traffic control Oev�cea. SHEET 1 OF It 13. Inactive equipment and work vehicles, ciutl workers.vehiclesTHE must be corked away from travel lanes. °They shouldbetothe DOCULENTS DELON CAN BE FOUND CN-LINE AT hitp:/Nfev ixdot.gov �F- ,THTHHOe0000malo7 awp Woo ro line as possible, Or as approvedby the Engineer, °f located behind a barrier o guardrail, COMPLIANT WCFK ZONE TRAFFIC CONTROL DEVICES LIST 15020CDI DEPARTMENTAL MATERIAL SPECIFICATIONS IDM, BARRICADE AND CONSTRUCTION WORKER SAFETY APPAREL NOTESIMATER to L PRODUCER LIST DAM) GENERAL NOTES 1. Workers on foo' who are exposed to traffic or r0 construction equipment ROADWAY DESIGN MANUAL - SEE 'MANUALS IONLINE MANUALSI• AND REQUIREMENTS within the right-of-way shall wear high-visibility safety apparel meeting BEA "American National StandOrd for High-Visibility Atte requiem STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS tSHSDI BC (1 1 1 4 of equivalent Apparel,' or apui valent revisions, dna labeled as ANSI I07-2001 standard TEXAS MANUAL ON UN IFOIM3 TRAFFIC CONTROL DEVICES tiMUTCDI - performance for Class 2 or 3 r s Clods 3 g should M ,me TRAFFIC ENGINEERING STANDARD SHEETS a -11 ®nm� w...wm mml i. ,.,,mm xo F' """•' r l considered for high traffic volume workareasor night work, a. I, 11 e� I L''' LAU yrew•au3500.ww7130v50,APLAX PliwlrADEsa.o mea..e „,q en Jon m. p„ ,raffaaJaraa,13713,B604,131,13APPIrOaradro rad b, dd od An se, 1m7 ELE J08 MI .1.176 0 ,136 01 ,7. TYPICAL LOCATION OF CROSSROAD SIGNS T -INTERSECTION TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING.' a% 1 A'''''' I 011,72'1> I 430-1,11 IdrgrZSI'd. SIZE SPACING 20.leTP ,i 4 /'''''' 4 'IE.,' " —or, EF E g =MAN II ENGINEERING lg i qd 5s; Ng, if; —...... 2 X •Iii,. X --,. iiHi 01122 30 120 011 ,.1:J. TRAFFIC CI123 35 160 .v. -MIN 1-17. i. RAMC c20 -S1 WEIR o rl P2O-Si IRS C1125 40 240 ...:•..d 0 GritIg MA, MOLE Sad VIM.. S L,L0„„ .8. ,,,,,, , ,..../.• RFIF,IFFRIK71 50 400 .20. r....Z ROAD ,L m Clfg, CWI I, 55 5002 iK: renri; I 1 ? IFIOAMFF1 CIIII4 60 600F 2•21 'KW ego .0-, 65 700F ., m ,ATTehenzu77.dzbocit of lEntl AIMADFICIrza-illi with opororal of Engineer. CIII3, CW4, 70 800F 75 gOOF CM 0, C1,112 80 1000F ,Ii...., ,,g l',1' iF6 relr.r.l.ne Engineer wi II determine bnefner a rood is im volume. This information snall be sheen 3. Posed on existing field conditions, the Engineer/I tor may require additional signs sun os FLAMER .'-:77,:°2'°F;...-72'2,74r4r:..7,Y,:F70,.1ELi': a. in7roa rairAiZsic ums..20.1o7sion v,211 M repaired's" nigh vo=d,s.rnoads 2. gur"r=7:-.17'dr1ye* rEd:rd=rf:" :'s 2=rtIn7ot,-0,.z..---- The IRMO IVOR NEXT X NILES" left orrowl.620-1011 add •11050 WORK NEXT X MILES. right arrow 1420-10iNIF signs shall be replaced by the detour signing called for In the plane. • rir.:;51tovr:tr.:',.: 'o',.=°P., '`oll..gr ViZ.7". eIcai °pollee,. rIt pr mg or ICP St.. Nleet 9. A Minimum distonce afrOff we., ore. to first Amore Worn., sign nesrest the wal, area nd/o r dlatome bah. n each additional sign. GENERAL NOTES ..... _ ,F0 IP:vise Ei7,E-,'i77,riS,V;EireFL'il'E'rar-Fnin:t:on: for Nigher' :lune odlerroads. r='% I. Special or larger size signs rtay M used as oedema,. 2. Disionoe between signs should be Increased as required to hove 1500 feet E., SAMPLE LAYOUT OF SIGNING FOR *005 BEGINNING AT THE CSJ LIMITS WORK AREAS IN MULTIPLE LOCATIONS WITHIN CSJ LIMITS n; — advance wodning. Oh g IFE, FW20-10 ,„,„ „g„„„,„,, CIRO L., P2 -I T. 0.20.5a1P.A....... 3,..F_FIF ..., STAY ALERT 0 IMAORIZITLATIR STATE LAX Location of Crossroof Sian, S. Only diamond shaped walling sign sizes are Indic., 6 See S•gn 8•311 I. t•ng • •1111.0CP., Sign Abmodid or the 'standard High, tr: AHEAD IC.3-'. T".:It'd'ot,,Ze Nn mdF7m 20-7,TAR\ FI,,O• i Sli.ofesIgns far Tedos. Prenuol -Fe- ample', list of mailable std., me, I ..' 1 DESCRIPPON CHYAIDE WATER DISTRIBUTION SYSTEM REPAJR MD REPLACEMENT 2017 - °DO PROCUREMENT BARRICADE AND CONSTRUCTION PROJECT LIMITS BC(2)-13 - (2 OF 12) tWRO-ID OrdA 9 :=Mr <d. LEGEND I—I TYPe 3 florricooe 000 ChadnerldinggeviCeS '' ' MIti1V „, rig -a. SIgn 3X iZreVF. cs:':olt AI® X X .-------. ...----L71410. E2IONN onstruod se. ,Pica. dion it•lBOBMI Z=r1IEgrFZIFIVIMronr71=0T 7dr4nr7111:: t-:.7•27:7::::°.=,..,°:nal 1.... NOTES x WarnIng sTon si. and WCO°4°Viss°` the witnin the project limits. See the applicable TOP sMets for !Karr location and spacing of signs and ononnel lend devices. spacing requirements. SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING DOWNSTREAM OF THE CSJ LIMITS t,7erdTrectr''on't'IVG=":1'rleniP117[Ta'?::= ROM, MEXT X NITLES•tozo-sd,sign ,r.eadr. SMIcif IC project. SHEET 2 OF 12 IntECIAo, .. uo-5-, Vir°,11t ro,q-r° :7, OBEY TX' z gx„nnr:•...1%: .-,;::.-- -- °P--- - '- r' i n''' .t2s:T.L=°....n-7,T --,;T,',„:27'' ""•.„„="- AM,*° , Alan DeparIMIN II 01.1.16pOrtellan 0.„ 1.1-- Ir.,.r. .20-1E RR IT, cd.,'Idr, \1 X X FFFFE2, ' ,L,„Lo.dod, \ \ ,,,,,, \ x 0/"0 '. P2O-3T 1, X ® 17 signs are required ouMide tne CSJ Limits. They inform the ZZ.':,.,.,,:lr.'22,.r==7=1;1Z114°Z...., if warKera are present. BARRICADE AND CONSTRUCT ION PROJECT LIMIT <d. .ng so I e I y of swoei le operations Warr. j..---CS.I Limit mg> ,f, of •NOAD VIONM AREAL, ICW20-101sign FLLI cliorneatroforl ,pwl7ement and other signs or devices M called far on the Tref f lc fa, I.011.,..rj. um/ I.r.om *MS by orb. ReInsmdea ,raffaaJaraa,13713,B604,131,13APPIrOaradro rad b, dd od An se, 1m7 v.2w•:.4noowWano7am.vU.sverwma.oleaoseer. ,.,,. OS. wp, U.E. AB N0. 33760.BB04 :; J 6 IO TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Wmh2mes,- sm,nor pr4ime Owrdhnmmhe .Pnremn .Oman f10„cprEparr00eO it ySemdi0 m0ap0,0g0vel0YinaMe1e1x1 ce irm5spplrrttrarr,imotmm0 Reduced speeds should only be posted in the vicinity is URBAN] la ;9a ¢s4 I hTone rfr€ raw///��� Sre nfOr 00) . of work activity and not throughout the entire project. LIMITS Regulatory work Zone speed signs (02 -I) shall be removed eg or covered during periods when they are not needed. one direction only. edditionnl saw ae OSJ LIMITS (// l : — — — i \ 4- — 1 i'l������ rig IF I IF nsp Imo 1 IF x, aiWSE IF b eererm xnw b nsp Ism l b ww., b �I €sk "7 oa FaaFfi cez GUIDANCE LONG/INTERMEDIATE ro'g 0 R FOR USE: TERM n ms WORK ZONE A wI 'Lim!? 60 SPEED LIMITS GENERAL PowE'o M6 ''s'zsap NOTES SPEED M 70 �*WORK 02-I m int ZONE EDomeE SPEED M aS WORK sP eoo 60a M60 sw SPEED 70 WE Z.e 11100 0affi of control see. I imi it should be included on he lam- of 1..7-.',';',,T;;',,,77.".' 20 coni0a lllite 0f mo ar Imp20farce1y 20 062t1000 2r 220001.2110, ed n to modification of the ger/metrics 0 to 2. Regulatory work zone speed limit signs shall be placed an supports of a i foot minima a higher `desiign°speed 0s not feasible. nae mounting height. Long/Intermediate Term Work Zone Speed L ns, Men approved as described are fii for one direction of travel and are nonny y posted zone m direction vitt 6s present. for ea gree pan o travel. Work ac.aity 1m`aralso be defined aa,ueriinn0 *010 0 roadway requires , Frequency or work zone peed l sign male be a reduced speed far katorisis to felt negotiate thework area, t iluding: 0 mph ondgreater s 0.2 t°m2lmi less s pavemental rough road or damped bl substantial a ofroodaoyrgegretrics Wiversionslcl 35 mph am less 0.2 to mita construction detours 5 Spee "ReflectiveI unitsi Sheeting" hove block legend and border on a Mite reflective AO grade...ground el width fl at readily apparent to the diver 6. Fabrication, erectionm"ADVANCE SPEED LIMIT. wW3-51sign, As long asrony of onditions exist, he work zone speed IWit signs •WORK ZONE1.20-5.1 p the "SPEED LIMIT. IR2-I'signs sha11 not ae pod for should remain in place. directly, but shall be l cons 1Wred subsidiary to Item 502. SHORT TERM WORK ZONE SPEED LIMITS 1iomn's, mearndere�REAp02s eovEic�awap l01..1 not pe alaed, "le"a I BY I o6.�ox GIY-WIDE WATER DISTRIBUTION SYSTEM REPAIR MID REPLACEMENT 2017 - (1010) PROCUREMENT BARRICADE AND CONSTRUCTION WORK ZONE SPEED W0 BC(3)-13 - (3 OF 12) s type of work zone speed may ce includ. on the 0esiggn or Techniques thou rimy help reduce fro!f ie speeds include but are not I jmited to. SHEET 3 OF 12 fhe traff lc control plans when workers or pment e not ibarrier, when work n a rave a way, activity is within 10 feetoftheentraveled way oind r°ncrete mtual ly A. w germce5 07. the 1 11 d C. FSagg°`ni s sign. nw Oeperm.oen. upwbmm 50..0.2 0. Low-power (darnel radar transmitter, short onwork Zane speed Limit ss°should bepostedvisible theE. speed monitor 'rollers or s. eonly when work activity ipresouwok activity no Present, ami I m removed Or e°.ered. Speeds °r Covering on BCwll, work Limits only posoonly. for each project. ID.E°r none spe guidmce comernirl im type 7f,""' n5i lions ionfsee T00 Inpaati01 allawuble reguaory o speed zone reduction see rkoor rota .I zoo m me rkoor a -ram o>s:���° BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC (3) - 14 1...-q- m.Id v.2w•:.4noowWano7am.vU.sverwma.oleaoseer. ,.,,. OS. wp, w. m.vwoa imMxtsal.e.sPI. vAwkiompea., ma0.a ex xxe ,i ten PE .m, U.E. JOB x0. SS,60 B604 Ams.Nh ma fI;Wt1 0 o .I 'v TYPICAL MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS Iz min AL OR NONE VINE SI. Ma rg,. aidap mcwdl,l¢ awv direct. rect. ht me eI¢¢. teas R, ¢ di.¢r.a or m. zmlr�ee.. stub. MOU e. uep m rcee,iare, .or°. one £fi DYe fr . b.. gb& a' E g g - A I ROAD W®WW AHEAD s: 8 gr.wv MAP MPS MESS m'' 4 « --M PPM, PA PS ANUS II } klwx , SOAP POPE AHEAD / I Iso ¢i. more slows Net ore n.in ,ii . 11111TCV but may „ed � Menges ��. ' re re In tne Inspector's MOOT diary and a ing Pott the Inspector end Contractor initiol old Mte Me agr. upon changes.86. . Contractor snail -furnish sT supporta lie. in the Mmoli. Work Tons Traffic Control Device Liar MIMI-COI. Contractor «er ,gra a or m..owo»vv , rnorol Iarlor r¢m.nearlao so me fuer .¢ replacinga e with Dao ad v cracked ametrme, and/or onlya. Identification morel. nay Oe simn on me melt or ,tee' m aavrme. me maxim. re or letters w/or aaoae low used fa- Identification shall . I inch. € ENGIuR V1 E `a€ m pg $3A. �O ,. The Contractor Moil replace domaged wood posts. New or damaged I.. sign posts mai I not be soloed. NRATION Of NORA 1.1 debases bx the -.es kketuai a+ Lint f arm Traffic Centro! gevices• Pert SI $$' `g8 ).3.h 'fig„ .avid.. MwlmrI y mete«�„° skid aneorr am¢rs .e.algie ao eivo.a. mredra moll xOr u eland doe. skim ¢ ° swv ar level Ino- rN swpao tel maams roalwry v aIv¢.eI .hound wr .Deer n. ¢rrao of rh= elan,. °Lube el Imp. s work being performed. ung reimr aie,e.o,. ¢era ce,ueoctur.r a r..ownmriaa in iaoy work mor saw,,, a I.wrim 30th mon me mr prim w to z °tee, or nimrrime tax meting c. - - more mw i° o.Ieml. daylight ..rem. I. Snort, duration - work mat °couples a location up to I e. Mbile - work that s conemaua r or in...te r y Weeping fa- ¢ m approximately Is rni...r = wL" L sOW, ATTACHMENT FOR SIGN SUPPORTS poneettmmanr..omnsupports -*a ✓ memedme-tern asnail 'ny e at , 7 ice but ¢r more ,no . ° feet, move me proved w+om, eer I �rPO6 w IN nr.tmaoeemwo ,x1F b V ZONE e'm 1%/.r¢metrmmeae will be or bolts and ruts Or screws. Use MOOT, or manufacturer'smnmdd .m vawwrame musumm ee'°an n we m foot Move m pavement surface but no sme Mai z icer move z ne' rt91°i The gr.,. hrm.m¢ 6wa�reaa¢p ann .dara.,ed„ .=mwm. =¢the end °r the workday m rd.to R4 d°mrt¢eyedw. ff' an anmftsshallbe oepwrrot.m sw a,.w le man.. m least f m, mapt mere thag feet, mre ire navel surface rewelw.s °f mark dermis. Efi MIMES mor m el. w T �.,, ¢ eau twee y ¢¢ed. l• r° M i.. tim m mh ..Ire m ,name L sIw SUBSTRATES 6WYEDEN. 4°ate ' MROAF�DM � WOQWW; m Hai... NOT r. The mmr«ty Moi I nvre the aim substrate Is Imml Iwo mercmo, is being used. The MILD lists each substrate Mat cm be m,11heaffer npa deodel'of"nnum,te. m support °irrmu 4JG�[G�Q \ be IIased. Each sign z r 've xdrm¢°ravedam Mc'vme, fedora ¢'o me ar ,re xx ow. edr yr m ex ' ✓u . en s m Pape a +mr .mea rroo z wore s Mo men a man P r '''t atm or me s ms u,ve m ar ma s lie eo moa o m¢ e m o «:rte': ° -i� my= moo=. e,rmo ave mw I/z war wire � \\\�� W16. wird. -.:•.. ho e I I Ne arta Nea Directly to Me sign .°feet ..o. sn .,. w.,.°.. he awo a ¢ ~ w .. a, . a . me [tee uv w oeP-aw mf r e.rmm or a e.nry tae. II. s.11 der e \� euaaart. W lfiale signs shall not be 'Pined of spliced by any means. Wood All signs berequirements or 1/15 ,1300 for r Mid signs or 115•8310 far roll -un signs. The web address for MIS spec Ificat Ims Th Mawn on EMIL Mrs ge *randy. `¢'ermen �n° a motormen. of ONS -(1300 ypppraa, �e m used for rigid ams with orange 'OTTERS Sol icing .edded square ne,ra rill only Pe allowed wt. Me splice is male using four boits. ,22. ly behind SIDE b ''''"rt'rtsshalno! extender! or remi red by splicing I. IwvedvredTororxole or i� aawraary ,n geoan , srao •, .n owo� a w OR COVERING CRY -WIDE WATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017 - (IDIQ) PRCCURENEWI BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(4)-13 - (4 OF 12) Mewed be at �.REMOVING me vele¢ and w¢d other meow. ga degree. STOP/SLOW PADDLES /slaw mane Sete Mala de za . za I. STOP/SLOW .olles are the prima, sethod to control traffic 'loggers. Me 2. linen used at niont, the STOP/SLOW .die shall be CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNSgn WITH10 THE PROJECT LIMITS Ion • potentially hOINTO. tO tr., operation, nate a on wooden m dill mm ee turneries ed mane tomes torub r Ps. signs moria m removed or c°eple,eiy oiwomtic, other motarlals.1M will cover the a aln their aorme vvarrre. saver arraobrre I.aeilmte m�nlmt, wirro t a¢mrnp me sign sneering. e:Xt'matTol: =Vie,', ,..Vn'rc'cla'retIon V wore. staffey J. STOP/SLOW .dles nay be atto.0 to a with o nlnnmm I. Any I ignts incorporated In. me STOP or S. Paddle (0[05 .„9,, os s, ,s ,s, sass,. of sne s, Drivers proceealng 'wag a wort ma ma tne some, .jOanee OS na.11y jilatal led al 0 reel, Witra.r. earl ,Dore'USVOI m rub's. r ° r ° SHEET 4 OF 12 shell only .. speolflool ly .sor II. xga�sranalem oevua n me TgnrO. In s..rnan ss.osremove morning sloe con/ 1 et el Mons, or cover 1. t aims unel n. per.. sem a go p mord.. roadway c.ition. leen exiMing ...lent a. to ar'wrim mai a eeel ors°re solid mise.' mm i nor henpoet.,I. `sma lm Milk.� mry„ M u � //,a \ `�'i�\ �/.Oil .PurOMM. they .11 nee3• ��e n�Irc`��a II Lal 'woarraelocoted te rto he rel0a Mon on Oa vo°snmdprd Moate. my a.m,remite. um. iwlor Innertu �\ IOadds°"'°`a' ��� p y�% z \�//`a sir paid l a' r we Na td ar ,p` wpor °" ' . the temporary h�..P.M.`�husing the ee Dula[VICO. Ine signs Mall meet the remir. manting 110,11115 sh.n on Me ,¢tared be pieced along(1M placed an slopes. ""'"Id length of Me ski. to .ign da. and .hale ¢, oe used .a level BARRICADE AND CONSTRUCT ION TEMPORARY SIGN NOTES BCl4)-14 N. wT la. melai nom In. �,< �,w Mon m need m:.Sible by me a tor ¢ eproperou a.farre°a,vistt .11 Ile replaced T°iswiloon as d.amaedear Tag. M<N laed ®Tem - I,7-13 .. I ' I pre „n. a epee- .n. ren k aid. ,he ,ped sane are mr re m ,a mar any P¢tim of w. m.vwoa imMxtsal.e.sPI. vAwkiompea., ma0.a ex xxe ,i ten PE .m, Arn....."110,0004,411,13APRICIOES.dg 1017 1.I.E. JOB NO. 33760..04 "Iill'' g,i / ‘ 'Mg,nn Paxiwom ..4AtC14orh1o/ean.4t , „ 0y. ' 4SeeR . ;P.f . P''" Pur_.e/SfPeLo7er 1'rB'tsE'I .1 m _/od1,a8iIi Lnn.t" ciDr.' eaoIPa',l. tsT .e.s .i -s-liagS1rtnug bleA p°eM.e• ,e.5 .. .p.1 kI'nN4eG CTHeAe st 1zn 1 -.) _gg1ii'ge 1g'Plf;1315eg1 BEA i .,Pior.oen':tb„ 55. s....• t. ac s. lOirecOiPTE1 mbe....I, Sp .. LW fAmbo.NeinfroIg . Ni1lNl ELPo C E.! PERFORATED SOUARE METAL TUBING 1V4angr l' SKID MOUNTED WOOD SIGN SUPPORTS -le .-.1.V." LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS': GROUND MOUNTED SIGN SUPPORTS efer to Me PC.. Me manufacturer's installation prooe.e foe aeon type sign supoort. The woxirt. sign sq. footage .11 adhere to Me manufacturer's recomendatIon wo pee Mot...Ions con be usee foe larger sip.. = 34 tl! ,iiVlId'I!!0h4't:,'k:; . extru. Ms11i3gi"/nl4;.o';n;x;'l Y pI cx 16 eq. ft. or less of any rigio slan ...trate listed in section J.2.1 of the CWETCO, except S/61. plyrood. I., plywood is al .0. 5555 1 vr Bia.ltypl WEDGE ANCHORS t. eW.OR,et-11VTdD1s q e" e oI,IWB:urG/EE'sV a eg soTOI3nGtnUETS°selRNETme .M; yOn1AS eE94r.NeTRLCeATlIO ;R;a'"ntt.S7tPPRi:hePPB"e n; iELe OS!iIgTSa1LTT,tnIE.uSE.edT UD:!.ts TTT,mh„ DE7a .'20NPbef. R,IenS,:NFSdNy0 OM,He.bF Sr..oSEE"a"noAUE ES1 OR[1 ETAhSCres-LDNO7CP:IAAne 11 foot GE. S Ll3aI/Cs4Et.1i — Sim Posto Sign race Ea.. Reeuirea nmaDOOlPs,NCI 7m ;BVaIt4ht,: 7O t, . Becor,roorp.e. be used on every loin. for flout with 5416' bales ar I 3/4' x 1 3/4. .are tubing I 3/4 . w I 3/4 • x 52. Mole 4 x 4 2 21 36. PO 2. No More than 2 Sign pa. Sh011 be plaaed within a oescianox CRY -WIDE WATER DISTROURON MIER REPAI NO REPLACEMENT 2017 - (iCC) PROCUROAENT BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC(5)-13 — (5 OF 12) ...ism oust tubingaiagonal brace 4 x6. 2 36 36. YES "P=i7.71eight ohave payment 1 3,4 • h I 3/4 • x 32. Thole WOOD POST SYSTEM FOR GROUND MOUNTED SIGN SUPPORTS . ' 7.f.ida""13P%"en."A"17e=vendHlg?:117pr"Ve:t""ne. This will be considered mesidiary fo Item 602. to ho el, 2 go. square perforated . ,p.,........ .te, side.. bar, ' '" SHEET 5 OF 12 To----- 0 Male to Pole, glib 4E04' rogel;: :IV. r" Perforated tub'ng pr ,nt ,iveas D..... a 7.n...won 55. 2 2 "IIIIIVI. weld weia. f 00 not ouadle back ill . I,ta Mole to hole/ 1a. perforated ==n1:- BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT ,......., .1a SINGLE LEG USE M.•II Perfaratea BC (5) -14 S. View P5510P0 Vo5175 5' 5556565 .0.11.1,..1Pe 1x00, Pe.. SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS 9-07 6-14 7.13 OPCna by U. EPaihemtne Arn....."110,0004,411,13APRICIOES.dg 1017 :vPml.r.wseroWTmApso e,nxsreARReAoESag .,ere..,,eN . Dem a. U.E JOB{ NO 33760.04 i!_ !i ie eLxlm BARRIER OR cwsOBeM PITA MCA PANEL ruRNER PARALLEL To TaeFF¢IThe RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES Engineer may approve other messages not specif icolly covered here.) PORTABLE CHANGEABLE MESSAGE SIGNS V °', La vY3 aN heee«esa«e en«rr«le w r 7,17,4".74,".";,%:t: a r , ane Phase 1: Condition Lists Road/Lane/Ramp Closure List Other Con0itien List Phase 2: Possible Component Lists Action to take/Effect on travel Location Warning re Advance List List List Notice List �(� \A ENGINEERING BES$ N5 �1 Ra 4g� 4 ^ IEE Q'e gh6 urd acme,, .... th i, aw wast ee unaernc« la, afreeway. i.e., 11EXIT srdar«awv. CLOSED % MILE ROAD CLOSED AD XXX FT xx REPAIRS T MERGE RIGHT ORM 1RIGHT5 AT FM XOXO SPEED XX MIp RUE-001 X PM- y' g .g; CLOSED.• Do not use Me fore re , Non tune s, 51 NO Manrmn � merpossible. ;` Pe ref .noule ce minimum T feet Move�e ° �;The ROAD CL05E0 AT SH XXX SHOULDER SCH05EDR XXX FT R %%xXGFT LANE NARROWS XXXX FT DETOUR NEXT X EXITS Xxxxx RD EXIT BEFORE RAILROAD CROSSING AxIMUM MSPEED XX NPH - % % X PMx-% AM gC€ € mamma term 1WEERM. mould used if . work te to ROAD CLSD AT FM XXX% RIGHT LN CLOSED x FT RIGHT LN NARROWS x% FT TWO-WAY TRAFFIC XX MILE USE EXIT XXX USE EXIT I-%X NORTH NEXT % MILES MINIMUM SPEED XX LPN BEGINS MONDAY 3 fi re'r- diseloY. Tar either To, seco. e., ar T. three sm.. emh. r^e Pe. a RIGHT X LANES CLOSED RIGHT X LANES OPEN MERGING TRAFFIC XXXX FT CONST TRAFFIC XXX FT STAY ON . XXX SOUTH USE PAST I-XX E x TO I xX N USXXX ADVISORY SPEED %X LPH BEGINS MAY XX `ye RXgx I I Mane re he rn rd l a.LANE Es SNIFF REPT" CENTER CLOSED DAYTIME LANE CLOSURES E xx005FT UNEVEN XX%XVEL EFT TRUCKS USE US XXX N WATCH FOR TRUCKS Xxxxxxx RIGHT LANE EXIT % YS XX PA % XX M n... Tey an a PCMS. Drivers m not urmerstarl. Nemo.. 13. Do nen dispiay messages that enrol mrrmnrarry w vertically cora. ^c anln '10W e o °C °1mrn NIGHT LANE CLOSURES I-x% SOUTH EXIT CLOSED DETOUR x MILE ROUGH ROAD Xx%x FT WATCH FOR TRUCKS EXPECT DELAYS US FM xxxx USE CAUTION NEXT FRI-SUN , A. t.etl:a'se wra o Wa"��M.r ,5 ° ne4�rn 'e van nXire rwr[o m . ,e a ce .r Nwrd M aria r LANES CLOSED EXIT CLOSEDXXX X MILE ROPAST ADWORK SH XXX% FRI-SUN EXPECT DELAYS PREPARE STOP SAFEVE LY X TOM XX PM FL: ` e ran at least 6C0 feet at la ea,TV.eyT doter cei or o Irehe. I center e a me wane veva ratter than EXIT CLOSED RIGHT L TO BE CLOSED BUMP %x%% FT EXIT x x MILES REDUCE SPEED XXX FT END SHOULDER USE DRIVE WITH CARE NEXT TUE AUG X% W iB: '117! Dana ran «pravlate. MALL DY CLOSED % ANESIC TUE CLOSED FRI LANES sn�ri XXxxFFT USE WATCH TONIGHT PM- ROUTES WORKERS XX AM X STAY o x o .D w PHRASE .�E,A11. MORD OP DMASE mairvMl Ian LVD CBLOSEOX ann 2. LANE e Awrladriw re«e cu., r. Ne. N L.S SIFT ,n Phase r must m,em AsTAT IN L. In Raw Xx se Access Rood ACCS RD Molar 2:: Per Hour RAJ . APPLICATION GUIDEL INES ROVING ALTERNATIVES CRY -WIDE WATER DISRRBU110N SYSTEM REPAIR AND REPLACEMENT 2017 - (IDp) PROCUREMENT BARRICADE AND CONSTRUCTION PORTABLE CRANE ABIF MESSAGE 96A BC(6}13 - (6 OF 12) Rem Flame BEV RIF i:i minor mR 'C;:::: .11.1 North 111111. 'Rood/Lone/Row, Closure List• md the .0ther Condition List, Center 3. A 2nd phase cm be selected from . 'Action to Take/Effect 3. Mr1711X7.NORT11 and SOMP tor abbreviations E, W, N md 51 con Detour Route rsL.e Phase LIM, Rim,. noses ma ra.rs repiama as appropriate. is . Included in way ¢eleien.wm v location 5. ROAD, NILNWAT ma FREEWAY con be intermanum as needed. East aaory. o Pin... IR. , .. PO, to im mons. s. AT, DEF. me PAsT Interchm. as needed. Emergency F. NSp So or .120 cm he el imi a 14'mim pvee ,e used.SPD.de ""'"11.'4','::',rrm Ex P L d S notification ran t',cal Ir ce for me xxxx Feet XXXI Fr wdx SHEET 6 00 12 lel Mom EMORE PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR AM mw Freeway «x« FAT DLO MI T D t rIS TO DON CONCRETE BARRIER OR SHALL HAVE A MINI101A OF FOUR IC �Tev0dP.Nmevf w 1T000P^MMLTa^ WM0m,0 Hazardous Dr,v,ng RAZ DRIVING Traffic 'RAF PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE ' MS UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION BARRICADE AND CONSTRUCTION 'aeul t IDA 1111 OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS SHOULD BE PLACED WITH DRUM AT OF THE FOUR CORNERS OF THE UNIT. onNaar lel Informati liRS IYDIS PARN 000 ONE EACH PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) It Is Amotion In JOT i LYee PT MI, FULL MATRIX PGAN SIGNS .0marddrm N.mht WM rwmlrlryfaslmury requirements mal ,e mint.. a, rr>rw in Nunderre le and"PORTABLELeft i. linen fuJ1 matrix PC1/5 sions ore used, LF11 "reg n .'Pa `a„bo Vis' ,e, s„,eor"rM tee ,rc°^,acl11 cn the E°N Rarr,. Pas sew me, err^ rre aa>a.al ar Nre En„neer, ,r BC (6) -14 Lme IMosed LN CLOSED xl� war rm3. Men symbol Censure ted on the Fall Matra. PCM:,*hey shall only eaoaement the ane of ...tot, . we men not 000shrme ©0,00 IPI r,m..•., Maintenance MCINT graohloolly «..remote, ,00 PM R' be used a srwrdre a 'leaning arra, aa°ra ro.lao It Pete The er.rar y, ran rate ane dim, epairment. « BL or tn. I, mm .,.. o. ee.�Drerrdn . Ix...roof, Ns na,ar, s« saner. FM n,.mar .�.a. «tae. 7,3 :vPml.r.wseroWTmApso e,nxsreARReAoESag .,ere..,,eN . Dem a. w.°rqqv.,:5053u3750w504-5,e.w519.enieu .s.awg ,nmmme m, av an a„ ea, ,ov, wA E o UE JOB NO 13)6086044 =+rt'b i �_� '�I �� • @@@c@ • A ^�► m 45 fi' i6 tall Reflectors cm be fond °, the Noiviol PrMmr in wed °mreaa \ cost of me reflectors Mall be °°nsimrea ...diary o ire 512. Ia > TAIJICO. Me 2. Color of Barrier s /.11 be m �,,%0111� tcified in eeing ,',; or '/ LOW PROFILE Orawet _ of barrier rs is 20 Attach the a a remmwmotions, CONCRETE BARRIER ILPCBI anneliz� advices plan. percenaicu l v to traffic m the upstream side of trofr ie. I. The Flashing Arrow Board should be us. for ol I Ime roadways, or elm or Moulaers Isles. Me 'CAUTION. a1sOMY .! Mt. i /Inspector shall Moose 011 appropriate Signe, cweseold mother traffic a. me enom ng arra. Board should he able to display the fol low m e moria °m IA URRBAN y93_ 0•3E CBvg IR n` �� a8!CONCRETE TRAFFIC BARRIER )CTB) • • • g See DB ivu ` • • 1 oxinotely Me obasect,on of each section of CM. • •• OR .tlenm montes m eon or �-111 ' 4. the bOrMer, Oe Mom in . deteil.m. traffic, a c01 CauTiOu ALTERNATING 01MIONB CABi1fN • • E4 Mere CM separates two-woy three homier reflectors snol 1 permmmendmime mourr. on eorM section of CTB. The reflector unit on top Mall nave I .hell mveo y mrwfleotivefine, wmom in TREATMENTS CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services O 5 $ 4 DELINEATION OF END r.tim no din 2i6. °55 Borrler Reflector units s.11 M I Ica m white pelt m matchger END TREATNENTS FOR • • • • • • • E. € Sb n8s 7. Maxinun spacing of Barrier Reflectors is forty 1401 feet. er Reflectors m she machos our''' "r1� tabs �zd Barr. Reflectors mall de realm. as directedwayer li.siwle slope Darrion shall de Mike. ea os crown on me above .tail. CM'S USED End me WORN ZONES zones mai! meet cros.rthy st.ords os defined in the National Cooperative o ...Ms as manufacturers. OwBLE ARROW LEFT t RIGHT LEFT B RIGHTARRO far caner lams flailing elmltawmely, Or the Alternating aO1 1ine caution <quota, is NM ALLOWED. •mow Boord Shall be ca.le of rein,. 50 percent dimming from ro. imp.voitage. BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS T 1M ate of the Imps Mall not be less 11., 25 no' more 11551 40 flashes per minute. I mop on tin, shall be approxlmately 50 percent for wOrehefolwn , w.ng °"°'°'°'a (I ^ he TzOOT however, the sequential chevron 'E'�= - WARNING LIGHTSaMing ay support • suitable or. Mror Board SHALL NOT BE 115E0 to if traff o. o Iishts moll ¢tet »o rewlrmme or the TwrcG. "� igta recall apo oma O/1 Bna'r 4„van peQ 50all i nwre , m .nam of ane,, of trailer moulted Arrow Boarf°rds uvula w T feat fr an radawm CITY -MADE WATER DISTRIBUTION SYSTEM REPNR AND REPLACEMENT 2017 - (1010) PROCUREMENT BARRICADE AND CONSTRUCTION ARROW PANEL, RTSTECTORS, MING UGNTS & ATTENUATOR BC(7)-13 - (7 OF 12) tnr moffic contra' REOUIREIENTS 5. The'ene.ineer/Inspector or the pions snail specify the locotion type ofwarning Pani 0c°rei^worming °krning siPttal lea on tre traffic control c[rI1 * uat TYPE s or w L ATTENTION Boards WHEN HOT IN U5E, REMOVE BOARD FRIV THE sLoanrsorcdma Only�f Dpi�rcts ILII Me s wow of tha ur�er"uwt me ns�a. TYMlwro warning apo- "Flashing error THE ARROW sot I I O. she location of warning I fights Ynd rrrefd snail x w enmm el Sere in me plow. C 4e w ss I5 I .lie aaazati° dimmhp devices. rvnrFiC eanviEN on cunapaf. Type 1 WM,. Light or WARNING LIGHTS MOUNTED ON PLASTIC DRUMS flashingapprOv..Stilate mount. on o warning Ignts die balm. to wan drivers that may ane approaching ar she In o wt ml l ly hmvmua area. arm ad . tO the travel , .i .0 ane rot In.. for delineation . ,hall not be used In 0 series. v ay.3. A series random „al f lights plat. on ma.el;¢ing devices m forma merging taper maybe u. for ml )moth. If FLASHING ARROW BOARDS Iabt, emula ower foram pe"ereua'j”-cu "0i40s° Ina series to delineate the mw of fore travel lane on urs. m lox SHEET 7 OF 12 mp ttsmn meets In the Mom. bg rc� 11 T. Tac maxi for .acting lights °n dram; mould be identical .ane morn, being device spacing. TRUCK-MOUNTED ATTENDATORS , Oepietmvnt m Wtwpwmnan sm WARNING REFLECTORS MOUNTED ON PLASTIC DRUMS AS A SUBSTITUTE FOR TYPE C (STEADY BURN, WARNING LIGHTS11111.0 'x" " .o drum as a substitute for a Type c, stems burn warning Iisht m the di.retion of the Con reflector2. TM wa-ning ¢hal I m yellow ,n velar and ¢hall be rammoamsign r. using 0 simbserate approved for use with plastic drum list. on the 011200. ,cones, `iim 5: Square m''°'tmWe'l'o :ere}m'mna;ore uoha° of refleaforipeaea where Meeting. Theyhe do not have to be reflect°ri.ea.here it or reflec le°at ,edu8e°°" . Report Na 3w MORO 3501 00 for the remirements of Level 2 a Level 3 .s. 4. MU are required a,fr.awasa,IeasrovedDas.rwise ear that °p° be BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS & ATTENUATOR BC(7) -14 g m a hwhes an facing am . m traffic mar have m ,,w w .Imp the velar anr.trv..I t,. y .w,rmma .m TIMS 8300-Type R or Type C. 1. .n used near two-way traffic, notn Meles of t n Om Mali M reflectorized.8.. adversely work 6. Th ly '• m r ° re a an Vaal mm .reel nm warning refl.tOr .uld be Minot. On Me S. handle nearMt OpprOaChing traff ie. 9. rhe maooun smw c a .rnim reflectors mould m ml to the enamel izirq device spacing requirements. and d l.mm era m•m•l4 cam un ern SHEET 19 of !ECM ORdWNG NO. j-4'57 E' 02CIS Sy Mal en.M.4 ,M3 CR PWUECT_ cisas0_ w.°rqqv.,:5053u3750w504-5,e.w519.enieu .s.awg ,nmmme m, av an a„ ea, ,ov, S.,,e,oects‘ooMaceVO780,3604,..11,P.M.ESChtt by JP 05. 2017 V.E. JOB Id 11760.85.01 ,EEE .14E1 IL -1, 1---- C N GENERAL NOTES ,,,,,, 4'..5 for moult. sections Dy vertical POIPIS, or 12. .-piece cones. In tangent NotiOne ' signs and .c. i ane,plece cones may N used •iii, IN approval of tne Enpineer but onl V 1.‘,7rs"- a, 1,,' LiURBAN ENGINEERING il a 11 ,_ .i g,..., 12 illa. If personnel are present an the project at al I times to rmintain tne Zr";:rt'talm's7g7=7:="'m femurs. arum ore the preferred charnel izing titnine hut my be replaced in rows. trcnsitions Ond t °numb 01°1 VI: 90CtiOnt I., NirtiCai haltin, Im-plehe calef Or ale-PiRt <MOS OS Engineer. =1"0=1(.:"Ettl'irtilt":orr *icti'iirccX-Of iO477:11.t:i!'"' boor Orem Moll rave a minImum of 2 ormge using Type A retro- reflective sheeting 1.1nm r.vral C Sign Dimension, Vertical PLOVI IA, Cocos. T aff ic LCne diaganols ii, li' ,.. ° iCM2T.• 5. Orme. bases. an related materials Mail eNibit goad narMaisnip end affect tnetr ...rm., serviNability. 6.. Contractor snail nave a madam Of 24 No,. ta rePiCee MY PlaSt,c 011.06 Identifled for replacement by Me Enolnear/Inspector. TN replICe- ment device must N an approved device. volt,. too stripe WM) Oralgt. mount with DiviMr. NiveNIY sign 0,M. Keen f,igN elaning deN NmarN N series or atNr signs s N.. ,,,., , Plywood, Aluminum or Metal sign substrates snail NOTES used on Hb Er ." a E4E-E- GENERAL DESIGN REQUIREMENTS Pre -mol if 50 plastic arms shell meet me fol loalng requirement. I. Plastic tb,•15 .11 te a 1110-0000 006ht/0 1,0 •body. of the drum .11 re the tOD portion Ond .0 Mane. Mall N the .ten 2. . Cody ond base shall I. together . Such a .Mer that the bodY ;:rsit'it'inr: a...a DlOStid OrumS SIGNS, CHEVRONS, AND VERTICAL PANELS MOUNTED : .t separates from the base .rven impacted q o nnicn, traveling at 0 am ON PLASTIC DRUMS = 0550050 NT 5. Plastic arms a... I be “nStronted Of Ilantght flexible, ore Mfor.le ...NO,. Tle ceel.rddle, sw wo, ...00, drms or 'I' b n r' single p,ece plastic drtms as wornelizotion mv ices or sign s.a.e. at the 36 I. NIMt Nen vies. (ran my direct.. IN heigN 01 drum unit 100. instal. on easel Nal I N a minime of 36 inches a, a madam of 12 inches. MI b 'I for fabrication. See note 3 ittatinhtn .r d.....a NteNable Pedestrian Nall Pe linnufaCtured with Type Il. Or Tylle E.OrInge id t..) tn-h ' :er'l'I'Llit'ergens'eloTaInTo::',Va"nO'tno= rerlITT'n'e=dre'd sball Nve 0 Nnism. Ne eiNlY elOMM .16 in.., dims.er N. to WWI kn. 0.1 I im.s nor 0,-,,eerer tnz a ir.,01:e4s..Z,wi.dt.O., Any 50 00. ,...... ' ilts'',.,. .411100. Barricodes *0. [centime. MOOth . .000,0„....... rail far nand traiIMO Or:n3Z7”.'510'n'TOcece'M'ortearrlori7IrcuTsro=ri:'''" h'e specified In IN PiOnt. 3. Vertical Panel. snail te manufactured witn orange . Nite sleeting meeting ire requirement, Of 1,115-6300 Type I Di000n01 8triPet On Verticol Panels shall slope Wm towcra , tr.,•0,00 0•0,00,. ,... .§1' , :',3",-,1 rrefl,sotoriz.et '7'7'''''".'"" ' '''." " 1. Doses Moll nava a maxlem•loitn of 36 Inches. o maxlme height of 4 .1o're l'Z'OLVF:47:'sfeoratf:=1,1, n'f.;',°,11.3",r,t.°""°- 3 . 6 . rA rA i:4 0 N I 4.. Other sign messages itext or symbolic, I, be used as opor,, ,mo,,,e.d.eintn.s,,,,,,Eng.Tnre2e.r.,,,Soi,g.n.leccon ,:rloo,ns,s.h.ol.1.,,nrat,ore,,,o,e.ed. series sr,ns 01.6.1 In note 8 IDP1049. ,....." in, B. Plostic dirlten snol I N constructed of ultro-violet stabilized, cronge„ 111,11-.131ty polyethylene MOPE, or att.,- .r.s,,....-.0, L.'"°.1.1:V:47%:-Z".1,°""Z°.•=r1=','n°,';.„,e, nmeer. RETROREFLECTIVE SHEETING .1Irl. . ret,ot,m,,,Nbers. c. one loNing emeNr for eoon ' 7:noM4:irt,:,yFoLnLej'altr:OOL,'Ia fnLe'i'Lote"V:VerINn 1/3 cny—wiDE WATER DISTRIBUTION SYSTEM WAR AND REPLACEMENT 2017 - BEIM PROCUREMENT BARRICADE AND CONSTRUCTION CHANNEIJZING DEVICES CHANNEUZING DEVICES BC(8)-13 - (8 OF 12) ' rolos,..rX'ret,:- :1:::Inr.n.37 •,-,iv• 2. me Neil r V, Ohner 10.1.#1 INNS,04 N N DIRECTION INDICATOR BARRICADE ..i DETECTABLE PEDESTRIAN BARRICADES e 7. c.rone may be ploced on drones on +he outs. of cuvee, On merging tapers or on snitli. topers. Ohm 0000 in t0000 locations they may be placed an every drat, or Nosed rot more than on every tnird arm A mininm of trree 13, Nall N used el eacn Wootton call. for in the Pi.. ' Ele::::1,07-i';ee:hiiiii..;=ero'n",'A'a'arira,17:11r BALLAST 1. The lytentim UnlinatOr Bon -inane Tpy Op yped in tapors. ,. Men painting phieuttion to0111t1¢6.7.7f:7 00 z.:dleIII :.711.., I := 05 000 SEE 80 2 ..n.e .. 0000, .,,00 "":.-„n;-.11- '°':,:re. """,7° 55 :- - "'"'"""7 '''''''1''''''''' .555 055000 050550 500 ay. ' ''005 - Teas roapar 17,, e ro t of Trareportation .°7°' !v•,',".„r.°14°;nf.- .r1cca my not exceed 12 Inches. 2. Doses with Imi it -in NI lost anal I Nlen Ntmer, 40 les. ana 50 IN. Bilitt-iO MI.. cm be constrmted of on iblfecr01 Crueb rubber hOSR or 0 solid rubber base.05055 3. Recyo.d truch tire elf:level, my be used for bol last an arms 0,0.0 for tnis type of hol lost on the [WITCO list. 4. The NI lost Nall r,at N nNvy objects. .ter, m oq nateriN mot muld P.m bezocNos No. -mi.,. PeNstrion, or worker, MM tne Ormi te struck by o oNtcle. 5. Igen ueed In regions susceptible N freezing. drums ShOl I hove drainage ' :rfle?I'L'nsneeting°77:iii'..-4...;::°,71! 00 "." " " 7"Sg'elattrth 1.6 pee 3, 000 ' Fr',.7sT's=lrers'ra::::artrot,'1.71,Zrit'.%';Ol...ostoomtTons. i7;':?inente a nedt lon 555505005 d.T;Prrs'telea% r':: TO.4? me MeNsinTilty Pelee! Is Id mt N ... oitZ'Z'd to detectable pedestrian ff, ffff.f.,COdef fVf U 8::171 BARRICADE AND CONSTRUCTION CHANNEL I Z ING DEVICES BC ( 8 ) - 1 4 0 h0,,,,,,t00 str0a .1,0 0 ,00,0,0. 05 05000 On IOW hb011th 1,,COT 1,01,007 6. Dal lost snoli not Pp piaNa on rap of drum.. 7. Achesives TOY be tited . secure Pam of arms to POVertent. MOnit edpen. .thhh° 4-03 7-13 It. ,€,,,,, _giLl Dime q mem Eon., S.,,e,oects‘ooMaceVO780,3604,..11,P.M.ESChtt by JP 05. 2017 Vpmeuvxow.A.7oeuoewu.s,em +oEseme =a a.a as U.E. JOB NO. 11760.86.04 a°+ ` Iaq• Iet to 12, et to 12 .angle with o '��„=,,,,.. �H �H 1---1 H-1 GENERAL NOTES Fand ti bT q role , 8 \l/\"` re urn change of alignment wilt In r travel pro.dcle oddittonal errohosis ma guidon. for vehicle eene�n ators or regora to changes In Of an e.v� an +M anon wa n linewithng i. µore zme manne lustroted on this s.et moy be Metal. in close proximit and ye soli.. far we on high or tog a with the revue Manual m Uniform devices must �{ O lE URENGIBANG R �6I - 05j .`. P.6 nrg_YP VP -IL cpes��v\. va oBw Slsrwe , r — 6 ma ,. Spacingrsn°v"culangles besv ch ttotot rre motwier oivoye� me mange In aliment enc e m pwla a vieieie De specified in Me General Notes or Diller Wog sheets. 3. Chomelleing deviws an ke,i should mee�Meiiy'oey „,,,rvnl,, e revwt ng Wg.cr the chonel Nino difficult o else- maintain m the ant b P wpps, n vee+ Tattnc.DYS'740 '' eleRa shall meet lige a wsmws'o . devices dmagee, ...reflective, or the Engineer/Inspector. ,a., Contractor shell ce lone Poses to s maintain required PY r device spacing and allayment. w ncyclea n[aer. T. pt r5�p�c mFse ED ymiryl DRIVEABLE rewire.. of Suwre cm be dri Te" onma".lee7n dm0ys cnevrmstmaysbe used tomee t rues wt not a r plme plastic pion a drum 6. Pavement so -faces shol I be prepared in a mover Mot enslmes proper m a• , the f ixed mount ixe ape, ads and t. pavement sarface. to tae menurmmrer•e Zai I. Vertioo V17,1 o -e normally usea to "R °'” CHEVRONS wrface iv2Pleni%se's7sX1 not'. mlappllao,rm,eaavment aaeem.e amry(ri°.eraeame. tar S.I wam,. f �= F—i x MeYeiemoy uooa rrm' of dui. drop-offsma s such as lore transitions where positive a`me nighttime tilmerpMp,':.7 " tack /ones. for odditionol guidelMes on the u. of VP's for drop-offs. ��� e Suggested �carmwyonee Orree.mreeetar.ee, Taper Tangent ore �ncnes of r Se 'm 'mtMoorZero ren icCCmcoiDevas Lie wax 4'E wtvial Specification mbxwg, �ne°elm o F,� Iv 0a or roll rigat�ngl I.O ve Isare.Io�In necyentml [mel 6 inc. r, o panel trice LONGITUDINAL CNANNELIEING DEVICES OCD/ 55 L w 10' 120' PORTABLE 6 umee pal I x used. highly visible, m wort value end ow Oe together,. They designed to iIe 0 600. o. VERTICAL PANELS (VPs) r cmnected are not ma real m, a m �emstln ,ton ae t ma 3. LCDs . played in accordance to opplm .m ns o ion requirements spec c c v Ce, Ts 803fk",eo,rru 750' 500' ezv B s 160' I I Dcs[a>noN CRY -WIDE WATER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017 - (IDIQ) PROCUREMENT BARRICADE AND CONSTRUCTION CNANNELIZING DEVICES CHA NNELIZING DEVICES BC(9)-13 - (9 OF 12) used only Men shown 4, LChs sieuld not he a t Cala. pa 1. Mowing Traffic Lane Dividers IOTLOI. are placedon BC171 when rmlmly tpvalmPto a rewl..e ram renrnro-y pmrlera 6. LCDs used es .rricodes placed eet...1001m to 'Yoffie .uld hove at least one raw of me raid Osmm.0one....0rea,.tap Or me W.IIem n omen u r r s'Peene sae...". SUGGESTED MAXIMUM SPACING OF - - LCD along the full roll Ie.of the device. CHANNEL I ING DEVICES AND txx' 1 8.. upeare MCI danwo,larrOwS MINIMUM DESIRABLE TAPER LENGTHS 18specific I- vaunted eax cve a v Ace�7emmn 6, •v. . NATER BALLASTED SYSTEMS USED AS BARRIERS Water hal lost. a dt"nR?o i, xar supplemented t. application. on s paoesrI . SHEET 9 OF 12 cones or s. 2. The 0110 may be us. in co.iatim with at 3. Soacing irtween Me MD snail not exo. ro application and Instal nation a amore to the Pe uSed OM eh. an the CWSTCO m s w ,Terse umpnrmrut a Trenep0rnrmn ebN ..., . rim] or e mwI r e. car pcino me6. Le.. areas. When toPer in 0. etwea Mb. cm.. de Meer sholl . deli... Me toPer .ngth on per mru,ucrurer remrenmt)ons w rimed to 0 point outs) me cigar mrc.ll. abold 1", a...1,,,,, . user operations cons Wering the oval lable momiric conditions. ,, .dole ce cttenoo,e, BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES mess noted otherwise. Them ie.. ar,a.an.,.bIaa,a.gee,tion,i,ma..,nI<,mt. Orn,gam,.eemtaetap BC (9)-14 HOLLOW OR WATER BALLASTED SYSTEMS USED AS ��..a>, _• ,mm I• -hoar lo. „apt Ir..+•Thr OPPOSING TRAFFIC LANE DIVIDERS (OTLDI LONGITUDINAL CHANNELIZING DEVICES OR BARRIERSnx +i°0+°"exp0x I nC-Ie ,13 020161, Often e Vpmeuvxow.A.7oeuoewu.s,em +oEseme =a a.a as OE. JOB No. 3.376.6.01 6..a t^ �3®�tv a I*: m T TYPES n rwe+>r c g•. ma ` BARRICADES I. Refer to the Compl.t Bork Ione Traffic Control Devices List w for Mtoi la of Me Type 3 Do-Hardee ad a lief Of all arteriola soon erg or ...ructionM9 Owtra WniCh traffic must t. in detouring, Ond left turno are brovia, the chevron striping mo, In both directions from Me Me Carriage.anroa fi)ade roffro 11 °manorncete Si.4. ribing of roll,. for the a MerI . side or me mentor, e ria m tO the an � fcat nbe IIMorrviettere awn. cowmr ogos identification lnotibe lame Mr r,anma Vin° ma:.w P11 10L - --4177, 7t J _, - +" ~. � — RDnD CLOSED � ° sr feet I ® � :era arum 9 -----. ''‘ 3. Vertical Panels on flexible Support may be substituted for drum .n Me TypicalNouIder width Is less Mm 4 feet. almt,p w4. 14.11m shoular mi. ia grater PERSPECTIVE VIEW !engin ae Or.ea 5. Drugs mast extend the e not remired lvert or ter .LEGEND ire. m ace wr ram=er 0URBAN ENGINEERING § �g $gj I �rev+ d, smmeea poral lel to traffic unless m adequate Ie Presided. PERSPECTIVE VIEW Detour RaCURaY \ L "s& B1.n.yceh S.1.0 with +e sand ® will io °omep weight. e maintain ', a ° I I a��lllllll ® ar telpo,nmy etm im :o S8o€ °refl.,. f,a covers o�ees a m ofe (*Mitt.. one �aoaims A nlnas EY ;n� e r the oaocera 9s°�t� upon ehmr�.wounttng ;;pe A conforming Depart,olmt,m INS-6300 unless otxn:x mtea _-> II x ana,nmdranf,anpixf� 1. Signs should Oe amt. an independent sumer. ot a 1 foot Might In center on raceway. The a,gns .0eld M a minimise al 10 feet behind T. 3 arri.es. ee an x r ce ter .ate an o a m •oma = e= _ :n pan•. • III \E �ra PLAN VIEW II E . — ' Imn MO ma.:mm or a dvahto lmm�, ar r%Ix.rn,na reflectorNot ,8.be used os a sign support TYPE 3 BARRICADE (POST AND SKID) TYPICAL. APPLICATION PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED WORN WITHIN THE PROJECT LIMITS y-y�8 Fb unci J- I ee4VC THIS DEVICE SHALL NOT BE USED ON Sheeting ) . mina Iza CONES PROJECTS LET AFTER WRCH iota, TYPICAL STRIPING DETAIL FOR BARRICADE RAIL m i min: in. -L? ar m'"o EDGEL INE I 'oT:o-� I .n. ■ min. nrvhta2 e e� CXINNELIZER min mink e/... '':Iran t>a roil rn"" 7:ffen•ra I . I DESCRIPTION CTIY-WIDE MAZER DISTRIBUTION SYSTEM REPAIR AND REPLACEMENT 2017 - (IDIO) PROCUREMENT BARRICADE AND CONSTRUCTION CIIANNELIZING DEVICES CHANNELIZING DEVICES BC(10)-13 - (10 OF 12) z moll Z:'1'.1:.: an ane xrr:nx=. TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES Two-Piece cones One-Piece cones Tubular Marker rel Icre. It is d to Pe sitiOn Or taper, at• !mow ar /raffle hrow•,:n to Wim,. 4LI Dr vertical pawls or a R•eanes -piece one30 somnnea dtof 9 mweihtma 12' 2-plece c hwll have d minimum weight of including babe. es .opt �^of cels s �s white . m Ii`Iel fee tones. erdevice re m1rltr,a1119Naanf,anpN363m eolor of the bone e IT at��.m�oaan Qanae, ane q Tne nese rust ce m a ...UN Of30Ia. 10 OF Z 1 d. / \\ N',en., or 1 Type In0fric. in 3 ® ST¢xPILF o0ror I?`ms r as cele: reegUirare r> e,,wmmwe. Npfrate In rubber DOM, uni . T.-piece cones have o acne Snap. May ana or a 1 las toot IS added to keep Me device Night aa. . ,TIPU MPsrzmenFolnanepdneWen y , place. more mannlmm en one-wo, domstran dr or barricade enY lar ,ane.Deviroble El an anl.t.a erre ais oufslas U / a� enamel ,hm:nouie dp «an travel leiCo traffic lane. eve.smooth, ould not 5. 26. cones ma tinular corkers cre generally suitable fcrf fx r.a,,,r.mnta Of oeam, •aeaork os def ined on KA, These .�persamelteriel a pn SpecificationDRS 6300 Type A. r lane-term ationary BARRICADE AND CONSTRUCTION CHANNEL I Z I NG DEVICES C, - cone., vertical paem ill Moir ord. nels Martian. for all work zone BC f 10) —14 K; Conea Or Ior wn:er> need an eam pre., .Ulu be of the sae size`weeemtoox em Ian: r mean ..eat NINNY ae muse. : TRAFFIC CONTROL FOR MATERIAL STOCKPILES3 m Loo IL E. JOB NO. 33730...0.1 `2 ,01 V ' it g 6 WORK ZONE PAVEMENT MARKINGS TeMD0rOry FleXible-ROFIOCtiVe Ro001MOY MOF'ker BOOS DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT MARKERS EREELECTORI,EDI DMS-4200 GENERAL REMOVAL OF PAVEMENT MARKINGS TRAFFIC BUTTONS 005-4300 ,C.. EPDXY AND ADHESIVES OMS -B100 BITUMINOUS ADHESIVE F. PAVEMENT MARKERS DMS-DI 30 EE,p2g Sp., icationS . atecial'proviSionS, on oll rooarays open tO, Ira, lc Mol I be removed or Obliterated befdre Me room, IS opened tO tratfla. within tn. ISJ Ilmits miess otherwise stated In the plans. 1 i,.. / / ...,C: PERMANENT PREFABRICATED PAVEMENT MARKINGS DMS-5240 . IE URBAN ENGINEERING gE. 121 Pi 2Fi ;1! 5E1 t.::: 0. 2. The Move .11 . apply to .lours in place for less Men three 2. Color, patterne . dimentions Moll le in mentor.. with t. cloy, .re flOggerS .aor Suff Toler, chonneliZing devisee Ore uSed "Taos Manual al Uniform Tref! ic Control Devices' ITNUTC01. in lieu of 'markings to outline the dear route. I TEMP.ARY REMOVABLE, PREFABRICATED PAVEMENT MARKINGS GM5-8241 .,,,g 3. ,,e,P1,07.1==ise....... m.ing detoi,e maY ...md in t. 3. P.ment marl,. 01011 be removed tO Me ful Wei extent pOSSible. I.- 4., Vm• -1 f TEMPORARY FLEXIBLE.REELECTIVE ROADWAY MARKER 71E15 n,,,,,,,,z ._.,.. ° 'i iE,:,, 4. Pavement er.ings .i I be install. in =cordon. with I. TAMP copoved by Tx130T Specification nen V/ for 'Eliminating Existing Pavement NarkingS and Parker, sem- one shown on tre elms. 5. worn Siert tern Whinge ore required On tile plOre. SnOrt ten, 4. :".e.tr=7'..=7:.';,'Z'o7'.= rin;::"Ll." "°' —,'"T,`°r3 ;"` '''""° """ " o. 0 Rei01 of .etIng 'N!'uovur11,1n.. I ist of prequel if fee reflective raised pavement norkere non-reflective troff lc buttons, roadway meriser tab ond othe ovement morkIngs eon be found el *re Moteriol Pr.1.10er List web millrace shown on RCM. '21 go: 7,'.n''':2:1.=71,7"' 5. Sil,ect. to the cparoval of Me Engineer, my oneMod /hot proves to be 6. ffne' n S:annderd pav • mer'kS''ingS or'e ria' t'in {11.• md tbe r ca...., . e Portieu,.... Pov•ment me,. a.d. e opened to troff ic, CO NDT PASS slaps shall tre erected . mach 6. !last terat7.1,7.7,3, be used but will not be required union., 5005!01001 ly the beginning of the sections where dossing is bratibitea and PASS WITH CARE signs at Me beginning of sectionS where possing 1. Over-painting the MULL NOT BE STAPLES OR NAILS SHALL NOT BE USED TO SECuRE TEMPORARY FLEXIBLE-REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE $.i, 1,,t gp g ie permit.. of morFings permitted. T. All work zone covens. merkinge .1! be InStal led in moor.. ,,. f,I=r..?f roi.d .vment mr.rs M`011. 0s dire... t. RAISED PAVEMENT MARKERS ESgr/.177•K'Hs%7F7:e7oinenieFaEx:Frnc'tne:Ox. shall meet Me requirements of 1.-0242. 2 Taos ...ail. se this sheet ore .be inspect. and occenoor by tne Engineer or cleric.. representative. SaiNAing and testing le not FRT :kr ; 0 bkL 62! 03 0he Engineer. 2. All rais. pavement markers us. for sari, zone markings Mall rr.1 . requirements of Item 6/2, MAISEO PAVEMENT MARKERS• and ...mental Material Specification OSIS-4200 or OPS-4300. PREFABRICATED PAVEMENT MARKINGS Or 'V be. IVY be imp.ee to asscre 1,pol ity before placement an the roodmay. ' ,'s'r1:1''stubr:171L'Ille'rC:17r.u'C'17XITir'sion,fr.leoter'''' '' 'P''''''''' Seation to determine specif 1.tion'coMplianCe.''' '''' '''''' B. Select five 51 tabs and perform the following test. Affix five 151 1133 at 24 in. Intervals on pc osanoltic pavement in a 4, °m9 Elg! '.!22, I. eno.ble prefabricated .verrent meri,inge snal I meet the requirements ' ,"°;.'-r,-.7;-°„, „=ofo'orgorv"—^''''f°i'''''''"—. WORK ZONE MARKINGS MAINTAININGPAVEMENT straight line. Using a RediLal size Oassenger vehicle or Oahu, run over Me markers wiM . front and rear tIres at a speed of 35 to . miles per hour. four 141 times in each direction. No more Mac me III out of . five 151 reflect lee um-ranee Mall be las. cr displaced as o result af this fest. 3. Small deSign vcrierceS may be noted between tab mmufacturers. 707_;770', 2. Sark, tone pavement morkinan .11 be inspected in accordance wit, tevioe=tro'ner'arell501515 4. RAISED PAVEMENT MARKERS USED AS GUIDEMARKS I , DcscronoN CITY—WIDE WATER DISTRIBUTION SYSTEM REPAIR MD REPLACEMENT 2017 — 0010 PROCUREMENT BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11)-13 — (11 OF 12) 11=tefx Zo=r1r= neOei.g..n=','W.1::', Ve,;,, distonoe IS reetriet. by reeds. getweirieS. . Mari,Inge falling to meet this criteria wiMin the first 30 days after I. Raised pavement markers used as °clomp,. shall be (raw t. approved 2. All temporary construction rola. pavement rorKers provi. on a Project shall . of Me sow mmufastLrer. Duidemorke ehal I be deSiCnefed OS: SHEET 11 OF 12 jar. Depangnent et Densportation BARRICADE AND CONSTRUCT ION PAVEMENT MARK I NGS BC ( 1 1 ) - 1 mm hairfro,Marlre, twOOT Immtroal UAJ eCale e,. ikba, ...Ma TiVidiectlY315000,33760 000,04.41,046171050(5,460 mood. Sy sop en Jan 05, 5017 ME. JOB NO 13760.04 =- .* ill C I. N4E PAVEMENT STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 0 MARKING PATTERNS Type 11-1-A TYRA Y buttons DOUBT E,...r..„.. in ° ° ° .° ° IP ° . ii iciTur 1.10-A-1 10 to I, TyPe II -A -A <1? i 1 ,00....0.... '...Twen_AAp00000g2gooc0000lookocoa0000pa YAWNS 4''44 12,00000000000 CIO 00 - 1 3 0 -... 6 LP:E0 Eir ° " ' 2" ED.'Vellow Ye 1 1 ow Type Y buttons l': ,,, i g IIURBAN ENGINEERING 31, el li, N gp n 2.r, ig REFLECACIAIREI PAVEMENT MARNIIMS - PATTERN A RAISED PAVEMENT MARKERS - PATTERN A . Type I -C . I -A or II -A -A ....Type W or Y buttons SOLID EDGE0LINE L.f 0 0 , 0 ,tr, 0, 0,-; 0 0 0 0 0 o i <0 Type 1 I -A -A <-. LINES OP 0150 E -.I k- . —...-.. — — <0NO- „I— TrPs Y buttons 6 to B• ' ' -----11ype 11 -A -A7' PASSING LINE ribite or Yellow Iltr P g *0 En- rwyymonnyn REFLECTORIEED PAVIMENT MARKINGS - PATnan e RAISED PAVEMENT MARKERS - PATTON 13 P:1-,.,tolzTz,rgn.rm.nr,=,trroz.grxmg.-e'v— rrce t -c WIDE .... Lolo 1 O-- o o - o o o oio o o o LINE = ''' r00000000D000no 00ZOOODTS= IP CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS Airq Trpe I -C 11-0A-,.. ,, Ty.pe I-.0 or 34 il '''.. 0.0.-.- --.. w•www 000 000 .........-1yon C.or 11-0-8 <] '(' T'''' ' l'''''''''''.. '<:'''''' CENTER :=.: 7._ ,o 7 3o. 1 1 LINE OANER 3i4NA hp o o oTo7D'o o'c,o o o o o o ..„. Z.n. 2 P' ................70.00.70—,..0-0-00. WN I te ,..A.e ' :'t> Type I -Ar. TVPAl T DuttO^S' Type W 2—Ns 0.106 10 0 13...,,,„ Orla Lt2 _,....ino coo ono LINE F._ ,p, H._ 0. ...------7--------Y. „,,,, BROKEN how 1-C or II -A -A owvo requIreon LINES-R A !It \ Type 1-0 or II-E RE FLECTORIEED PAVEMENT MAKINGS RAISED PAVEMENT MARKERS ‘ i 7 o o " o ' ' 'EttE r; 113 T900 I, EDGE & L ANE LINES FOR DIVIDED HIGHWAY AUXILIARY _/r Typo I, a, 11 -c -R OR LANEDROP 38 L I NE 0 000 000 . 0,rpe I-0 '0 000 a oo 000 CI1Y-WIDE WATER DISTRIBUTION SYSTEM REPAIR AND REP1ACEMENT 2017 - OLEN PROCURENER BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS PATIERNS BC(12)-13 - (12 OF 12) Rote y.. (--' Tyne :6011 .0 =g/VIDfigggggi9g 'gggn'gr,'Infggg REMOVABLE MARKINGS ' 06 r—D WITH RAISED ,2g2nEgngggn 1:› 1:'t> ,,,,,e /mem ...., Yel low ooN ... ... '4> "c \ Type I -C"" .— PAVEMENT MARKERS 1.77-.1 „ _.7 Ir reis. Reverent markers are used , supplement REMOVABLE mu -kings, um markers &Nil pe applied , the Pais a daveillant wornews REFLECTORIZED PAVEMENT WARNINGS RAISED PAVEMENT MARKERS ,oP at the WO O. TOO OPPOOxillate rn id lengthof tape us. ior broken lines or at 20 foot sm., for 1 I Prefabricated monnings nor be subetrtuted for reflector -free 50VeMenf InarkingS. LANE & CENTER LINES FOR MULTILANE UND I V IDED HIGHWAYS solid lines. This wows on °osier removal of rale. pavement onynern ine - cent Donlyrot to be used nn Peen I inns SHEET 12 OF 12 .0 TYPO I .(5 ,- \ .. ITI6 3 a a a 000 ... ... - "...."'White, ,T.60.70.550.56.7760.0o.Tr000PoIYO”00, haft 00200630AMA' Cimgons 0 0 — 67.6. aao ,,.Yelow T Y 0121-10012 "0 l)07: BARRICADE AND CONSTRUCTION no5000 a Oa DEC . PAVEMENT MARKING PATTERNS l'> of 260510e63 oao " \ Type 67 O 0 a e> ':,' ... au. Raised Dovemenr markers used oa standard nonevent mornings shall be from the approved I tern 6 7 2 -RAISER PAVEAENT MANNERS.. BC(12)-I4 REFLECTORIZED PAVEMENT WIRINGS RAISED RAIMENT PAWNERS u. 1-50211 InnNoorlw. IsOOT II6,607 66 TWO-WAY LEFT TURN LANE '21; il 11.0 8.19 Ormsby P.m rAgimg TiVidiectlY315000,33760 000,04.41,046171050(5,460 mood. Sy sop en Jan 05, 5017 WATER DISTRIBUTION SYSTEM GENERAL NOTES SEPARATION OF WATER AND WASTEWATER LINES UNPAVED AREAS PAVED AREAS IRE JOB N0. 3.175006.04 r * C 99 . to T. CHRISTI ATERT DIV51ON DISTRIBUn0/0 SYSTEM S 2502006 LE IN accoRMNc£ w?H GID' OF CORP. I. 20C.DANGfEW OF H o'RULES REG��TIIOONSS PUBLICof 1E s "Na1URaL 1 oxi''.°117„7770 .TAILS 2. THE CITY OFF.. ACCSEPRVES THE TANCE OF THE FO SYSTEM SYSTEMCEPT THE SYSTEM FOR OPERATION AT ANY our, our THE DATE OF WILL BE UPON COWL.. OF THE PROJECT AND SATISFACTORY CONSERVATION �PONIm Tn FA. TEST RESULTS. OVER THE wASTEwAMR LINE lx ADmxON TO ANT REW/aEUENTS A5 DICTATED BY IT. I °rssel so TARE f - IoM A ABOVE . I aKu`xT sEcnox E J. SERVICE. Sf THE CONTRACTOR SHALL PROTECT- 700 EXISTING SYSTEMUNTIL/5 TAKEN OUT OF 5ERVICE. 1112DZS: IE URENGIBANNG <. RE CONMACTOR SHALL FURNISH ALL MATEF4L TABOR AND ...ENT REOuIR£D TO INSTALL THE CONTRACTOR MAY BE RTO INSTALL CENTERED EOO.E0 BY THE WATER NTS OF DUCTILE IRON DIVISION INSPECTORPROPOSED 5. LINES PRESSURED) SHAL CROSSINGS OF EaSTRIG HAZARDOUS PRODUCT FL ..ES. WATERLINE A g SUPEOTSION OF THE WATER DOTSON WATER F. FILLING THE NTIV WATER LINE A. PERFORMING TESTSWILL BE FURNISHED TO THE CONIRACT. BY THE C. OF CORPUS CHRISTI THROUGH A STANDARD CONSTRUCTION MET. AVED SUPPE CONSTRUCTION METER. STANDARD WATER CONSTRUCITON METER AND REGU THE SHALL AND ILE AT A LOCATION tt \ i:: roDAMAGE MATE.. AMY BE .LVAGED BY THE CIO HOWEVER, ALL GE. NOT BY THE COY PRIOR TO . BY THE CONTRACTOR. Z. THE CONTRACTOR S.LL BEAR CTOR) WATERLINE S.ILL CAUSED BY THE FREE OF ALL PATCHES ANDAiCES e.BE MADE UNDER SUPERWSION OF RE WATER DWISION INSPECTOR. THE CONT.CTOR SHALL FIL.I. ALL t WATERLINE MINIMUM COVER REQUIREMENTS TOP OF ..E« «E _ �� "° `" WATERMATERIALS A. ALL EQUIPMENT THAT 5 RECUR. TO MAKE TIE-INS. CIO 72 000 �oTO CREWS WILL TAPS ON CETY Ns ARRANGED THROUGH WATER DVr515 SPECT Nara: ••jMAKE B. HE NG RELOCATING EXISTING WATER METERS. R SHALL BE TILE CONTRACTOR'S SOLEAC AUJN COVER AD BET 12HE W.BLOW SUBGFABEUAT A00 POINTS RESPONSIBILIO TO NO. AND COORDINATE WH TH£ WATER DIVI5IN INSPECTOR YJD RECONNECTttwS / RELOCARONS EN ADVANCE OF COLISTRUCTION TD AVOID Y5. (NO SEPARATE COSTS) 2. ALL IMIN.ISSION NS (12'"DRAM R W ABOV. INCTHE REED TED BY D . MINOR E ADJACENT TO FIRINGS MAY BE REWIRED AS WATER se /0 0/ 05 �INS405 R IRON n0 ONE�00 ENCOUNTEREDTHE T (D IN 7110 FOR :L AV400 v T Av70 mit ALL MAINS NOT sG OF COVER AT UNDERSHALL HAVE A 405/058 OF TYP. PIPE TRENCHING, FOESTREET WATERLINE. A MINOR LENGTH IS DRONED AS a SINGLE LOCATION REQUIRING THE USE OF TWO JOINTS OR BACKFILL x FOR x x=Iz Mw. Far WPCs z rs Du BEDDING AND WATERLINE x°, TD scLLE II. TE_W211 THE CONTRACTOR SHALL MAKE SAID AMOR ADJUST.. AS DIRECTED BY THE WATER DIVISION INSPECTOR AT NO INCREASE OF CONTRACT PRICE. WATER DIVISION WILL BE NON. PRIOR To ir:ATL:71D:67,2 7,47 oic;o'L8TH J`I"T ALL CHANGES ALONG 12. ALL NIPPLES GENERAL NOTES FOR BACKFILL 11. AL DUCTILE IRON PIPES. VAL. WITH(2) THICKNE5580 w 8 MIL. POLOTHYL,VE AND SHALL BE RESTRAINED H '24002000( ME xE ABE BBLC1 fEDDING AND INITIAL RA00Nl MILLI FOUL RA0KFlII a1Y-WIDE WATER DISTRIBUTION S1SIE11 REPAIR AND REPL/CENENT 2017 - (Io) PR CUREUIM Cr, OF CORPUS CHRISTI WATER STANDARD DETAILS WATER DISTRIBUTION SYSTEM GENERAL NOTES k BACKFILL AND EMBEDMENT DETAILS 1 OF 4 APPROVED EQUAL AT ALL MING, THRUST BLOCKS SHALL PLACED BEHIND ALL Fly LOCKINGEXCEPT WHERE OR SWIVEL FITTINGS ARE UTILIZED, UNLESS OTHERWISE SPECIFIED BY 724 IEPDIVISION 1&],2W 7 TO 18RCrvs PIPE/ 0 Y A REALER THIN 12' ABOVE PIPE)NGINEERR. UNPAVED AREAS PAVED AREAS ES LOCKED DRGRADEBY RETAINER LUNGS. DUCTILEn IA Aa OFFSETSt BEzC FOR ANY CHANGES ASSASSEMBLIES SAaEL O BE DUCTILE GNMENT IRON BENDS It aLL 11. CONTROLLED LOW STRENGTH I NEUL"TO BE BRAND OR ENGINEER/PPROV 0 0004 EDL VALVES WILL BE REMOVED OR FILLED AS MATER. WATER LINE DAISION REOLARED 16. CONTRACTOR YSHALL RCOINSPECTOR. 0R0/NATE METH WATER NW ION INSPECTOR AND NOTIFY AL A.:£CTEO CUSTOMERS 24 HOURS PRIOR ro KOCHI OF EXISTING RAT. SYS..Or I7. WHEN DEPHS EXCEED 48) COVER TO AVOID 0.1PUCTION. OLE USES OF SENDS COULD SE REQUIRED. 18. CONI.CTOR SHALL KEEP ALL EXISTING VALVES ACCE.IBLE DURING ALL MOSES OF CONSTRUCTION. IB. S SHALL BE INSTALL. SO 75.7 PIPE )00557manON MARKINGS ARE LOCATED ON HE TOP OF THE ALL SERVICE PIPE UNDER PAVEMENT 0.a BE ONE INCH, INSIDE DIAMETER, MINIMUM. of m[ Fa/oWrvr OR A. sAAR"AL Am... Ey TwUSmxG of MM., sRwE ar V=T 4L`Tmr j Tm/Z TLA Aro` USE SILL o2 B TOR axo I/7)000 - 1P Do. 5050 N 5000 - 005 w/*M6'x 51... /800 GB - ER TO rB wa. Tsars (>f0J CR Buaw oT TAA[ US R•WRODT TRUOWB .G/MIETE 0 IL TOALL LOOS TO m rB Mw. SIG PROCTOR (0613).Ss07 »x m f .Tx O` cvnww. EU BE F o Ryy yxu MEL »K COMPACT 95x OR EX.C9 EC ( TRE 1F LMB ROAD BASE TO20. BOITLN ErmvD AAF ”` E50 SPECIAL NOTE GLwISE GGREG. IEM 42/. 05 E z. a ,D,,.(„EO.100LTR al Io :T r` ; rsn'iT E E'LL ENGINEER SHALL CONTACT THE UTILHY OEPARTM£NT FOR WATER VAULT D£SHGN COORDINATION. < To OE PLACED Os 100) r axsyBG 0_08.00 ga ,1118 ETT gao TOO /fro P (OR As vm Door `w.. °t Aw°srzoFo (./ J PUMPER CONNECTION f]BCFf�NIS R f/Y' U.E. JOB N0 ]J150.9604 I. DRAINAGE BE m FACE CUA , G. COARSEKL sOARSE SAND. uWBO4VE n., _ "r l'- 1 ,,.. R WEND A MIN. A BED Shut s' OUTLET. i- RC MOANERN. SHALL BE LOCKED LaoDALL RE.R DE. BURY NYE S.W. ro wN IP ro I EIRE HYDRANT TO BE BLOCATO 71.10/ST FIRM SOIL AS SHOW II..I/.. N, R V 11£ SAMANUFACIORERY MAY UNE wsrFxssssss 4 ' Bror 1 e EN61u N�E AN RING F � XeB�le3 a Rx vE BDx ns, IRON PamxresuE aMF¢. DO NOT , L RA. MI' LI RD I1Uii4t0 DSI Mws _`"DR.( OR [WORM RACE , , ,E D� a . EXTENSION DETAIL NOT TO SGLE DMINADED 1 BO OFF F�1vc . R € roulnaaF, a BDsa AL E as,Baaew 3 € RtSER SHALL BE Pvc As wwsWR .�. sx'x/Cr1/a FDR bzo-nJ/e" oT LF FIRE HYDRANT ASNOT SEMBLY DETAIL (TYPE 1) ` "` SGLE �I I I� L ae1E �o�. '�I I�,�I I` a BD fir/ ...,. VALVE BOX DETAIL VALVE BOX DETAIL F, 2 @ PAVEMENT @ NATURAL GROUND �� " 1 III111 TO CURB xD.'o _`.Le ALL vALVFs soon or ROUSED a APPROVED VALVE Boxes I`, —drPICK NOTCH e ,ESCPoPRDR CRY -WIDE WATER DISIIABNIDN SYSTEM REPAIR ARD REPLACEMENT 2017 - (d0) PROCUREMENT CITY OF CORPUS CHRIST WATER STANDARD DETAILS FIRE HYDRANT. VALVE DD% AND LID 2 OF 4 050050AP ,Ds�E s,RE�,s,0E r . CURB AND Cunni ES ovq.o. 07 TEE OW 411 —to all f_i 1 880, MD,80 BRICK OR CONCRETE . ` 14 was eoroH a< NUE 1141.- , FAL iu.al T �,,, v+' R MP.) DRN.BANE B. .SWF, NIPPLE s MIL - ,u �I�`i rIra' rvur 40 Xa.l- eE OIKIAE uav LKN[0 ,D pg 8080 RE CONCRETE NIRUST BLOCK v.' RE 0 xmR,Nr AwNsr NNas,BR6ED — — PROPER, LINE / LID DETAIL NOT .D SCALEFIRE HYDRANT ASSEMBLY DETAIL (TYPE 2) WRIER LINE MEND CURB FIRE HYDRANT ASSEMBLY DETAIL (TYPE 2) , =Deco scar , CASING Pwr CASING SPACERS .,r„„:„.„,, a„ «.n, ,on:ws ^,^� �smc wx U.E..ae in..a3ma.ae.oa W;� ' \: 11 r EFswawr g �"°,.sn`»as , r 0000,Krs. oa rxo++rra � wpm o.,. 9 iii ii, Rrsmw xnB .Dave mc� ow a+ra ia,:r+c PIPE INSULATION DETAIL WATERLINE ADJUSTMENT DETAIL IE R ENGINEERING�� CITY-WIDE WATER DISTRIBUTION SYSTEM REPAIR PND• $e o € Top T coo ORn nar E ALLEDorswu.rto e. w..rca axswr+msxnoa llIE:srr e urmra mxxu oBorzsscuc rs,z�nanrora= } r�B- r_awr e � SEAL MOS okruM sr r�HAL OF ONE FOOT 'Pam EA, sac OF JOINT INSULATOR DETAIL ./- �/ oSPACING 1 >�E —ems / /oo l00 \ L — — \- srcB .„news r err, cxos rc wswx. % ci, PEa' Nux 5 c� e " 'XP� R” Bp�,nOx SOB ) K � z' BR"ss �. rowsB' flO`� \r• MIL CASINC SHALL BE STEEL TYPICAL CASING DETAIL -� �� \ - w — _. : Bess ryes.,\ tits MHZ (RC)wAS Warta EAS axo .mSwr. =VI= omxrurH. son auorxra TYPICAL VALVE ere Cogs INSTALLATION C . SCALE r T Of a oossar THREE TO SIX WATER CONNECTIONS AT INTERSECTIONS SOT TO SCALE rzsr wssa MOT 70 SCALE REPLACEMENT 2017 - (IDp) PROCUREMENT CITY OF CORPUS CHRISTI WATERLS STANDARD DETAILS R A S. CASINO DETAILS. RISER DETAILS & TYP. VALVE LAYOUT 3 OF 4 Rocas o oA Eos z rax .swwr Zrwsrsssreo. SS „war FOR sAS,a�s ss'arA rte, J J z' � z B GP � VAM-TE B. LL wa TOR Bs �� 111 a,� � wa F r Brs r sr=rz,,SAL 0O.I.°, arsax LABOR ceroan rt a fn., ELBOW s xa .ra rza AATOw a � arz a mrz w ,r r;: '1111M1 Recw xso arw oo. roea7e r,a ,o =arr.' i o er,roii DETAIL '%l ” ASSEMBLY AND INSTAL z BRASS "' DETAIL 'B" Baess mr arra s.MB�r BAssrs DETAIL 'C^ TEST RISER ASSEMBLY CONNECTION TEST RISER ASSEMBLY TEST RISER ASSEMBLY = U..c..we No m60.96.0.1 slotwu" USED BY DONTRICTOR FOR 8 v tl � da CURB AND Op a wmumnv.+ e q o .— ET. NON (BY cm , -1 w w mrc. caw IrcacE use AND GOITERI -3,• F v.'MF.1 CURB Ipi — ;ROPER, LINE— —. DO NOD 1,1 §C. GCE DER.DIL ORB 3 ++ "BRANOrr (ENCLOSE L ASSFw wRw PWYmmn+E1 PROPER, Lwr a R sox ,/,. CM' x cwe (� (Q URBAN l� ENGINEERING 5g 4? CORPORATIONSTOP,,, O - .s FROM NORMWNTAL .niiBY �A LE N" ZVZ, ± 3 (ENCLOSE WITH POD 01ER-ri / eRONZF u' BRASS ^W^ DETAIL MARKER LOCATION r SpsE a P ; ONE N /4" ,l OPPF50R9R. OR I"`AS RREQUIREo � (CONTwIaNs FMO,. S -STOP TO METER INE PRE-SET SERVICE LINE MARKER DETAILS SERVICE WITH NOT TO = SIDEWALK SCALE sERNCE TEE�� cT,CA, SRm „OT TO SCALE j WATER MaN = TYPICAL CUL-DE-SAC SERVICE CURB A. OTT SERV/CE LINE MATERIALS �, '' J' p � � ." . .� .R METER B ox (ev cIP�roPEan R sons P TYPE /nrnE ROW OR IPE" cnaeER AMP( L. I.P SNS FOR 6 �ANa TAN L EL,IwM (cO.`'wR`„T x ) ,o, 30 .F ..wrO� ,^ 711:3,7/L7;71, 1:3,7/ RP Srcm ONE PIECE soar Got£1NrvET:c 'WINO OR n9f R COPPER,, J/�' pa r” AS REOOIREp (rorvmpvs rapes uaw Ip uFnaJ ANOt[NEIFR vuK oR wiA4Ex VALK ASSEM%Y (Eua0SE wRN RnvETNnE ) n0 „, ,,,Rl LR. I..p m¢n ACOPPER sw+ aEwmNo x. xt sTmnc's ,a=s capMESiav amn RFSNumT OEURT "LL•4upG' M = sr,- u»OrEn EWUL, srwt To. ONE PIECE SOR9 POLYETHYLENE TOMO OR N COPPER cpaMORATroN sr, , z NRASS Err REWIRE FOR u SLAMSBETTE.NAN TO SIZES REWIRED 3/a' t r r/1 ES coreER TrPE rLINE �� 1 x rz suss .WOES ANGLE M RASTOP anxn „6.vnER ^ o - u Manu xaxzoNru r, / I 'IN R v amp cora,,,, Donn. .Rm ,,«,,ETRE I •\�� r`sP' MY orw-Hs.) �-/I r (psE;1 NCE / eaoxZE L METER CHfCN'UALVf (BY OTHERS) r:`,47" wTFx ewN SERVICE WITHOUT R.N CAP <No ImD (Dant MER NUI INLET NT 3/M. s¢Ls .vA• . I- - mSTALL i.- ONLLss omttrzO ODEwWSE - 6 PVC WATER MAIN AMA TAP TOR= bv) NNE LP.ovr(£r SIDEWALK MITE rev oTHERs! NOT ,O aEeAWIRRrpe TfuNc SCALE NO MORE rum.3 LOTS S„.0 PE SEWED PER LEO s - ,i.- N r - REMALF I.P. BY PET.' COMPRESSION. I FFoE��a�ax CRY—WIDE WATER DISTRIBUTION SYS EN REPAR AND REPLACEMENT 2017 — °DID) PROCUREMENT F CORPUS CHRISTI WATERSTANDARD DETAILS MAIN TO SERVICE DETAILS AND OTHERS 4 OF 4 DEO SIDEWALK += w/ Mor TAR INR SLOE eE RaaAEO rrMs AcroR ruR i.•.„rrzR smwss. M L= TYPICAL CONNECTION DETAIL I CORN AND LIMEM� EesTwc smpcRwE OWS NOT r --_ NOT TO SCALE RE FURNISHED BY TME AMY. µK ONE NOx oR n' NR1 MEIEa SERmOs SOLI Aruss ErrnNrc ` R ..0 ,,,,z c,«LL co,.PLY »,N, ..W— S.SR A. aF WRAPPED IN POLYErNYLE„L. - NOR, IL -, OPEa LIE OOaPoaAnON '—'.-7- P y IN "METER ` O (C05 ANG. (EROSE COPPER. li •.i ME R VA VALVE Y »,e, POLYmm.E) YEDD TOB PEO MAN D3/4D ORO E/ERJ ,<K «INP TO, . WnEa row,Avs Nw W,,IM aADINs TOP moo- nTO MN, ` . �y v FROM IRMIZONTAL ,YPE R O ow a // vM Sao0lE ss / BRONZE Ir. 111 cAe r ��Mi� ). �(w^E Lw vm P ) vi.,A LIG -• WATER WIN f3/a \u. CNE SERVICE WITH SIDEWALK TIED TO CURS coPPER ^'E ” ilA 09 ccuennCRET[ „OT .O sO.,E \. Meas nE smEauR sm aroN wr w cp.colla NN ON a7 P., ,4P.(3/4 l' off: -NN 1`• NNINc . N -NN T. , ICSE mITY usEMEm As afwIRO) WILL MIRED BOLLARD -R ON+uBOLLARD,11. DETAIL TYPICAL CONNECTION DETAIL NOT *O SCALE PAVED I PAVED U.E. JOB N0. 33)60.86.04 UNPAVED PAVED PROVIDE RING:R RI OR (ssj Ixµw srinlRnOa TMPDAr OPENING: REa�IRmso Au[i A� FOR PROVIDE " sires (ss)Elxrµiow Ixuillenoa THROAT OPENING: SPECS MANHOLE REQUIREMENTS \ _ j iL^ ". w i4 H0 PMGs FOR '0 tz" (PROVIDE PIPE DIAMETER MANHOLE DIAMETER HflGM Mw S (,a' M«) 3.000 PSI COLLAR (PROVIDE FOR EIGHT REMR P Iry 9PCEMEM ]-X, a RS)°+e_ ROAR REINFORCEMENT ]-X< MS cos.S M KL 16, TTO PUCE CONCRETE TO TOP of I PLACE CONCRETE PO E I MATCH Ez 3B , z.a' ' �._ a Ewmxc rctz. ury �� — CONC.a"N 3' MIN t`�\\ _�=r' �\ \�� \\'-- I�1 as U APPROVED COATINGS TABLE \ \,,, _ TYPE A. ��E (NWT n CASE _ MANUFACTURERMODEL NAME � . APPROVED MATFNOI°AL L JW°MMT. \\ M N CIF THE NOSE E THICKNSS �NGA551EMJEFFCOAT 326 _ I) URBAN ENGINEERI Q 'g y A 194 5° cm. BACKFILL TO STABILIZED sFK (MOT mon xa>• TYPE a L'21 /IENJux EXISTINGROVF➢ THESS BF THICKNESS senEM(i s GRADE N NO CASE SHALL BASE CEMENTSACKS/CY) 'CK T.NT. "00 COATING PER p ■ F�rvu ancnnu To BE 6. E0FGvnno"Sa STD OR CABsyxE PHExouxE ]Ov FACTORY BONDED JOINT `\ J BASE ,: ALL FITTINGS HALL TELE PRO.IE. DENSITY . ALL CONCRETE SURFACES INCLUDING BENCH • WALLS. conc. ADDITIVE , BE ARI a t ABOVE CONNECTION \- CONNECTION snsgsc_,,,, , 'a 1400 AMIE "� BE SDR rza ino b pVE (100 PSI ,D DAYS) ANTE R— :► �r COMP SIR Psp /ET.t N1 —.r.. NO. HMAX. SPACING° cu. AIL ir"id! ; Ds DD P�LLRD) � EA DETAIL il NTMIPxEBaNS oi=� © MIEN OERS ABOVER �HMuM DZa MANHOLECONNECTFLOW INVERT -M `N Ow URESIM BY ENC TOOT ZD`PDE CRUSHEDONEPE 1 OR ��j '''. :..•.'•.-` T.00T REM 43GR T, 3 OR a. CRUSHED STONE, PER lifirtAll ' �� • AS REQIR MIN) IFn��t2' GROUNDWATwER(IS PFE"SAF t0 GROUNRO COMPACT TOP Er OF SUBORVE TO 1111111 OPTIMUM MOISTURE ASTM Dsse \vim. � 00 +z % PROCTOR MOIs,u DENSITY ASTM 008 '01.0% N • • • 1•�•c1 1.1 , � \ ` ` \`� • 1 O B OCEW OD FIBERGLASS MANHOLE CONCRETE MANHOLE NOR TO SCALE NOT TO SCALE MANHOLE Boreal SHALL BE 'U' SHAPED WITH CONCRETE I, CRON, SLOPED I'/FT TO OF u.H. TOP EOMu ro Funu F • CBC. COLLAR OPROF M.H. t8 ■ ulx {s PEBWs FIELD BEND Nc OF R n D M R PE am LASS im MANHOLE Au(PPE)=mar PE COP) 6 MIx I '1 �� HOLE 0F �E fill 1� I- \\�1 ���� RasIWTAK,T w Go. CRY-MADE WA1ER DIS1PoBUDON SYSTEM REPAIR AND REPLACEMENT 2017 - (Do) PROCURE)IENT CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS MANHOLE INSTPLUTION 1 OF 4 CONCRETE PLAN WASTEWATER MANHOLE __.. D/z• RADIUS COP.) glIES: 1. INSTALL SEAL IN ACCORDANCE WITH MFG& 2. A TEE)" °TASSEMBLY OR PIPEGONK ORS M 6 BOTTOM INSERT"E'RUBBER (BOTTOM) PIPE SEAL DETAIL MwCO "\ FIB OF FlNa GR DND E REINFORCED 3000 PSI CONCR NESpA ' Ci° R° NOT TO .S BEND NOT TO SCALE _ MANHOLE PROTECTION sP'PE (CULTIVATED/SPECIAL) IN UNPAVED AREAS N GENERAL WASTEWATER CONSTRUCTION NOTES: NOT °`� FORCE 1. THE CONTRACTOR SHALL VTSrt THE SIZE OF THE WORK AND EXAMINE LOCAL CONDMONS TO BE ENCOUNTERED,E PROTECTED, PERURs AND FEES TO B ,' le COF�c. mW UIPCONDUCTOpµ HDPE AOJUSMEM RINCS B! :iii ��,\ AWARE NE° NSmAIMs Ttai uev eExcaIMwED DURIxc THE caunsE DF E � IS FULLYSL ROUGHLY UNDERSTANDS TMwPRroE µ�OL B' MAvJ JOIMSI�(lYP) CONBTRUN.O°� 2. THE CONTRACTOR SHALL ADHERE TO AU ,iIHIE-Mr- %�� I.—' ARF 3a MA%, AND TRENCH SAFETY FOR EXCAVATIO.. , �. /'�� A5 BEND G.VITY .11.111MMAN COCT 3 . THE CONTRACTOR IS RESPONSIBLE FOR ALL N10 MD nOHERE iO MINIMUM WAIL ss N MANUAL ON UNIFORM TRAFFIC CONTROL SC WNH )ERowIGNEO \ FlNSH G�1NO EININIMEIIIIICON B.]0 TO WITHSTAND S,IHCf IF OR REQUIRED. FIBERGLASS BO SHALLSTAND GROUND _I I:• • _,% _tglk HYDROSTATIC EGEF CONDITIONS. PAO 5. MANHOLE EWALL PENETRATIONS FOR PIPE THE MAN s CORED (ANDI5. DAMPER SEALED well APPROVED SEN. GASKET TO FORMON 000 PBI CONCRETE (PROVIDE EB°` CONCRETE COLLAR DEcooN RAN 6.WATER STOP GROUND N9ffs [2000 o (PROCEDURE ENGINEER STTBE APPROVAL) FOR 2Fro"TTHHE ENGNEERIING S SEs" G s.1. INFFLUENN0FO SHALL AWN DUCTILE UST 10 000 IRON 20110 THAN 45. JOINTS. u &ROLL _ W. DOWNSMEAN FLOW 000000002 MANHOLE PROTECTION WRN �fl0010 BOTTOM,ADHERETOf ALL MANUT CNREH FORCE MAIN DISCHARGE MANHOLE DETAIL ' REQu FIBERGLASS SFaERGLASS BOTTOM AND (RESIDENTIAL) XDOTAL — IN BA00) TTYYPEM(MINIM.) UNPAVED AREAS FRP INS.T RENA. RATION OF FxISTINO MANMIF NOTES; ; U.E. J08 NO. .11160.88.01 PROVIDE N. RING & CO.R W. STAINLE. ELrtOari)AO«GPEWAD IT.STRI I. NMBOE LATERALS. LGroNSZES. TR INFORMATION NEEDED HABNTAT C EALROSRIOHE°EAoN¢OREIEEF N INITIATING 3.000 PSI C.CRETE COLLAR (PROVIDE 2. PRIOR TORNTrtE°mni1PENPP�MMK SHALL REQ. REINFORCEMENT 1-#4 S) MACE BARRICADES ED CONTROLG5 O FL. OR EDSRoSER E MPROTRAFFIC CONTROL P.N..CLL 1. THEGNTRAGTOREAPPARE THE GOLR AND INTERIOROF THE°R �LGUSTRUCTURE ALL AHglIFEMENTIRERODr iTHE CONTRACTORSH.ORRESPONSIBLE FOR DISPOSAL OF ME RESULTING SLUDGE AND DEBRIS P i0 THEOCORBEL AT AN APPROVED SITE. ACCORD. ALL DISPOSAL IRE SUBMR PROPOSED .TER.S TO BE USED TO THE ENGINEER r CREMOVING @. -R'"EESIETHDIA f 0 �P��"'-=,. TBARRGENT E l' PIECE ..RRREnDcORL�yELwCO IEENGINEERING � 8 �s1 P. 14 PI \ \ CEMENTSTABILIZED j w N M.nn o H-20 LOAD RATING AND WALL STIFFNESS OF 38 PSI MIN. SERT TO FR LY ON BENCH. CHIP O. SUPPORT LASPACE NAROUND EXIST ONES WITH JUTE ROPE RA.ND CHEMIGLBGROUT. EVENLY 9. SGL p (EXACT LOCATIONS TD RE RADrDR) '' PROVIDE MANHOLE DROP 2 CONNECT. IF MORE = THAN 2, .0.E FLD x MR. VIAL MIN LE SA(W iRE AND USE 0 L LL W. FLOWABLE FILL 1 _6 \, — ANNE TDN M x DM ODG,� *0.' E%GVATIOx WALL IXlmR CH OR 3'• CONCRETE /EXISTING —EXISTING PIPE VARIES waTRsaASSEMBLY MR.C. AOToC.. H•alsyr• Px.s< DDI.. Ex PIPES CONNECTING 7 BENCH TO ENPACEd.r_ii_ � .REcrt " F _"' TO MANHOLE �B NE o P MN. G)A MLILDin O®P � xPROVIDE MISSION RUBBERo MMR°, RRaNRGnxSm oLA Pw O ORING :B ND REMOVE MIN i.QsieCE ORO.°(EB1roE poD �INSERT ar QUICK CHEMICAL P.POSED EIST,11111,,VIALL OR EXISTING CONCRETE FOOTING 0 ROWABLEFl FRP INSERT REHABILITATION OF EXISTING MANHOLE FRP INSERT PIPE SEAL DETAIL NOT TO SCALE NOT TO S.LE 1/." LETTERING (1) DM VENT HOLE r() , E1/2. CLOSED PnDlts MACHINE EDGE OF RING x CRY -WADE WATER DISRIBUDON SYSTEM REPAIR AND REPUACE1BNT 2017 - (Ip0) PROCUREMENT CHRISTI WASTEWATER STANDARD DETAILS HEHABILDADON OF EXISTING MANHOLE k MANHOLE NM AND COVER DETAILS j ' ECOxTRACrR' SH>LL MUal 2.) CAVA 1;lalrIVIrITIS I r.,... Y/// LN/ FLUSH WITT .E OUTER LO. NFLOW NINTOR _ \ ARSINO-M-335 09 ING TO (LATEST REVISION) PODATE THE CROOOF LOAD IFIED n TESTIOG NG REQUIRED (TO BE MACHINED) \ 1 (40•000RLBS) AND MUST BL7S OF THE TEST SE INSPECTEL BE D. PRI. TO TO INSTALIATION, THE 4. THE MARUFACTURNG FACILITI. FOR ALL PROODED RING AHD COVER \.SEMBUES SHALL MEET OR EXCEED ALL EPA ENVIRONMENTAL STANDARDS /III///� COVERR PLAN VIEW I 1 AND I FROM RECYCLED M,TERLNN.S. GFETY THE CONTRACTOR SHALL PROVIDE CERTIFICATION.S. THE GSTNG SHALL BE NOT SCALE / / \ / /\ 1 CLEAR OPENING. MANUFACTURER (1) MODEL NUMBER. INFLOW INHIBITOR GR PROVIDE /," 041 OPENING P / \— 1 / EAST JORDAN IRax WORTS V-1188 NS../ Ca6IET / / / 21 U.S. FOUNDRY COVER- #8018538 OGRE- #8022241 '5.999...1....998.'16, TIO N.NAH FOUNDRY R-1930-24 EAST JORDAN ..290 INSTALLATIONS PER OPT EFEGIFlGTI«,E 10• (2) URS 00000,WORKS ' COYER -#9211100. FlVAME- 0021181 PER M4IUFMTUREA NEENAH FOFOUNDRYG-121, PER MAxuFAcnIRER (1) OR APPROVED EQUAL (MADE IN TH UG) aAa. a* ")MMR 2) , w u R_HErEeTar SECTION OF RING & COVER RING & COVER APPROVED LIST •Vccic,0330bcp,3780,3604,PLANS‘CCICCWocleire1vd, maAfe0 by cyg Cc Jan 05. 2017 uE. dw NO. 33750.136.04 APPROVED ARV, OVIDE B KFILL PElRR PPLICABLE REQUIR r . ''e gI �o rC Ws E ! e St MANUFACTURER MODELNAME ODE oNAM25 MATERIAL � M OVER ,: MIN.. ,6 MA.. INTwW IxHI6DOR. _ -025 a6 (SS) AND aha MODELS " • ' M°OEL RG .�� (ST. STEEL °,6 SS OFFERS MOST 'ZIT DGH SMI R iO P FE D NT D 6EAlan EXISTINGOMT �/ R VAMAADC W, 48AS OR W. 4.5 WITHSTAND TESTING PRESSURES4. � 6 COVER _uh. 6 P UPPERH. IIENGINEERING a STABILIZED 4 0/) O M D 3000 PSI REINFORCED R .:. DETAILETE EE CLEAN-OUT OFCEMENT R EMENrErr Rs)P MN rSS L� �o TE REO TEESEf 6 R REO D • _PROVICE F.TORY BONDED AOM SIGN, CONCRETE EMS CALL (361)821 -CITY (pROUTLrt ES AIR APPROVED H DEPA� COLOR AS APPRONED sb sRaUlxo ,_ STANDARD 6' 6 PERMA wrE _ = I-� 1- - n I LEAN - •sti _ . ;- USE CRUSHED STONE FOR DRAINING 1Jj 6 . ..-_ � (XTABLE) 6" cHEDU E aD PIPIINGG'...\;. a\\�� TDOT < 1.GRADzy,OR a 12. DRAIN HOLE eu°N DRAINR BDE TOP OF CONCRETE SLAB IS AT FOR BOLLARD LOCATION DD v MIN. PROVIDE CONCRETE SADDLE FRONT VIEW SIDEVIEW ND QUARTO', ABOVE GROUNDWATER SEE c°NSmunU IDN PNS LEVEL °COMPACT TOP S. OF SLIOD.DE TO BOLLARD DETAIL DEEP CUT SERVICE CONNECTION AIR RELEASE VALVE AND MANHOLE °P MUM M05 RE ON ENi NOT TO SCALE NOT TO SCALE NOT TO SCALE T -OF -WAY SERVICE CONNECTION NOTES: I I DE=ERiPTIou 111Y -NDE WATER DISIPoBUIION SYSTEM REPAIR AND REPIACEHENE 2017 - (IDA) PROCUREMENT CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS AIR RELEASE VALVE. BOLLARD AND SERVICE CONNECTION DETAILS 3064 PRDVI MtaKER 2IG Y i flRb.E/REPV&E . REQUIRED 88,701 ar°. scm,GE urvE"ours)rEEagsEMFriT°PnsTOSX'"oLRAuo. ME n ENT UNLESS S`HPANPOTHERRWISE INC TME PIANS 7-,/3' CIA TXRENEO PLUG RIAL - PVC AND/OR VCP USE 40UTILm 4. FOR NEW PVC MAN AND DR _0 /.F AT _ CONN 100 uNL I0 4RFATER 7000 so, usEl r poo 0 i 0 7-a/4 DIASER . ..4 PROVIDE CLcw wE6RE• H w x�M G �ND W T PR AB ang Q`IRW 4/ 4 o F PIPE 1M-"6" 4_ 0 DF MMN V00OS �� . PLAN CLEAN-OUT BOOT RUBBERa�zN S " GC aMAOMaA i m0.) NOT TO SCALE NOT 01 SCALE FEaED) RN D „NG. ON ° 6 6®®a� Fart SEER RR SHOWN. H IN J��{=�G�1u .iIA \ ` A Vils sw D ~a 4"W.ASTEWATER til� siaxcs (i cnajA4£R EPRMOv ENi '. N W/REGU,AR SADDLE, WYE, �� 6'/6Arlik , . ` HOPOR E SCR 26 FOR POPP OR VC) (0R SS FOR D SECTION A -A SECTION B -B PIECE OF PROTECTM ENDW� POLY END NOT TO SCALE NOT TO SCALE SERVICE CONNECTION DETAILS STANDARD SERVICE MARKER TYPICAL CAST IRON CLEAN-OUT BOOT •Vccic,0330bcp,3780,3604,PLANS‘CCICCWocleire1vd, maAfe0 by cyg Cc Jan 05. 2017 PAVED ASPHALT REPMP THIGKS.S.IN NO CASE .ALL REP/JR BE E AS �'��� UNPAVED COATED OR STAINLES10 S STEEL IN PI �,)4 IN4IDE DF PIPE TOPSOIL SEE TABLE 2 -ITE,. B (UNPAVED WELDED STEEL OR RMNNERwPDRT c«��.mypep RUNNERS M ,. COAT Na. s OF EXISTING PER SST MIN) LESS THAN T1CxE nilcNlxcsNOs UVAczlsn°Nc` REPAIR PAVEMENT REPAIR: PANNE. an= ti. �� � a „%////4// '3B1 4" TO 10" CASING DETAIL M" E BASE OR "`MOVED BASE MATERM rO AZ erg a ILEF ENGI�NEEARI,6 A ie ¢a eE NOT To SCALE ��asp THICKNESS of THE q EDT BASE ` " ". COATED DR MNL "STEEL .SING CARRIER PIPE I jam, DO NOT DE OF GIN WfmEo stEET OR RuxxER SUPPORT '. /`'- SEE NOTE 2 C RUNNER" �. POL M N P A MAGNETIC ABOVE PIPE SANeAcOR (, s SACKS OF CEMEMiCnKXE° IMPORTED MATERIAL SEE TARE 2 -SEM A `NOTE:_ 12" TO 36" CASING DETAILEXCAVATIONS, PER car ORD. 030040 ARTICLE 0 CUTS AND A PERMIT FROM CrrY DEVELOPMENT NOT TO 4CaE ,z• MAT. s EI STREET CUTS. THE I.TALLATION OF A LTILITY THAT CROSSES THE ROW AT A PERPENDICULAR OR CURING THE ROAD BECTON. ° BE INSTALLED a MATER.. SEE TABLE , LESS WILL GRA. BEDDING AND ANULAR _ = - 111 e N s acER e' ANYSHALL Cp ASTREET NP/TuT TRENCH, 7�III�_� � NL PaROfNO,THE .NEwER,A/PAVEMENT R. OR PLGUmTsNDEFUOR PPND„,AR mu) ONASPHLLTTRPANEL ON CONCRETE STREETS. A ANY OVER BEE NOTE 5 r SHOWN IN effiEAc INuua IUTERML w- PIPE A. + fREPLACEMENT NT UENERAL pAn E OT MTION PUN THAT p SPECIFIC Y MAWMUM OF ONE TO ,m TRENCH BACKFILL AND PAVEMENT REPAIR CTI. THE`N (IIF KN°Ow"xi. THE°LOCC.:bx EXISTING `.TE S. OF JOINT CASING DETAIL FOR WASTEWATER LINES AR. OF THE.ExCALENGT AND MUM ...11./PAVEMENT ROATM INCLUDING RELATION TO ME ROADWAY (1RMN NOT TO SCALE NOT TO SCALE TRPAVEMENTAVEL U ED IN THE DRAWINGS/PER./ APPLOATDN. GENERAL NOTES FOR BACKFILL TABLE 1 BEDDING AND INITIAL BACKFILI TABLE 9 FINAL BACKFILL - ELOW PIPE TO 12” ABOVE PIPE) (GREATER HAN 12" ABOVE PIPE) I Er 1 DESCRiPrION 1111Y -ME WATER OISIRIBDDON SYSTEM REM AND IiERAC61ENf 2017 - (010) PROCURBEIf Cltt OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS PAVEMENT REPAIR/BACKFILL/GENERAL NOTES/CASING DETAILS f 4 UNPAVED AREAS PAVED AREAS CASING NOTES: OR REFER TO DES. ENGINEER REQUIREMENTS: GRANULAR BACKFILL CONSISTING CRVEL OR MATERIALSELECT PO.MCED BYCRB"HING o NR ONE OR GRAVEL: A. M A sqeALx BOTTOOF FILL - IOOR MATERIAL: µRETREFRIX4 BOTTOM OF R.D BASE: MCNEILL SHALL SE SELECT .1.IAL FROM ENCAVATION OR IMPORTED AL IN E.ER SHALL MEET THE FOLLOWING: I. CASING DIAMETER, `LENGTH, LOCATION, AND 040P.O.E. SHALL BE PER PROJECT 2 80TF5 TA0I0 0S0 MAT0582 '�' <20 5IN2 DEBRIS. OR ANY CLUMPS GR- L,35 PI -20 SPECIFIC 2. ALL .RRIER CASNG Ps r.VAIN NCEDA OODLULLED CTS GS PROVED QUAL). ar BOLT -ON STYLE FOR FORCE MAINS PIPES.5. THE CANIPACTOR SHALL PROVIDE MECHANICALLY RESTRAINED ONLY ON CARRIER MEGALUc TYPE JOIN, RESTRAINTS OR APP/.. EQUALSYKLL BE USED. RATOry ,A,DEQUATELY SUPPORTED THROUGHOUT RS .NGTH TMT EDF cutRFR PIPE Is O. SPACERS AT E.H END SHALL NOT BE FURTHER THAN ,2 FRONT THE END OF THE CASING. C. CASING SPACERS SHALL BE INSTALLED IN THE CENTER OF THE E SECTION. THE MAXIMUM SPACING OF THE CASNG SPACERS SHALL BE 3 FEET. 1 a°. TZ. R - PPER. PvMOR msuoR Axcp APPROVEDu CNV0 THE CRITERI1' u G REQUIREMENTS OF ASTM 02487 FOR: SP GP SP -SA1 GP -GM SW- 016 -GM AND IN c j2^ SIEVE - ,m .SING la SIEVE - wx MINIMUM P INDEX (PO - NP TO 10 MAN. O 10 ST0NE OR C.RUSHECSG((>2ELI GELD WATER TONE, USE CRUSHED o,a R 4. OR B. CRUSHED UMEST0NE PER TOOT TTM OP GRADE 2. S, OR 4 ITOTE VETS ro R PIADED " COMP.T "AOR (fosse). s"LOOSE STD. PRocrINTS MOISTURE . BE 3 B% OF OrnuuM. ADJUSTED TO OR AND ° EXISTING L DEPTH. ml NO ms (Coamuc5ON TO SALVAGED To BE PLACED on To CLUMPS 3 2. NA. C.PACT Bsx D6. Sm PROCTOR lifTS Of 10 MAX OR IF SELECT MATERI. FROM EXCAVATION WI MENTI, THEN USE CEMENT SEE TABLE 2-ISTABILIZED TEM 8 BEL.. B. FROM3 BE`M OFR°"Oo0 OTTTaSE. OF RWD Ba4E TO R"NT BE M "iAluzED su+0(S S/C,ADSHLLM„FOLLOWING non. Pa 55-100 OT PIO 25-10040-100 BE ADJUSTED To (0/-25) 0 05000100. MOISIUIxE ro #.1 RERAN N Ire 12,.. EriFialFr so. cow ...."—roXiNnox Jaw A-SLONE RS ANI- AWL EinFZE =SALO, BE PLACID ME 11/AE ENE CONC PAVEMENT IS ENKE. TYPICAL 6" CURB DETAIL NOT TO SC,E VARIES - ASPHALT 0" CU. NOTE& =ire= Tvzso7,-x,,11., • Eir,"E.A4r,f7g• Zr-rolLt7i rZL'oe72_ °,;1.,,r1-`,,r,c1L,LLII TT. Tit,. V2* wow. (L00000. PAVEMENT REPOS SEE PUNS IAInuolco .P.L1 PAVES,. 0 SSE by LAWN FAN,NANI Jr ',AFT.gria'S'agEd5 ILL CONCRETE TO ASPHALT PAVEMENT SECTION TIE-IN DETAIL NoT To sc4. SAWED LONGITUDINAL JOINT LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT TRANSVERSE SAWED CONTRACTION JOINT EXPANSION JOINT JOINT SEALANT COMPOUND NOT TO SCALE RF'NFRA, NnTrc. I. THE LOCATION OF JOINTS SMALL BE AS SHOIM MONADS TNE OPPAYMCS. FIX:ENZI7ZATISrOBT'll,E:rerS'EFIOINZ. l'IljEZIME4UICAVC: ,Z`orrl:IJV=. TNE ,H712 ° I =A" aTo*Na.1=';a7.21=" To t ' lac:L'IMZEZTWATLZVA 1-4-vaemr.r JOE NO. 33760.B6.01 FaFE 2uJ I 91 E 5 0 sfosg_33_ of 42 RECORD DRAWING ma WIR-457 car PROJECT _El.29,1 66666466662`0222,082000.00cocC STD DSC -ISPLIERPD by =n) SPE OP 2017 US. JOB MI 33760.13104 t,shra-"Zrgals' =' !""' WM v ,..7t7 THPCSENE0 AS .0. TNILAN.S Of MENGE STRUCTURE. IN .4" CH.FER (BOTH SIDES) • .... 4 ..., 7 ..r. 1 15 Pi 4 1/3' R (REFER .. C60 DETWL THIS SHEET) WP DPPP 5.66 ii PP 'PPS PPiP7 ' . I/2" MORGR FINISA " MI TRANSVERSE INWAINC 1/3" MORT. TOPPING 1/3" HEIAC OVER LIP I/2" MORTAR TOPPING TRANSVERSE MORN. AspGLT 6 =';`,•••„. if,/ FR4:4•10 FINISH HOT oc, Flusli . UP OF CUTTER 'NO 4 COST NC" • ( III l*Milill--- — g E • 1EURBAN ENGINEERING 1! ;I .g. Of n' PEI SOL g.",',,gr.VO4t t r`,....7°7- Mt•=1) la11111111111L 11.111111 TYPICAL 6" CURB & GUTTER DETAIL 4" CURB & GUTTER DETAIL 6" REVERSE CURB & GUTTER DETAIL TYPE 'AHEADER CURB DETAIL NOT TO SCALE NOT TO SCALE N.PP T. PC'. NOT TO SCALE pp DAR 634, 6236(66462 TIED .0 THICKENED SHOWN VAP"PPP PAY (LENGTH ' ' ,''' '1.:012rIP. 112IL (REFER TO 6" C. DE746 TH6 ;:i7•17•=°•grALL ,,,•• ., OPEENSTREAN .EFT) PUCE.. D EWA/ 1"°F MST 42117. EXTEND PRINCIPAL REINF. mi ,,,, L=7:.-0704z; A , .:•':-,__.-1.a1-4414111iiiiiiiiiiairrill /64SION 'ir:icsicfri::°` 4-NO. _ , , nammooliiiiftwar . - '-k, MiniirLtagg e cow. REEUR IR" .RU EXP. JOINT AG SLEEVED A/ ENDS GAPED. co,,„Zr . -VT" MORS. . ' /17.1-11111 516°2";""T , 1.• , 7•1•TP 70 BGRD BY SWUNG OR 12)L1 ing,-,NiFiUm,...'S-0: - ,, NY CAP SEAL DETAIL CAP SEAL DETAIL NEW CONC. TO NEW CONC. NEW CONC. TO EXIST. CONC. PLAN SECTION A—A 5' VALLEY GUTTER DETAIL NOT TO SGLE NOT TO SGLE NOT TO SCALE V N' &ALLEY ntrrn-R NOTF. SPAriGE" TYPE IP HEADER CURB DETAIL PA7 AS IPPP7T'F" °PP. ' liia-7013,-Ele: Ipn— CONCRETE SIDEWAV NOT TO SCALE 21=ED GGFILL PAY AS sionvwx . CONC. CIAO ,g.r. AND S66L ONLY BE USED W. NG EXeISTING i i CURB & GUTTFR AND BFATIFli IBIRR &MFG.; e'Lle'rgn• 1 3/00.046000 GPANSION II TOOLED EWE 0,R) 6 *PETAI6NO G. sn., Exo W. A 4 oirxTZ WINEOTU7E B I. ALL CONCRETE CUSS G. 6000 P.S.I. ALL STEEL OGRE 60 2. TRANSVE.E GROOVES 1/6" ME 61 1/3" OEEP SHALL BE MADE IN ALL CURB . CUTTER AND HEADER CURB AT 16 0.C. 04.1106). 3 3/. THICK EXPANSION JOINTS WU. BE PROVIDED AT 30-0. I R, I DESLRPTION CRY-WIE MIR roam sysini RPM NV 0E010400M 2017 - MO PROCURBIEW CITY OF CORPUS CHRISTI CURB, GUTTER AND SIDEWALK STANDARD DETAILS ' J E ; CENTERS. (6.8.1). REINFORCEMENT SGLL CON.. Of GE NO. , 1•M-?=•,•'",°Z•fr,V,•:,°71°,A,11,,ri.leglg` i ' L'"" ° I 44 PROP. CONC. SOEVALS ...„-:, 0 SHALL BE SLEEVED WITH ENDS GIPPED. =I t v, Row... 66.6 101:: ,_, 4. wHERE NEW CURB • .17EP OR HEADER CURB LOINS EXISTING CURE TUNSITION THE OF THE NEW TO MAT. THE Cac • GUTTER. LAST 10. OLP IN SGPE. 1.1§1111 DRILL 6 ET IN EPO. SPOUT ' riEr'GrEVUO'G'VSZOTIER =1;10;;CTSW;10;701g" ;;;JF7' (2) IN DOWELS 2 15" LG. (MIN. 6" .0 EXIST. CONC.) AND PROJECT DETAILS. PER L00180 DES. CONDITIONS REFER TO ZAMF4;r7ZOICTESOWIFIMPIP rig Zell? :L;PMEr U.0 LEEVES W/ ENDS CAPPED BASE 6 DEIGRADE PER NOTE 5 ' 1 1"(6' MINIMUM) ANO TNE FLEXIBLE BASE (4" MINIMUM) OP E.... MEND MINIMUM Of BEYOND THE BACA OF CURB. PLAN SGLL A 1. 6. GP1GL 6' CURB 6 CUTTER RETAIL IS CITY STANDUD ANO SHALL BE CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN NOT TO SEALE ra," SL"E ' CRASS SLOPE ' 'P" NOT TO SGLE NOT TO SGLE NOT TO scra PROM. FOR USE . NEEDED 10 .DRESS PROJECT snonc CGOrtIONS. USE IS SUEIJECT TO C. APPRO.,- GPIGL GIROU. r;i1V 41;:;PRNH;VITTLANTIXS. '' rirC;C11;007401101TETIP;4% VCCEllgt;;;NULTI4ER. P (615 SHEET) FPFOTIl'AfILTDSPHMASTAITIZALH711Map 'iu20'.:'. 1 / E.. PER , MIN. „, , .,„ PROW. KAM SLEEVE BTPL;;;TEgr grwjEToPRILN4; En G ' MU. A 0 SG IN UPON( DR. 0 ,,,,, 1 r A T.'"c'TE wi 3/B45'r"LI'm VF&rot&VTAT.TcVsnin.raXA:iiirtg rcvo CONCRETE 6112.ALS DOV.-S 1. LONG • 1. 0.C. COUNTERSUNK MIN BOLT CD 0' 0.C. p„ ,,,,,,, OFIN. 6' INTO EXIST. CONC.) "ARTIrarri•I (.c't")_ K•171•"""''''' °"`""s T. TYPIGL 60.668 .06-00.6. CONC. SIDEWALK /GIST. SrOer30 M, owNw. „A„ II I C NC. II m'ocezvr,nmEnzr.r.4 z%-g 2=1,. 14. tIGH 22=1:a CFI= 116 EVENT OF mcamEerr WEATHER) IN ORDER TO PROTECT THE 1---------' 6 SILRE OF THE PAVEMENT MUGU. 1----j VUIES , Ai i, WW1.' .sztnnrzurga,ra-- wiz UNLESS OTHENV.E NOTED. 'A", 3,000 STEEL. GRADE SO, is NEW TO EXISTING 2 ALL CONOR6E CUSS G. ALL 4 P• C..PPPPP P. 'P"PFP PPP.. 'PPP' SURFACE & SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL SECTION BB ' °Z..•“" '/'. °'••'" ';'''' erorZENTs"="497 0V1",,r NOT 70 SCALE NOT TO SCALE NOT TO SCAlE INTERVALS SHALL G SGOE0 TO-GTEHETHE WIDTH GLTHE 6 'ANC atom by 11DSPE SEERP.HED 66666466662`0222,082000.00cocC STD DSC -ISPLIERPD by =n) SPE OP 2017 U.E. JOB N0. 33760.86.04 SUMMARY OF CONCRETE DRIVEWAYS T j' "a 9. 21C ' •3, CONCRETE PAVEMENT WITH 6^ CURB ASPHALT PAVEMENT WITH G'CAO STA 110N WIDTH 'W' (R) DIMENSION 'C' (05) DIMENSION 'S' (55) DIMENSION 'B' (55) DIMENSION 'A'r (R) DRIVEWAY (CONCRETE) (SY) DRN (CONCRETE) (PRIVATE) (S') DRIVEWAY ram. (W) PER PDw / Dwr. fw/z) scxEwEE 4 6E ggi ENGI�NEERIN � o eR gE iF DRrcexAv Wmx. w, is )Ess ixw ,R I ug ,.. s .. mi.: J T "Prov m LINE 1 —' —•1 J BAa TOOLED AIIiiiliiii01i000C1 iiSe FACE OF CURB /a DB..DD ED ismDDTHR .0005 = ,mWs s,D. 6 DDRB �DwB FURS DRNEwA. DDDER � �BRaD mD. DDRB A Dm.ER DRIVEWAY OR CONCRETE PLAN WITH PW., . CURB TIED SIDEWALK CONCRETE NOT 70 PAVEMENT SCALE 1 ASPHALT PAVEMENT WTTH 6. CURE DRIVEWAYWON. 1 WITH 6. CAG (W) PER PLAN / DPL. (wiz) SCHEDULE.g I, (WM �3 6"W CURB `s aiY-WIDE MATER DISTRIBUTION SYSTEM REPMR AND RERACEMENT 2017 - (IDI0) PROCUREMENT CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DEWLS B wg;,' Wmx. w. is isAlt-'Nii°ONC (enc (WHERE snow. a .....5) e.�EBw DRIVEWAY NOTES. _ Ew.Nx : g jump.. ,. aft; N0,1 (`_ HAVE A WHIM. THICKNESS or a maim \ y L 5. EXPANS1ON JO HALL OE R OW000 EXPANSION BOARD I B ■INN:j - s 8. T BBMBB- ETN'b , R .... a aNCON, (WM °P 0 (WM AT R ER"'Wain-TORTE-VI a iaoa,mPoµ°DAa waeDar= N<BA°a Erta WITH BRREREBD, A2SI nA� STD. s CURB FURS DRIVEW20 CUT. (PAY AS SID. CURB a 000) r�w 0 2. 022NEE2(JIITC".01.MI"VOAD=TOIXA2.7=LLTRIn2II22 STD. CURB a PATER00000N90o.C. m Co2Fcm mwEwnr ro OR CONCRETE PVNT 6 CURB PLAN DRIVEWAY WITH DETACHED SIDEWALK SPECIAL NOTE; CUZ131 GUTTER PAY AS i n 88 JOB MI 337..86.01 , r • , 1:: -'. II 1:-6 (s) 5 ..-...(u....) . VARIABLE • Tcf;...`"Z.0`6.7nfl`)— ,. co, IFol'o' tn. tram' Fon oareoPM7F CONSTWOMOR ....wr N URBAN ENGINEERING i 1 gia M gpNOT gRel ,EM CONCRETE PAVEMENT) 1.1.9..ril ...,EN,%.‘3 t°112,7,74 3/4' EXPANSION .INT ''''?':(E.MTA i ',E'::PL7 PErlr E• BAPS PI 1 • • • e A --, 0.C. EXTENDED Ce '. P.' PPn r 13.7j..E7M1 L7i'"'. SECTION " ....Y ...V..... ..V Nr. DRIVEWAY WITH TIED SIDEWALK TTeg T,Ta 'ro°, 7=5.1°17 TYP. DRIVEWAY HEADER ARM:, \_ CURB DETAIL TO SG, PAY ..NC. g CURB de CUTTER PAY AS NOT TO SCALE G CONC.. Von C 0-015000) . (C) 5.-0. (USG. 3(-0- (L..) VARIABLE • SEE OW. GUTTER (PER PLAN OR Irmora sem.) MAx. SLOPE 0.10. PER R. .X SLOPE =UN r7n V:.A.1071'.= r.-bfrxrpr-Trz ,... IT- POwELR liggr nz. PROP. CONC. IR AT -L. ......Euwe ...op, (S0.131ARY TO CONC. PRIM GM 0, CORO ON P 113 ---- . L'Irl=e'rET' E'"" pAV..9 INIEL.........." el..................... ..' .... P '0..CTTYPI 3/.1. ENPAN31011 ir9'."-I'd L1, -Ii." L 0000P. l'22 V11-120:.= RTZTH IN. SECTION CONC. DRIVEWAY TO DRIVEWAY WITH DETACHED SIDEWALK ASPHALT PAVEMENT TIE-IN DETAIL [ DESCRIPT.Ou CITY-VADE WATER DISTRIBUTION sysnal REP/UR NM REPLACEMENT 2017 - 0010) PROCURENDIT 0-, OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 2 OF 2 NO1 tO sr..... NOT TO SGLE 0,,, ORNEWAY WITH TIE° SIDEWALK EiCs.ciiir,w'' PERMISSIBLE CRASTRU,ION JOINT IR ER • 13. DOWELS 0 12. CC. TOY) 3/4' EXPANSION JOINI f• ....- (,,,•) CONSTRUCTION JOINT (.REREIE PAL.E.) DRIVEWAY PLAN GUTTER IR DOWEL OMPL SECTION DRIVEWAY GU7TER MIL T ' OVTOZEZ ganZ" NOT TO SGLE NOT TO 3GLE 00 NE JON NO. 3.37130...04 I STANDARD DRIVEWAY DIMENSION EW 1 frigiit . ig OO Too. 'occur JO. i 3, EXPANSION HOMES 0, 6.• TYPE (E.) .-1- v.. EXPANSION JOINTS CT, A 5 10 10-30 16-35 S 15 • °,1• 6 1 5 10-30 5-10 E ..2.040C 0 SPO.ALK 6 " MRB 5 10-30 <5 MCA 10 16-35 10-20 g FOGE-OUT NCB 10 16-35 <ID i URBAN ENGINEERING 1/1 li g i 11 gq ir 10 '--:' 'EAU'Rrrr o E CURB TR 3 10-30 CONSTRUCTOR 40110-,... BAN OE CURB,. CONSTR.,. JOIN(--m_ Ye 5 <16 \ DAR 3 10-30 . TMS 5 <16 <10 I I 0'74 NO JOINT REQUIRED i VALUE OE 1.1AY BE CHANGED BY ENG. R ° K E FTTE v.)) EXPANSION JOKET 0, (PAT AS CORR & CUTTER) RANCE OF NORMALLY ACCEPTABLE VALUES. NO JEWIT REWIRED 1r w w IP' 0, LEGEND (DRIVE TYPE) TYPE (C) DRIVEWAY TYPE (S) DRIVEWAY n ".. E ..AE ........E nvo (m) (0 C m COMMERICAL ORR., S = SPECAL BREMWAy MRA = MULTIPLE RESEE104L DRIVEWAY mt. OmMER CURB YMN WEER CURB "" ' :(tRNIVEIVII/TR'CULR:"E"Y = FPROPERTY L») TS . nu, SPECIAL DRIVEWAY _ ...._... TIAS = TIED MULTIPLE SPECAL ORMEWAY c.a. )0acoa ) BECK I Nrn I -3/, EXAM.. JOINIU (F0) TYPES (TMR) Li (TMS) DRIVEWAY NOT TO SCA, DT I DESCRIPTION 111Y-VADE WATER DISIREURON SYS1B1 REPAJR RIO REPLACEMENT 2017 - OM) PROCUREMENT CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 3 OF 3 ° 1 Al ! PROPER, LINE' 21). Al L E. .1 0._ BOM 0 ,(2,,,, 0 CONTINUOUS A' .. THICK WALKWAY . . . " . .wcw.0 g WO, CONSTRUCTION TOINY--.- CONTINUOUS DRIVEWAY K OF CURB CKPANstoN TOINI REOWY ONSION JOMM RV. 1 ") 1 1 """') 1 1 '6) 1 1 ( M 6) gET Pr" TYPES (MRA) & (MCA) DRIVEWAY TYPES (MR8) & (MCB) DRIVEWAY NOT -c) sena NOT TO SCANT 0 201.. ta POW* DE cin rwaa 3:1:71 vco er TrrR nn vrr CONSWANT 's SOUAND NO '11G PF 1 OAN0-51,- _,h ,1,,, fi` 17 IL ,2!N//'\��yy,, ro carsmucrron z uiry wx ra caysrrvrcrrorv. u xvorx cxosrxnx 111111k, _ 'cwNI r.Nw �� <^ i n m l"°" \ soEwNx MI Z — W Z W 1 a_ g-. Gk O F� wo�„N \'�"` _ s�o =u< �o� error ...............,,.,... ". ' mry cvrxa \ crzosswux uix m MRfi fern TYPE I I I TYPE 4 TYPE 71 1TYPE IO PERPENDICULAR CURB RAMP DIAGONAL COMBINATION CURB RAMP DIAGONAL CURB RAMP CURB RAMP MID BLOCK PLACEMENT €11 (SIDEWALK ADJACENT TO CURB) PERPENDICULAR TO THE TANGENT OF THE CURB (RETURNED CURB) PERPENDICULAR RAMPS CITY OF t CORPUS CHRISTI TEXAS Department of Engineering Services RADIUS AND CONTAINED IN CROSSWALK RAW 5 ERN SIDE s uw Nf4e e a • PFWE sTa swwT° D, Are giliids" e. e 'O)�rv. z °" O� Te,TE Ol TYPE 2 TYPE s ITYPE a TYPE , I PROGRAMMED WATER UNE SERVICE UFE EXTENSION - CRY -WIDE WATER DISTRIBUTION SYSTEM REM MD REPLACEMENT - ODIC) PROCUREMENT CITY OF CORPUS P STI PEDESTRIAN CURH RAMP STANDARDS 1 OF 4 PARALLEL CURB RAMP WITH SIDEWALK ADJACENT TO CURB COMBINATION CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS CURB RAMPS AT MEDIAN ISLAND (USE ONLY WHERE WATER WILL NOT POND IN THE LANDING) (SIDEWALK ADJACENT TO CURB) '5 curve rrtarvT7.... Txnu s' ro., .>? :: "23--,..25.W mm 'YE Paomsco swwa - s .• wwu \�2 YSURFACESwwE rmwc surracx SMOOTH rwuar[ mrcTaerc immrvumti• '''0,,. W " '5E°4'''.. 05' 11111111 a' aE.�+a •- WEB AP/7E— z o e � „ sw[ �rx i r, CZFAX,MIEL aTe>Aw. aar.e=�RA DUPES nor SHOWN S5ZKr I TYPE 3 I TYPE 6 I E 9 (TYPE 12 _ PARALLEL CURB RAMP DIRECTIONAL RAMP WITHIN RADIUS OFFSET PARALLEL CURB RAMP FLUSH CURB RAMP AT MEDIAN ISLAND OPENING (SIDEWALK SET RACK FROM CURB) neo-138 Nr 42 ECCFO ORfimrvG NJ MIR-457 CITT PROJEtT / 576294 TYPE 131 AT INTERSECTION W/FREE RIGHT TURN & ISLAND COMBINATION ISLAND RAMPS TYPE 141 PERPENDICULAR CURB RAMPS (BI—DIRECTIONAL) (SIDEWALK SET BACK FROM CURS) HEADER CURBS AT CURB RAMP SUBGRADE PREPARATION: CURB RAMP NOTES (CONTINUED): I. SUBCRAD£ UNDER CONCRETE SIDEWALKS AND CURB RAMPS SI.ILL SE COMPACTED TO 95% STANDARD PROCTOR DENSITY. SIDEWALK NOTES: i IDC MINIMUM SIDEWALK WIDTH FOR ALL ARTERIAL .AND COLLECTOR STREETS IS 5'. WHERE A 5' SIDEWALK CAN NOT B£ PROVIDED DUE i0 SITE CONSTRAINTS, A MINIMUM 4' SIDEWALK MAY BE PROVIDED. 5'X5' PASSING SHALLAREAS BE OVOED AT INTERVALS NOT TO EXCEED 200' FOR ALL SIDEWALKS LESS THAN 5 IN 2 MAXIMUM ALLOWABLE CROSS SLOPE ON SIDEWALK SURFACE IB 28. J. ALL EXPANSION JOINTS TO BE s/4' T0ICK WOOD FIBER ASPHALT -IMPREGNATED EXPANSION BOARD, UNLESS OTHERWISE NOTED. 4 BCLASS A F'c=3,000 PSI. ALL REINFORCING. STEELIO BE = GRADE 60, 1 6 0 PSI. 5 SIDEWALKS SHALL BE AT LEAST 4" THICK CONCRETE 6. CONCRETE SURFACE TO RECEIVE BROOM FINISH. ]. TRANSVERSE CONTRACTION JOINTS 1/8" WIDE BY 1/2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-0" INTERVALS (MAXIMUM). B. PRONOE P£ON ACCESSIBLE ROUTE WIRI DETECTABLE WARNING SURFACE FOR SIDEWALKS THAT INTERSECT CONTROLLEDRIVEWAYS. DETECTABLE SURFACE SHALL BE AMINIMUM OF 24" IN WARNING THE DIRECTION OF PEDESTRIAN TRAVEL AN WHERE IIN TENDT INTERSECCONTROLLED E FULL WIDTH THE ACCESSIBLE DIEL ROUTE CURB RAMP NOTES: 1. PROVIDE CURB RAMPS WNEREYER AN ACCESSIBLE ROUTE CROSSES (PENETRATES) A CURS 1 SI OPE CRIT£RIA2 RAMPS AND LANDING AREAS RAMP IN DIRECTOR OF TRAVEL SIDE SLOPE OF RAMP (DOFF) CROSS SLOPE OF RAMP LANDING AREA (ALL CTIONS) MAX SLOPE (V/H X IN PER M 1:12 / I" PER Fr /08 / 10 / 108 / T2" PER FI 1:50/18/0.24PER FI 1:50/28/024"PER 1l ADJOINING AREAS SIDEWALK IN DIRECTION OF TRAVEL 1,0 / 5. / 0.0D" PER F1 SIDEWALK CROs SLOPE 1.50 / 5208 / 0.24" PER F1 GU}TER IN DIRECTION OF TRAVEL 1:1D / 58 / 06O PER FT A SMOOTH TRANSITION (S5T'SO) IN OIRECB08 00 1RAVEL lS REOUIR00 WHERE RAMPS TRANSI0ON TO THE 5TREET J. PROVIDE FLARED SIDES WHERE THE PEDESTRIAN CIRCULATION PATH CROSSES THE CURB RAMP, FLARED SIDES SHALL BE SLOPED AT IDR MAXIMUM, MEASURED PARALLEL TO THE CURB. RETURNED CURBS MAY BE USED ONLY WHERE PEDESTRIANS WOULD NOT NORMALLY ALK ACROSS THE RM EITHER BECAUSE THE ADJACENT SURFACEISPLANTED, SUBSTANTIALLY OBSTRUCTED. OR OTHERWISE PROTECTED. LANDINGS SHALL BE 5'x5' MINIMUM WITH A MAXIMUM 28 SLOPE IN ANY DIRECTOR 5 LY CONTAINED WITHIN CROSSWALK MARKINGS, EXCLUDING SIDE FLARES. CURB RAMPS FLARES AND LANDING'S SHALL BE AT DINTS LEAST TYPTHICK LCYCBE USED AND 0AAATCHUN£ WITH BOTTOMADJOINING AREAS OF CURB RAMPS SHALL B£I AG.UINIMUMAOF THE XWHOLLY CONTAINED PARALLEL VEHICULAR TRAVEL WHOLLYCROSSWALK AND H OUTSIDE THE LAYBACK CURB AND CUTTER WY BE CONSTRUCTED MONOLITHICALLY WITH CURB RAMPS PROVIDE N0. 4 11" LONG SMOOTH DOWELS ® 12" ON CENTERS IF NOT PLACED MONOLITHICALLY. 9. PROVIDE A SMOOTH TRANSITION WHERE THE CURB RAMPS CONNECT TO THE STREET58 MAXIMUM LOPE 10. ADDITIONAL INFORMATION ON CURB RAMP LOCATION, DESIGN, LIGHT REFLECTIVE VALUE AND TEXTURE MAY BE FOUND IN THE CURRENT EDITION OF THE TEXAS ACCESSIBILITY STANDARDS (TAS) AND 16 TAC §66.102. 1I DIACONAL CURB RAMPS ARE CURB RAMPSMAY DISCOURAGED. BE ALLOWEDONADIAGONAL CASE-BY-CASE BASIS ONLY IF OTHER CONFIGURATIONS ARE NOT FEASIBLE, AND ST BE APPROVED BY THE CITY PRIOR TO CONSTRUCTION 12. FINAL ACCEPTANCE OF THE PRQIECT SHALL BE CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITH A FINAL INSPECTOR REPORT FROM A CERTIFIED REGISTERED ACCESSIBILITY SPECIALIST (RAS) PER 16 TAC DISABILITIES ACT) iHTING THAT ALL ADA DICAP IMPROVEMENTS,(AMERICANS WITH CONSTRUCTED, COMPLY HANDICAP THE ACCESSIBILITY E TEXAS ARCHITECTURAL BARRIERS PESTANDARDS R (TAS) FOR GOVERNMENT CODE CHAPTER 469. DETECTABLE WARNING SURFACE NOTES: 1 CURB RAMPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSISTS OF RAISED TRUNCATED DOMES COMPLYING WITH SECTION 705 OF THE TAS. THE SURFACE MUST CONTRAST VISUALLY WITH ADJOINING SURFACES INCLUDING SIDE F1ARES 2. DETECTABLE WARNING SURFACE FOR RAMPS SHALL BE INCA. SOLUTIONS, PART LA0. 2460REP PLACE REPLACEABLE TACTILE WARNING SURFACE TTL R PROVED EOUIVAL£NT EN "BRICK RED'" COLOR 3. ALIGN TRUNCATED DOMES IN THE PEDESTRIAN TRAVEL WHEN ENTERING THE STREET. 4 F 14"ISURFACES SHALL MINIMUM IN DEPTH IN THEDIRECTIONOF PEDESTRWN O RAVEL, AND EXTEND THE FULL WIDTH OF THE CURB RAMP R LANDING WHERE THE PEDESTRIAN ACCESS ROUTE ENTERS THE STREET. 5. DETECTABLE WARNING SURFACES SHALL B£ LOCATED SO THAT THE CF NEAREST ME CURB LINE ISA MINIMUM OF 6" ANO AMAXIMUM OF IO FROM THE EXTENSION OF THE FACE OF CURB DETECTABLE WARNING SURFACES TO BE CURVED ALONG THE CORNER RADIUS. CONSULTANT'S JOB N0. Z" Z R W W Z_ 7a Z W 1 1 58 sHT1/ 39 RI 42 RECORD DRAWING w WTR-457 OTY PROJECT 1 E16294 SETBACK SIDEWALK APRON OFFSET SIDEWALK WIDE SIDEWALK SIDEWALK TREATMENT AT DRIVEWAYS CAFE PROTECTED ZONE PROTECTED ZONE CLEAR GROUND SPACE CENTERED AT PEDESTRIAN PUSH BUTTON LIo IIm�AN. nc i a'I'�R uM PLAN VIEW PLACEMENT OF STREET FIXTURES (ITEMS NOT INTENDED FOR PUBLIC USE. MINIMUM 4' X 4' CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) GENERAL NOTES 1. ALL SLOPES ARE MAXIMUM ALLOWABLE. THE LEAST POSSIBLE SLOPE THAT WEL STILL DRAIN PROPERLY SHOULD B£ USED I PLACE TRAFFIC SIGNAL OR ILLUMINATION POLES, GROUND BOXES, CONTROLLER BOXES, SIGNS GE FACEMES AND OTHER ITEMS SO AS NOT TO OBSTRUCT THE ACCESSIBLE ROUTE OR CLEAR GROUND SPACE 3. THE MAXIMUM ALLOWABLE SIDEWALK CROSS SLOPE EQUALS 2R. GRADES AND CROSS SLOPES SHALL BE AS SHOWN ELSEWHERE IN THE PIANS. S . THAT COMPLY UNLESS OTHERWISE SHOWNSON THE PLANS N7 TIAs MAY REMAIN IN PIA, S . RANGES IN LEVEL GREATER THAN St INCH ARE NOT PERMITTED THE LEAST POSSIBLE CRADE SHOULD BE USED E ACCESSIBILITY. THE RUNNING SLOPE OF SIDEWALKS AND CROSSWALKS W THE PUBLIC THE GRADE OF THE PA WITHIN ROADWAY. WHERE A CONTINUOUS ONEYOR BOT SIDES THAN SO MUST SIDEWALK TO IMPROVE HANDRAILS MAY ACCESSIBILITY. HANDRAILS MAY ALSO B£ NEEDED TO PROTECT PEDESTRIANS FROM POTENTIALLY HAZARDOUS CONDIT.... IF PROVIDED, HANDRAILS MUST COMPLY AM) TAS 4.8.5. 8. HANDRAIL ,MIS SHALL NOr PROTRUDE INTO THE U.BLE LANDING ARG OR INTO INTERSECTING PEDEsraIAW ROUTS. 9. SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLANS. PROMO,. BIBIECTS OF A BY CAW' NOT DETECTION BARRIER FOR VERTICAL CLEARANCE <80" CONSULTANT'S JOB Aro. 2 URBAN ENGINEERING I 1 g SHL 40 < 42 DORS DRAWEES NO. WIR-457 CFY PROIEC0 1 016294 _ DETECTABLE WARNINGS PARA LEL CURB RAMP TYPICAL P_ACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE PERPENDICULAR CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN CONSUU JOB NO DIRECTIONAL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS SECTION A—A TYPICAL SECTION THROUGH CURB RAMP F 2 Department of Engineering Services SECTION B—B CURB RAMP PROFILE a _ 2 ' 00 cn Frt cL cc) cn SHEET 41 42 RECORO DRVIING NO. WIR-457 an PROJECT E16294 ',!:0A"%rgfEILT",;M.uta w°" PM USUAL FASTEN FABRIC TO TOP STRAND OF YIELDED AN. JOS NO. 3.3.1.86.04 ..:. 4 I IETT' ,I I .. 6 ,zi_....4 0) - ,.., ,,,,, INOR.L) ar HOLE WALLS STAPES ',6'.1i)G1144. 'Ftm rA '1124=1144' DT 145iC '4" ''' "4° ATTACH THE W.V. & FABRIC ON END POSTS,rUSING 0 EVENe ZagS SILT FENCE ''. KIM 4 1144.761:C.11=01414n40%gt"StalITTON. 41111110:t gLiry, rT2c 101YS41ff 1) Efign 0,71°,'"' '''' ' 4E1Z414.411%.64.4C44:1ErPTE4 1:Z04'5 hiatEl ,` ' WI t'ar '4'20'/E1',11n7474"' REFER TO STANDARD SPECIFICATION SECTION TN 022420 1S1LT FENCE" 'NI ' a Z rT w i Li ° 2 ii I I 1 L- ,' ..100 • 1 - 31 11.- 1 * 41 ' 2111. 41.11X0FL TAIICAL SILT FENCE VP-LALLATION a g.7 trznot °°""T - CURB INLET - PLAN MANHOLE - PLAN 4. FENCE .0TILD BE REMOVED UPON COMPLETION OF rwLmcm CONSTRUCT.. Skr:41.4 10' 1 ''''" ... 411 FAA. , OF FARFICIIDO AIN A.111, TILE TRENCH W.= 1141rMON2.14111=1 1=T Sreli'AL1' BE 4.... ' TEMPORARY FILTER FABRIC 6" SOL.E. E.AFILL A. HA. TAMP INLET PROTECTION DETAIL E.ED POST 18- . 6.2.421:4 rxv: Zu'Itn'zrsii,j,Bri2 x V NOT TO SCALE NOT 70 .ALE NOT TO SCALE TEMPORARY SEDIMENT CONTROL, FENCE DETAIL WRNS - REFER TO CHANNEL PLAN M mon. ,,,,, 70 SCA. SMIIANT CONTRN Miff USAGF GLIM INES: FA ' MrZIRTMOIsFaZurX0="n'cgii:rifi%2MIMIIENL 7:C117:It ?ornaliRtoME"M" 'AV " "M M 6 FZuoV6FiTt SEDIMENT CONTROL FENCE SHOULD BE SIND TO AL. A MAX FLOW THROUGH w0,00°L msz,41a°,°,174.z.gra.Ttur00.-"" " if r[°''''''"7'''''' 0.1. GP PENNED] LPN. „IPP MP. . ,;01L4121tiEtTESE:HOWN HERE ARE SIIGGESTIONS ONLY A. MAY BE moon° ;14"FATAirsiiiucT RE alliiiii ''''''''' ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL NEL . SEAL, DUSTING GRADE .11.-.‘....-41,1POTOLL-77.7.16 2' MIN. ''''' .272121.,,,21.f.L6.f...aaraa..2 PROFILE R., DESORPTION CIIY-WIDE WATER DISTRIBUION SYSIEM REPAIR MD REPLACEMENT 2017 - IQ) PROCUREMENT CI, OF CORPUS C,1RISTI STORM WATER POLLUTION PREVENTION STANDARD DETAILS 3 OF 3 44'111rA11:"4 20 m ..m. .0116....) FE FeWAY 6" 6.. ET E NOTE 4 E'4WEILEI2EIVF- 1). wo .0.00 ca. OPENINC A ..., 20 i6 SANDBAGS (.06. BAGGED) , Irnetattgrz.-...trg- -. - INL ET TOP , MIN. LINA CHANNEL FL PUNE SEE NOTE 6 PLAN CURB INLET PROTECTION DETAIL SECTION A -A STABILIZED CONSTRUCTION ENTRANCE NOT TO SCALE NOT TO SCALE NOT TO SCALE PIMP INI R maremnry 1.0.1: POCK FUIrli npm NOW, CONSTRUCTICH FNTRANCE NOW,. z'crxg,r,:. IF SI.Y. ON TA PLANS OR DIRECTED En, .E ENGINEER. NETER .. SH[21.. PLACED II.R THE TOE OF SLOP. WHERE ER.ION IS .ICIPATEN UPSTREAM ANO/OR DOWNSTREAM AT MANAGE 1. STONE WE/ 2-S1 OPEN CRADED ROCK. YL 1=14EC04144O= STRUCTURES. AND IN RO.WAY DITCHES AND CHANNELS TO COLLECT SEDNENT. 2. LENCTN AS EFFECTIVE BUT NOT LESS THAN 60'. 2. MATERIA....ATE. I/IRE MESH. SAND... ETC.) SR. BE AS INCICATED BY THE BR ANC INSERT PLASTIC FASTENERS THE TOP Of THE SCREW SHALL BE RECE.ED BELOW TLE TOP SPECIFICATIONS FOR "ROCK nrrEn .MS rOR EROSION AND SEDIMENT C0.2.7 P. 610716 NOT LESS TioN FULL MTH OF ALL POINTS OF INGRESS/EGRESS OF THE awn THE SCREWS SI.I. BE RACED ON a' o.c. 'Nis mom., IS USED IN LIEU or 1:7141,2,c`Mgt"..".17 U ;12,,VT,V,Zt J. THE ROCK FILTER ./.1 1..../.. SHALL DI AS INDIC,. ON THE PLANS 4. EIDE SLOPES SHOULD BE 27 OR RATTER. 4' ;"411M,:trATIO.R=.7,V.7,ZA TZ2Z9TV,Z! a-tr 07: ON THE INLET IN HEN Or SANDBAGS. 6. FILTER DAMS .011LP BE E.EDDED A MINIMUM OF A" INTO EN.NG GROUND. ...01111SE USING APPROVED IETHODS. 2 1172/4/0110/ a4404ES1GZIEDIIW4RE7E=7. 'AIM 4F1r 4.4l1r1011R4E'gNITWEE:1 V. 1... IEDI.M.EATIT0411:4. PONDINO OF SEDIMENT LADEN RUNOFF S.LL BE OF TNE DIMENSIONS 4' 113414=07 FMATI:404FM1/714414LONt r,ZT1744,,,tA"="Ra614r76`,14,rn CLIPS OR HOG RINGS AT THIS LOCATION. pottr4p.txottairoin 7."7,14".°Z0g. ,;11%,.,t,77s7Z TWA! A DAILY INSPECTION S.LL BE MADE HY THE COLTI.CTOR AND SILT ACCUMULATION MUST BE REMOVED 4' =;r1,=;;;°"7,1;t1&--0;,ttrzarr„..ln 11'414E4H1IGHT DROPPED WASHED CR TRACKED ONTO PUBLIC ROADWAY MUST BE RENON. IMMEDIATELY. rE"IRDE4410'W O'C'C'CVDA' EI"OLFDE=RCATITONN =DA 171L4C" a,`,-;.'" -- tranraFg„.• -; ^r°1°.; -"L.?. .n.°,,,=.11, twz.n.1-zt";.f.tr". ' .Ittr:,10tra..12;z4m°,4r0'.°A. ---- ° """ "^" " STNE. USE THE WWI 6110./ BL SECURED OR STAKED TO THE STN.,/ BED PRIOR TO 4. CONTRACTOR SHALL AIDNITOR TILE PERFORMANCE OF INLET PROTECTION DURING EACH .INFALT AGGRE.. pucEuefr S. INLET PROTECTIONS SMALL BE REMOVED AS SO. AS THE SOURCE OF SEDIIAENT IS STABILIZED. 10. THE GUIN.HNES SHOWN HERE. APE SUG.STIONS ONLY AND MAY RE MODIFIED BY THE ENGINEER. ma. L., ww.......... an PROJECT ja1644::1 00 91 01 ADDENDUM NUMBER 1 City -Wide Water Distribution System Repair and Project: Replacement 2017 — (IDIQ) Procurement Owner: City of Corpus Christi City Engineer: J. H. Edmonds, P.E. Designer: Urban Engineering Project Number: E16294 Addendum No. Specification Section: 00 9101 Issue Date: 02/03/2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. Approved by: Urban Engineering J. Douglas McMullan, P. E. 02/03/2017 Name Date Addendum Items: ARTICLE 2 — Modifications to the Specifications or Technical Specifications — DELETE and ADD. ARTICLE 4 — Clarifications — Civcast Questions and Answers, Pre -Bid Meeting General Question and Answers. ,c OFT. X10 •� e* :4• •.•`tom .�5►*i0I/ J. DOUGLAS MCMULLAN/ op; 91068 ht SSIONAI. 7 o'. Urban Engineering TBPE No. 145 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS) A. SECTION 00 52 23 AGREEMENT — Paragraph 3.01: DELETE: A. 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, as shown in the Appended Addendum No. 1 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project No. E16294 009101-1 Rev 01-13-2016 ADD: ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS - CIVCAST Example Delivery Orders, and is eligible for Final Payment 30 days after the date for Substantial Completion. A. The initial contract will be for a one (1) year (12 -calendar months) base contract, with two (2) optional one (1) year (12 -calendar month) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extension will not exceed an amount of $5,100,000 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, as shown in the Appendix Example Delivery Order, and is eligible for Final Payment 30 days after the date for Substantial Completion. A. Question: Will there be professional land surveying services required for this project, and if so, will the City by directly bidding for that service, or will that go through the contractor selected for the project? Answer: During preparation of the delivery orders, the City will be responsible for any professional surveying required to complete the design. During construction professional land surveying services are typically used to record the results of the pre -construction exploratory excavations, to lay out the proposed work and to provide record drawing information to the Engineer. These construction services are the sole responsibility of the selected contractor for the project. B. Question: Will pipe, be it steel, HDPE, PVC, etc. be ordered in truckload quantities only? Answer: Ordering materials is the Contractor's responsibility and will depend on the size of the approved delivery order. Delivery order size is unknown at this time. C. Question: I've often seen a Bidders Worksheet provided in excel on Civcast consisting of Pay Items. Is it possible to provide one? Answer: The Bidders Worksheet for this project has been posted. D. Question: Can you post the sign in sheet? Answer: The sign -in -sheet was posted with the pre-bid meeting minutes. 4.02 CLARIFICATIONS — GENERAL QUESTIONS ASKED AT PRE-BID MEETING A. Question: Is there a minimum length of water main that the City requires testing? Answer: All new water mains are to be pressure tested and disinfected per the contract documents. B. Question: Will the City provide water meters, boxes, and appurtenances? Answer: Section 01 29 00, Item B248 and Sheet 7 of 42 describe the requirement for water meter replacement. Addendum No. 1 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project No. E16294 009101-2 Rev 01-13-2016 C. Question: Does the City dispose the asbestos cement pipe once it has been removed? Answer: Section 01 29 00, Item B13 to B24 describes the requirements for asbestos cement pipe removal and disposal. D. Question: Will the delivery order sites be package together? Answer: Yes, it is typical that a single delivery order will contain multiple sites. E. Question: Why is only C900 and C905 water pipe specified? Answer: The C900 and C905 PVC pipe was specified to match the City's existing PVC water main assets. END OF ADDENDUM NO. 1 Addendum No. 1 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project No. E16294 009101-3 Rev 01-13-2016 00 91 01 ADDENDUM NUMBER 2 City -Wide Water Distribution System Repair and Project: Replacement 2017 — (IDIQ) Procurement Owner: City of Corpus Christi City Engineer: J. H. Edmonds, P.E. Designer: Urban Engineering oject Number: E16294 Addendum No. 2 Specification Section: 00 91 01 Issue Date: 02/10/2017 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications, or deletions to the Contract Documents described in this Addendum. Approved by: Urban Engineering J. Douglas McMullan, P. E. 02/10/2017 Name Date Addendum Items: ARTICLE 1 — Paragraph B 00 01 00 Table of Contents — ATTACHMENT No. 1 ARTICLE 2 — Modifications to the Specification or Technical Specifications — ATTACHMENT No. 2 q"9fr4,1a (:Y \ •.* • 1 J. DOUGLAS MCMULLAN� ri 91068' '4✓ ,ifl0.7. c!CENss-•'��� URBAN ENGINEERING TBPE FIRM NO. 145 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. B. SECTION 00 0100 TABLE OF CONTENTS DELETE: TABLE OF CONTENTS in its entirety. ADD: TABLE OF CONTENTS in its entirety (Attachment No.1). Addendum No. 2 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project No. E16294 009101-1 Rev 01-13-2016 ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) 02341 Boring (No Casing) Roadways and Crossing (Attachment 2) END OF ADDENDUM NO. 2 Addendum No. 2 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project No. E16294 009101-2 Rev 01-13-2016 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev01-13-2016) 00 30 06 Non -Collusion Certification 00 45 16 Statement of Experience (Rev 06-22-2016) 00 52 23 Agreement (Rev06-22-2016) 00 61 13 Performance Bond (Rev01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements (Rev06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work (Rev 01-13-2016) 01 23 10 Alternates and Allowances - 01 29 00 Application for Payment Procedures (Rev03-11-2015) 01 29 01 Measurement and Basis for Payment (Rev01-13-2016) 01 3100 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 0131 14 Change Management 0133 00 Document Management 0133 01 Submittal Register (Rev 7/3/2014) 0133 02 Shop Drawings 01 33 03 Record Data 0133 04 Construction Progress Schedule ADDENDUM No. ATTACHMENT N PAGE 1 of 3 01 33 05 Video and Photographic Documentation 0135 00 Special Procedures Table of Contents City -Wide Water Distribution System Repairs and Replacement 2017 — (IDIQ) Procurement Project E16294 000100-1 Rev 06-22-2016 Division / Section Title 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022022 Trench Safety for Excavations 025404 Asphalts, Oils and Emulsions 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026210 Polyvinyl Chloride Pipe (Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01000 Mobilization/Demobilization 01200 Existing Obstructions ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 2 of 3 02203 Utility Easement R. 0. W Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration Table of Contents City -Wide Water Distribution System Repairs and Replacement 2017 — (IDIQ) Procurement Project E16294 000100-2 Rev 06-22-2016 Division / Section Title 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02340 Boring and Casing Roadways and Railroads 02341 Boring (No Casing) Roadways and Crossings 02342 Open Cutting and Casing 02449 Installation of Utilities by Horizontal Directional Drilling 02450 Installation of Utilities by Pipe Bursting 02512 Fusible Polyvinyl Chloride Pipe 02520 Repairing Pavements, Curb and Gutter, Driveways and Sidewalk 02522 Flexible Base — Limestone (Type A, Grade 1) 02541 Prime Coat (Asphaltic Material Only) 02542 Hot Mix Asphaltic Concrete Pavement (Class A) 02608 Fiberglass Manholes 02614 Ductile Iron Pipe and Fittings 02620 Storm Water Pollution Prevention 02640 Installation of Water Pipe 026404 Water Service Line 026416 Fire Hydrants 02681 Gas Piping (MDPE) 05020 Welding (Except Gas Main) 09910 Painting 15060 Miscellaneous Piping 15104 Gate Valves 15105 Tapping Sleeves and Tapping Vales 15108 Combination Air Release and Vacuum Valves Appendix Title 1 Example Delivery Order END OF SECTION Table of Contents City -Wide Water Distribution System Repairs and Replacement 2017 — (1010) Procurement Project E16294 ADDENDUM No. 2 ATTACHMENT No. 1 PAGE 3 of 3 000100-3 Rev 06-22-2016 02341 BORING (NO CASING) ROADWAYS and CROSSINGS 1.0 GENERAL REQUIREMENTS 1.1 SCOPE This specification shall govern for all work necessary to complete the boring of concrete or asphalt roadways/driveways and other crossings in this project using PVC SDR 26 gravity sewer or DR 18 PVC force main as the carrier pipe, required to complete the project. This specification is a performance specification as defined in Section TS -1 of the Technical Special Provisions. 1.2 PERMITS AND NOTIFICATIONS The Contractor shall be responsible for obtaining all permits and giving sufficient notification prior to construction to the agency whose right-of-way is being crossed. In no case will notifications be given less than 48 hours prior to construction. 2.0 MATERIALS 2.1 Pipe a. DR 18 PVC Pipe and Fittings : 026210 Polyvinyl Chloride Pipe Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) b. SDR 26 PVC Pipe and Fittings: (NOT USED) 2.2 Fittings See Section 4 of 02614 Ductile Iron Pipe Fittings and Section 4.10 of 02640 Installation of Water Pipe. 2.3 Grout Shall be a sand -cement mixture having the following: a. Sand: Sand shall be clean, sharp and suitable for masonry mortar and shall meet the requirements as specified for concrete sand, screened so as to exclude any materials larger than those passing a No. 10 screen. b. Cement-: Cement shall be Type I - Portland Cement. 3.0 CONSTRUCTION METHODS 3.1 General Sections of PVC gravity or pressure pipe shall be installed under existing roads, railroads and other crossings by means of standard boring methods. The structural integrity of the PVC pipe and fittings shall be maintained. Where carrier pipe is required to be installed under railroad embankments or under highways, streets, or other facilities by boring 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. 02341 Boring (No Casing) Roadways and Crossings Page 1 of 3 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 1 of 3 The drilling of pilot holes for the alignment of pipe prior to its installation by boring 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. 3.2 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 pipe shall be grouted with non -shrinking grout and will be considered subsidiary work. If the grade of the pipe at the boring end is below the ground surface, suitable pipes or trenches shall be excavated for the purpose of conducting the boring operations and for placing end joints of the pipe. This excavation shall not be carried to greater - depth than is required for placing the carrier pipe 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. As the boring 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. 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. The grouting shall follow immediately upon completion of the boring operation. All carrier pipes installed by boring shall be supported as required by the plans. 02341 Boring (No Casing) Roadways and Crossings Page 2 of 3 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 2 of 3 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 bored 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 boring of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable; to prevent the pipe from becoming firmly set in the embankment. Any pipe damaged in boring operations shall be repaired or removed and replaced by the Contractor at his entire expense. The pits or trenches excavated to facilitate boring operation shall be filled immediately after the boring of the pipe has been completed. The pits or trenches shall then be backfilled in accordance with 02226, Pipe Trench Excavation and Backfill. 3.3 Joints All pipe used in the bored segments shall be mechanically restrained using mega lug joint restraining fitting at fittings and bell harnesses at bell and spigot connections, as required. 3.4 Wet Bores Wet bores are allowable in cohesive soils unless prohibited on the plans or elsewhere in these specifications in the event that a wet bore is used and excessive voids occur between the casing and the bored hole, pressure grouting of the voids will be required at no additional cost to the Owner. The representative of the agency or the Engineer whose right-of-way is being crossed will judge when voids are excessive. 3.5 Grouting When necessary, the entire length of bore shall be pressure grouted using a sand -cement grout to fill any void between the PVC pipe and natural ground. All grouting shall be done under pressure by the use of direct action pressure pumps capable of placing grout at the pressure necessary to completely fill all voids. The pumps should operate in a manner so that the grout will be delivered uniformly and steadily. Grouting will be considered complete when no more grout of the required mix and consistency can be forced in under pressure. 3.6 Traffic All working operations of the Contractor must be subordinate to the free and unobstructed use of the right-of-way for the passage of traffic without delay or danger of life, equipment or property. The Contractor shall conduct his operations in a manner such that all work will be performed below street level and without obstructions on the streets. 3.7 Barricades and Warning Signs See General Conditions and permit requirements of the agency involved. 02341 Boring (No Casing) Roadways and Crossings Page 3 of 3 ADDENDUM No. 2 ATTACHMENT No. 2 PAGE 3 of 3 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 CL f L(...19" i (Ai-)ki.;_s (type or print name of company) on: Wednesday, February 25, 2017 at 2:00 pm, for City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement - Project E16294. 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 Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement, Project E16294 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21. 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt 14, �_- i 213 1,1 C`" µ z 214'1 Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 201.7 — (IDIQ) Procurement Project E16294 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 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 003000-2 Rev 01-13-2016 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. 5.04 The City intends to award this INDEFINITE DELIVERY / INDEFINITE QUALITY (I0/10) CONTRACT for approximately $5,100,000 over a 1 year period with 2 possible 1 year renewals. Renewal will Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 003000-3 Rev 01-13-2016 be based on Contractor's successful performance of Delivery Orders, approval by the Owner, and concurrence from the Contractor. The renewal will allow for an economic adjustment, based upon published and acceptable indices. The Owner will issue individual delivery orders with specific bid items and quantities from the Contractor's proposed unit prices. Emergency Delivery Orders, as determined by the City, may be issued under this Contract. For Emergency Delivery Orders, the Contractor shall be on-site within three (3) hours to assess the site and to begin mobilizing necessary crews, equipment, traffic control measures, etc. The Contractor shall begin actual work and have in place ALL mitigation measures to prevent further damage to public and private property within six (6) hours of receiving authorization to proceed. The Contractor may be required to respond to and complete up to two (2) Emergency and/or Non -Emergency sites at the same time. In the case of Emergency Delivery Orders, the Contractor shall also 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. To accommodate the increased costs associated with the Emergency Work, Bidders shall submit a "Coefficient for Emergency Work" with its Bid Proposal (Max is 2.0). This coefficient shall be applied to the Bid Items to determine the final cost of the Emergency Repair(s). The Contractor shall have the following materials stock piled onsite in case of an emergency: a. 2000 -ft. of 4 -inch C-900 DR18 PVC Pipe. b. 2000 -ft. of 6 -inch C-900 DR18 PVC Pipe. c. (2) 4 -inch gate valves. d. (2) 6 -inch gate valves. The bid documents include hypothetical scenarios that establish unit costs and to gain an understanding of the type and scope of anticipated delivery orders. However, there shall be no expectation (by Contractor) that all bid items and/or quantities will be awarded in this Contract and that the hypothetical scenarios presented in the plans cover every possible scenario that may arise throughout this project. The hypothetical quantities shown in the Bid Form are not intended for award but will be used for bid evaluation purposes ONLY. The Contract award value is based on current anticipated budget allocations. The Contractor will have no basis for a claim against the City, if the actual delivery order total is Tess. ARTICLE 6 —TIME OF COMPLETION 6.01 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, as shown in the Appended Example Delivery Orders, 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. Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 003000-4 Rev 01-13-2016 6.03 The initial contract duration shall be 12 months and will be subject to renewal for up to two (2) additional 12 -months periods. Each delivery order will be issued with an allowable working time (calendar days) and will be based on the durations identified in the Working Time Table. 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 Capital Programs or designee (OAR) 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 order provision of this Contract, $750.00 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 below. 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 Acting Director of Capital Programs or designee (OAR) 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 form the Executive Director of Public Works 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) have been rectified and the danger to the Public has been resolved. For each calendar day that any work remains incomplete after the time specific in the Delivery Order for completion of the work or after such time period as extended pursuant to other provisions of the Contract, $750.00 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 below. WORKING TIME TABLE Description Typical Work Time (Days) Allowed for each Delivery Order Non -Emergency Emergency Mobilization 3 Days / D. O. 1 Day / D. 0 Remove & Replace Water Line (Up to 42" of Cover) 5 Days / 600 LF 3 Days / 600 LF Remove & Replace Water Line (Up to 43" — 73" of Cover) 7 Days / 600 LF 5 Days / 600 LF Rehab Water Line Pipeburst (Up to 42" of Cover) 5 Days / 600 LF 3 Days / 600 LF Rehab Water Line Pipeburst (43 — 72" of Cover) 7 Days / 600 LF 5 Days / 600 LF Install Temporary Water Supply for Pipe Bursting 2 Days / 600 LF 1 Day / 600LF Well Pointing for Lines 1 Day / 400 LF 0.5 Day / 400 LF Remove & Replace Driveway or Sidewalk 2 Day / 400 SF 1 Day / 400 SF Install Gate Valve 1 Day / 2 Valves 0.5 Day / 2 Valves Install Fire Hydrant 2 Days / Fire Hydrant 1 Day / Fire Hydrant Install Service 1 Day / 3 Services 0.5 Day / 3 Services Install Pavement (Across Street Curb to Curb) 2 Days / Cut 1 Day / Cut Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 003000-5 Rev 01-13-2016 Install Pavement (Along Street) 2 Days / 600 LF 1 Day / 600 LF Fence Removal 1 Day / 100 LF 0.5 Day / 100 LF Clear & Grub 1 Day / 500 SY 0.5 Day / 500 SY Note: Working Time shown in this table is in CALENDAR DAYS. Emergency Delivery orders require a 3 hour response ARTICLE 7 — ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 21 13 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. 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. Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 003000-6 Rev 01-13-2016 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: c,-?( L C\G,i 7- Y;tii fjkr�,53 (typed or printed full leal name of Bidder) n. rvidual's signature Name: Title: Attest: (typed door printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) —rr,XRi 9.`r-141zZvs 6,22A a �� s{- 'rl( 'try0 Phone: -4g1.---Y16—(2,)01 Email: CC.I wl. c.la., 0Cl.nr.. (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 003000-7 Rev 01-13-2016 00 30 01 BID FORM Project Name: City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project Number: E16294 Owner: City of Corpus Christi Bidder: e2(- 4< 1-c 1.I.C, -�,n C\c,AA. 3\ I_'J, _ _t OAR: flAk!..L 1 Designer: U :Orra E.,,,,;,;n c,cf; —1 Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - GENERAL (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 a'3j,iopp.‘; 23(a,D43.°�, SUBTOTAL PART A - GENERAL (Items Al) 31.t)JJ '''- Part B - WATER MAIN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) WATER MAIN REMOVALS CIP AND DIP WATER MAIN 81 Remove and Dispose of 2" Diam. CIP and DIP Waterline (Up to 42" of Cover) LF 50 J fG 1 D' , o -D j �j BZ Remove and Dispose of 2" Diam. CIP and DIP Waterline (43"-72" of Cover) LF 50 I iF-1(. rit5g. CO B3 Remove and Dispose of 4" Diam. CIP and DIP Waterline (Up to 42" of Cover) LF 50 IS ,3‘,1 rm. co B4 Remove and Dispose of 4" Diam. CIP and DIP Waterline (43"-72" of Cover) LF 50 , .7 7 G nJ. 00 "v B5 Remove and Dispose of 6" Diam. CIP and DIP Waterline (Up to 42" of Cover) LF 100 .°'‘g 50 42 2, OD B6 Remove and Dispose of 6" Diam. CIP and DIP Waterline (43"-42" of Cover) LF 50 3 1 . $a 15x3, co 67 Remove and Dispose of 8" Diam. CIP and DIP Waterline (Up to 42" of Cover) LF 100 '3(. 8� 3I' Io• DO 68(43"-72" Remove and Dispose of 8" Diam. CIP and DIP Waterline of Cover) LF 50 S-3, 04.4 l IDSZ• DQ I B9 Remove and Dispose of 12" Diam. CIP and DIP Waterline (Up to 42" of Cover LF 50 p 1 B10 Remove and Dispose of 12" Diam. CIP and DIP Waterline (43"-72" of Cover) LF 50 ''33. Is--lq`7 �.5D B11 Remove and Dispose of 16" Diam. CIP and DIP Waterline (Up to 42" of Cover) LF 50 B12 Remove and Dispose of 16" Diam. CIP and DIP Waterline (43"-72" of Cover) LF 50 a 4/ , 69 ACP WATER MAIN B13 Remove and Dispose of 2" Diam. ACP Waterline (Up to 42" of Cover) LF 50 814 Remove and Dispose of 2" Diam. ACP Waterline (43"-72" of Cover) LF 50 c.s-Q 1415 Dg7 B15 Remove and Dispose of 4" Diam. ACP Waterline (Up to 42" of Cover) LF 50 `31. Ii L � 1151q3. /(JV1' Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDJQ) Procurement Project E16294 Page 1 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B16 Remove and Dispose of 4" Diam. ACP Waterline (43"-72" of Cover) LF 50 3,{ ' p(, 4 n W j __II i S 3 • Q`� 817 Remove and Dispose of 6" Diam. ACP Waterline (Up to 42" of Cover) LF 100 .31. El, u il ? W B18 Remove and Dispose of 6" Diam. ACP Waterline (43"-72 of Cover) LF 50 `;.3. eq ! `1Q6 . DO % B19 Remove and Dispose of 8" Diam. ACP Waterline (Up to 42" of Cover) IF 100 -3. 3'- 33014 '• DO B20 Remove and Dispose of 8" Diam. ACP Waterline (43"-72" of Cover) LF 50 3 � '�� l ! f • n/`� Vv 1/10,1k 0 /1 B21 Remove and Dispose of 12" Diam. ACP Waterline (Up to 42" of Cover) LF 50 l . 33 14 Lo (o. 50 B22 Remove and Dispose of 12" Diam. ACP Waterline (43"- 72" of Cover) LF 50. 51 �� .50 823 Remove and Dispose of 16" Diam. ACP Waterline (Up to 42" of Cover) LF 50 LJ r? . si ((]] 241 D . bb B24 Remove and Dispose of 16" Diam. ACP Waterline (43"- 72"" of Cover) LF 50 .� t� _ .06 WATER MAIN INSTALLATION OPEN TRENCHING (0 to 100 -ft) PVC WATER MAIN 825 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 50 •2$.8"ti + DD 2.• 1 4 W B26 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) LF 50���.�� Zr�.�� j�,�jj._ 1 1 12.btt B27 Furnish and Install 6" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 50 14.') B28 Furnish and Install 6" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) LF 50 35.E t'] 51) Ile �� 629 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 50 24 5 . DD B30 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) LF 50 51.0S 2 y� Co r✓+/ 1331 Furnish and Install 10"' Diam. C900 DR 18 PVC Waterline (Up to 42" of Cover) LF 50 c 1.32. 2 P'l 1 ,DD 832 Furnish and install 10" Diam. C900 DR 18 PVC Waterline (Over 43" to 72" of Cover) LF 50c5.p 2q54, to 833 Furnish and Install 12" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 50 74. 5 ��!_� n� B34 Furnish and install 12" Diam. C900 DR18 PVC Waterline (43'"-72" of Cover) LF 50 '-7C,-- - 2 '� 7 g W . W* 835 Furnish and Install 16" Diam. C905 DR18 PVC Waterline (Up to 42" of Cover) LF 50 131. 7S Q�f 4531. 1. 836 Furnish and Install 16" Diam. C905 DR18 PVC Waterline (43"-72" of Cover) LF 50 1 32 , `13 ,,, �j.Yn,,{{,0444W . Z DIP WATER MAIN B37 Furnish and Install 4" Diam. DIP Waterline (Up to 42" of Cover) LF 50 s$ .11 61+5.5D B38 Furnish and Install 4" Diam. DIP Waterline (43"-72" of Cover) LF 50 c7. 91 Q, 4 2 3 T6. So B39 Furnish and Install 6" Diam. DIP Waterline (Up to 42" of Cover) LF 50 --4 27(42 • DD 1 Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (1010) Procurement Project E16294 Page 2 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 640 Furnish and Install 6" Diam. DIP Waterline (43"-72" of Cover) LF 50 S(,, Liz, ZS 2J . Co 641 Furnish and Install 8" Diam. DIP Waterline (Up to 42" of Cover) LF 50 -I S.. '3 j . 557) Sic • B42 Furnish and Install 8" Diam. DIP Waterline (43"-72" of Cover) LF 50 —11 . 0 t �� .�D 843 Furnish and Install 10" Diam. DIP Waterline (Up to 42" of Cover) LF 50 -7 9 2 �} D • DO �„!5F 41 B44 Furnish and Install 10" Diam. DIP Waterline (43" to 72" of Cover) LF 50 S'0 .10 D S. DD 845 Furnish and Install 12" Diam. DIP Waterline (Up to 42" of Cover) LF 50 �i1.10 �j�y 3 ✓ "• DO 646 Furnish and Install 12" Diam. DIP Waterline (43"-72" of Cover) LF 50 n. 2 s' C0 14414% B47 Furnish( and Install 16" Diam. DIP Waterline (Up to 42" of Cover)LF 50 vo I� B48 Furnish and Install 16" Diam. DIP Waterline (43"-72" of Cover) LF 50 110 ' . iD $133. WATER MAIN INSTALLATION OPEN TRENCHING (Greater Than 100 -ft) B49 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 200 .-2/2-1Y r ,W . 0O B50 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (43"-72" Cover) LF 200 .3.1.'I 1. +12A 2. - 00 B51 Furnish and Install 6" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 200 1�3. 2 4' 652 Furnish and Install 6" Diam. C900 DRIB PVC Waterline (43"-72" Cover) LF 200 4 . u ;. 4000.00 B53 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) IF 200 S-5 . 'L n 1 1)112 - DD 854 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (43"-72" Cover) LF 200 g 1 , 13 11 DU • DD B55 Furnish and Install 10" Diam. C900 DR 18 PVC Waterline (Up to 42" of Cover) LF 200 1 f 0-i �P ; 1'% 2 ` .D1y F•f+a V B56 Furnish and Install 10" Diam. C900 DR 18 PVC Waterline (43" to 72" of Cover) LF 200 (6 Z. 2S° 12. . DD 857 Furnish and Install 12" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 200 Ia . `} 12.2 51 . Db 1 �� B58 Furnish and Install 12" Diam. C900 DR18 PVC Waterline (43"-72" Cover) LF 200 //. Zq Il5 4 -GO. op .JO [J 859 Furnish and Install 16" Diam. C905 DR18 PVC Waterline (Up to 42" of Cover) LF 200 itk7,w Zf}, 3g � �}D r B60 Furnish and Install 16" Diam. C905 DR18 PVC Waterline (43"-72" Cover) LF 200 l ,C o Di /'1 i"!! I _W I4. D'D WATER MAIN INSTALLATION BY AUGER BORING (0 to 100 -ft) 661 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 50 ? 1 , ift * i . oo 862 Furnish and Install 4" Diam. C900 DR18 PVC Waterline (43""-72" of Cover) by Auger Boring LF 50 �1-fl-42- t rli.0D Furnish and Install 6" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 50 f 2.3.i D „ � LogS. 864 Furnish and Install 6" Diam. C900 DR18 PVC Waterline, (43"-72" of Cover) by Auger Boring LF 50 1 2- 5, p Do Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIO) Procurement Project E16294 Page 3 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B65 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 50 1 1( Io JJ s5. B66 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 50 11 7. t'z • O . ID B67 Furnish and Install 12" Diam. C900 DR18 PVC Waterline (Up to 42'" of Cover} by Auger Boring LF 50 2c9. L O 1 .co G DO Furnish and Install 12" Diam. C900 DR18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 50 )A, 5-, i z a(15.668 `l r�Do B69 Furnish and Install 16" Diam. C905 DR18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 50 -I-14. fits. � I a 1u. co B70 Furnish and Install 16" Diam. C905 DR18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 50 '119. 914 i V��•� WATER MAIN INSTALLATION AUGER BORING (Greater Than 100 -ft) B71 Furnish and Install 4" Diam. 0900 DR 18 PVC Waterline (Up to 42"R/} of Cover) by Auger Boring IF 100 tj. 2-34 U OI4'• B72 Furnish and Install 4" Diam. C900 DR 18 PVC Waterline (43'"-72" of Cover) by Auger Boring LF 100 TO .1-y <109,4-.1x) B73 Furnish and Install 6" Diam. C900 DR 18 PVC Waterline U to 42" of Cover)byAuger BoringLF ( p 100 �� 1 .I�S 1 2S`, u$ I (j [Ili, � D . + L B74 Furnish and Install 6" Diam. C900 DR 18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 100 B75 Furnish and Install 8" Diam. C900 DR 18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 100 )42. -IS 14I2_1 1b 676(43"-72 Furnish and Install 8" Diam. C900 DR 18 PVC Waterline of Cover) by Auger Boring LF 100 '��,�$1 . U(Q 1AW B77 Furnish and Install 12" Diam. C900 DR 18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 100 2113.3Z 1 Qn ry i f 0 a• o B78 Furnish and Install 12" Diam. C900 DR 18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 100 ).-24 .'LO I� 2.2 41(). O B79 Furnish and Install 16" Diam. C905 DR 18 PVC Waterline (Up to 42" of Cover) by Auger Boring LF 100 313. S 3t�3 n .DD B80 Furnish and Install 16" Diarn. C905 DR 18 PVC Waterline (43"-72" of Cover) by Auger Boring LF 100 32. 0 . 'Ho 321 04111, • CO WATER MAIN INSTALLATION BY PIPE BURSTING IN FRONT EASEMENT (0 -ft to 500 -ft) B81 Furnish and Install 4" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 1001, 6 a 5 4 . CO B82 Furnish and install 4" Diam. C900 DR18 Fusible PVC Waterline (43"-72" of Cover) by Pipe Bursting LF 100 5- .a z ✓ lw , W B83 Furnish and Install 6" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 (r(, 3% Q (1(12030 . bD Furnish and Install 6" Diam. C900 DR18 Fusible PVC Waterline {43"-72" of Cover) by Pipe Bursting LF 100 (0S'. 404 [�J�' 102 0 0/3684 I B85 Furnish and Install 8" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 i9 .06 g1GoIQ. B86 Furnish and Install 8" Diam. C900 DR18 Fusible PVC Waterline Waterline (43"-72" of Cover) by Pipe Bursting LF 100 2, 60 CD B87 Furnish and Install 12" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 50 I 3 S .-7 3 5. DD B88 Furnish and Install 12" Diam. C900 DR18 Fusible PVC Waterline 43"-72" of Cover)byPipe BurstingLF ( P 50 )�i,S,� �-{ m r1 15. W B89 Furnish and Install 16" Diarn. C905 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 50 , 0, ro (� n 12,3 0. DO Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (I0IQ) Procurement Project E16294 Page 4 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B90 Furnish and Install 16" Diam. C905 DR18 Fusible PVC Waterline(43"-72" of Cover)byPipe BurstingLF 50 C . {O ZS r •1 �) `�D WATER MAIN INSTALLATION BY PIPE BURSTING IN FRONT EASEMENT (Greater Than 500 -ft) Furnish and Install 4" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 150 L, 2, 11-1-2.B91 B92 Furnish and Install 4" Diam. C900 DR18 Fusible PVC Waterline (43"-72" Cover) by Pipe Bursting LF 150 S th4 0V D) B93 Furnish and Install 6" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 150 ( U, CI T• DO B94 Furnish and Install 6" Diam. C900 DR18 Fusible PVC Waterline (43"-72" Cover) by Pipe Bursting LF 150 (,21.12... 02 , DO B95 Furnish and Install 8" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 150 �i p 501 N 10 , C0 B96 Furnish and Install 8" Diam. 0900 DR18 Fusible PVC Waterline (43"-72" Cover) by Pipe Bursting LF 150 —14.1'4 _ I ` , 16. B97 Furnish and Install 12" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 1Flo, 2-.(, I, 2,1/14 CO B98 Furnish and Install 12" Diam. C900 DR18 Fusible PVC Waterline {43"-72" Cover} by Pipe Bursting LF 100 1 ,$. Clr �y� 13, 2 bto.DO B99 Furnish and Install 16" Diam. C905 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 `�1o.0(i n L�J1 4t,'". B100 Furnish and Install 16" Diam. DR18 Fusible PVC Waterline 43"-72" Cover)byPipe Bursting LF 100 x-1.1, 8 [Ll. J�ni� ri1 !J TEMPORARY WATER SUPPLY IN FRONT EASEMENT B 0 Furnish and Install 2" Temporary Water Supply for Pipe Bursting LF 150 4`7, W, DD B102 Furnish and Install 4" Temporary Water Supply for Pipe Bursting LF 200 5 3 .10 �] n inn 1 +�('� v1l, W B103 Connect and Disconnect Service to Temporary Water Supply EA 50 1}4j `tY2.S 0 /j I f��•1 J .O0 POINT REPAIR IN FRONT EASEMENT B104 Point Repair in Front Easement 4 EA I 10 115-c 4C 16) 43o• DO WATER MAIN INSTALLATION BY PIPE BURSTING IN REAR EASEMENT (0 -ft to 500 -ft) 8105 Furnish and Install 4" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 �,1 �.9 0 _, g0•00 104q0•00 1p�"'1 11 B106 Furnish and Install 4" Diam. C900 DR18 Fusible PVC Waterline (43"-72" of Cover) by Pipe Bursting LF 100 Li . 4 1nn2'ke B107 Furnish and Install 6" Diam, C900 DR18 Fusible PVC, Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 "74,N ©� 8108 Furnish and Install 6" Diam. C900 DR18 Fusible PVC Waterline (43"-72" of Cover) by Pipe Bursting LF 100 (a. (O in O 6109 Furnish and Install 8" Diam. C900 DRIB Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 D -h �jg (P. DO 5110 Furnish and Install 8" Diam. C900 DR18 Fusible PVC Waterline (43"-72" of Cover) by Pipe Bursting LF 100 40 C14. ,r� f.� 13111 Furnish and Install 12" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 50 )0,fi',. Y� � , 1315 CO 13112 Furnish and Install 12" Diam. C900 DRIB Fusible PVC Waterline (43"-72" of Cover) by Pipe Bursting LF 50 _ \ 5 L'?t �jQ i 46 5. OD 6113 Furnish and Install 16" Diam. C905 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 50 o ,' D 3, 275• x+ Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 5 of 17 Rev O1-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 6114 Furnish and install 16" Diam. C905 DR18 Fusible PVC Waterline (43"'-72" of Cover) by Pipe Bursting LF 50 211 .3t CC,� 131 g(pS. co WATER MAIN INSTALLATION BY PIPE BURSTING IN REAR EASEMENT (Greater Than 500 -ft) 6115 Install 4" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 150 Slo • a4 g4qI¢. t 6116 Install 4" Diam. C900 DR18 Fusible PVC Waterline (43"- 72" Cover) by Pipe Bursting LF 150 C9 , Cz /� t� ?j 50 . Ck B117 Install 6" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 150 Gb.08 0012. rr�� f. • 6118 Install 6" Diam. C900 DR18 Fusible PVC Waterline (43"- 72"' Cover) by Pipe Bursting LF 150 . (Ag 414i'tF ��yy i n, 21, tO B119 Install 8" Diam. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 150 `"j 9.°(' 1 3Ej `"'55 ��• [�(} 6120 Install 8" Diam. C900 DRIB Fusible PVC Waterline (43"- 72" Cover) by Pipe Bursting LF 150 S), • (DO nn m 12,510, co B121 Install 12" Diarn. C900 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 13 `, 70 D 1315 r/, VV 6122 Install 12" Diam. C900 DR18 Fusible PVC Waterline (43" 72" Cover) by Pipe Bursting LF 100 lti'1,D ri6D.OD 6123 Install 16" Diam. C905 DR18 Fusible PVC Waterline (Up to 42" of Cover) by Pipe Bursting LF 100 '[ `-14:1 . D 24'1'D ,C} 6124 Install 16" Diam. C905 DR18 Fusible PVC Waterline (43"� 72" Cover) by Pipe Bursting LF 100 '-i9.Ip0 1� TEMPORARY WATER SUPPLY IN REAR EASEMENT 6125 Furnish and Install 2" Temporary Water Supply for Pipe Bursting LF 150 ' 414.2S. 4.2 iY-S L 1e2 1* . t} 8126 Furnish and Install 4" Temporary Water Supply for Pipe Bursting LF 200 U' • ZO (� n -i • DD 6127 Connect and Disconnect Service to Temporary Water Supply EA 50 L192•. S-0 �}Fey 1 1 . LO POINT REPAIR IN REAR EASEMENT B128 Point Repair in Rear Easement EA 10 ,}'3 -1 6.5 2, 13;11P5. 241 WATER MAIN INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING (0 -300 -ft} USING WALK OVER TECHNOLOGY 8124 Furnish and Install 4" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 75 111 .1 l (� �7� .4g539. -C3, LJ 6130 Furnish and Install 6" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 100 139i.Lc I jj `,�j� 13141.4-• DO B131 Furnish and Install 8" Diam, C900 DR 18 Fusible PVC Waterline by HDD LF 100 1"-. 2-t0 r��� j l '215 5 .JP •WD B132 Furnish and Install 12" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 75 2, • 92 j;'t' 2 I5.iOD B133 Furnish and nstall 16" Diam. C905 DR 18 Fusible PVC Waterline by HDD LF 75 1 J I LzZ,C 3LI50 ).CC 8134 Furnish and Install Air Release Valves and Manhole EA 2 Pi 2"i} 48,3(0 B135 Construct Drill Pads EA 2 1S-19.14) \- °t'' 3S 400. cc WATER MAIN INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING (Greater Than 300 -ft) USING I1flt WIRELINE GUIDANCE TECHNOLOGY 6136t Furnish and Install 4" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 75 ) C(. `7 , �,'-� Q2_•Sb 11, yl Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (I014) Procurement Project E16294 Page 6 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B137 Furnish and Install 6" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 100 itai.--/q j 1 i if WI B138 Furnish and Install 8" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 100 �.) , jb �1j fj� 2l't. CD B139 Furnish and Install 12" Diam. C900 DR 18 Fusible PVC Waterline by HDD LF 75 ` 2 3 i(��ab 10.5 B140 Furnish and Install 16" Diam. C905 DR 18 Fusible PVC Waterline by HDD LF 75 44q .C3 q� 33 91 S. 5b B141 Furnish and Install Air Release Valves and Manhole EA 4 IG ,cl , Z4)1, p B142 Construct Drill Pads EA 4 l�s2i i� - 6411p40 . DO ttl$: WATER MAIN AND CASING INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING (¢300 -ft USING WALK OVER GUIDANCE TECHNOLOGY 6143 Furnish and Install 4" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 10 -inch steel casing (0.375" wall) byHDD LF 75 3DD•Y0 h 2j VIQ•p 6144 Furnish and Install 6" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 12 -inch Steel Casing (0.375" wall) by HDD LF 100 331$ ' 331 y5$. B145 Furnish and Install 8" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16 -inch Steel Casing (0.375" wall) by HDD LF 100 q23 Jai �, r91 J 1 2'1 Z` W B146 Furnish and Install 10" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16 -inch Steel Casing (0.375" wall) by HDD LF 75 ��)1�`� '7{0{0, (Ll �'^'� B147 Furnish and install 12" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 18 -inch Steel Casing (0.375" wall) by HDD LF 75 C{ 11 9 a 323.j 0,5D j 6148 Furnish and Install 16" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 24 -inch Steel Casing (0.375" wall) by HDD LF 75 S2 , J� Q• so ' "1� B149 Furnish and Install Air Release Valves and Manhole EA 2 (,, /61.30 I3 534-.Jn0 6150 Construct Drill Pads EA 2i " 351400. bt). ('low WATER MAIN AND CASING INSTALLATION BY HORIZONTAL DIRECTIONAL DRILLING (GREATER THAN 300 -ft) USING WIRE UNE GUIDANCE TECHNOLOGY B151 Furnish and Install 4" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 10 -inch steel casing (0.375" wall) by HDD LF 75 33t • 00 i] IL a�S R •� j B152 Furnish and Install 6" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 12 -inch Steel Casing (0.375" wall) by HDD LF 100 3 [7 g i � • I�� 36 1 1 D W B153 Furnish and Install 8" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16 -inch Steel Casing (0.375" wall) by HDD LF 100 , r 30 `+ Li -514-30A 6154 Furnish and Install 10" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 16 -inch Steel Casing (0.375" wall) by HDD LF 75 I `I qS. 4 0 31' I rip,61) +1 8155 Furnish and Install 12" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 18 -inch Steel Casing (0.375""wall) byHDD LF 75 '�rj 5-4D .11•0 1+0 533. Di) i B156 Furnish and Install 16" C900 DR 18 Fusible PVC Waterline with Casing Spacers and 24 -inch Steel Casing (0.375" wall) by HDD LF 75 c 4. 0 51)31)‘DC Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 7of17 Rev OI -13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B157 Furnish and Install Air Release Valves and Manhole EA 4 (,(�Q ,q04-.0) 13158 Construct Drill Pads EA 4 iy tttop,ao 54 614-0 .D0 GATE VALVES 8159 Furnish and Install 4" R/W Gate Valve, (MJ with MEGA LUG Joint Restraint fitting) EA 10 3i , (? j� $ •iV 8160 Furnish and Install 6" R/W Gate Valve, (MJ with MEGA LUG Joint Restraint fitting) EA 10 gS, `i . i8113. IDD B161 Furnish and Install 8" R/W Gate Valve, (MJ with MEGA LUG Joint Restraint fitting) EA 10 iy'L7Z.J� I 12 .! 1�.l{n B162 Furnish and Install 12" R/W Gate Valve, (MJ with MEGA LUG Joint Restraint fitting) EA 5 j ZS`4.70 I Q]�} t}2u •✓" 13163 Furnish and Install 16" R/W Gate Valve c/w Bevel Gear (M1 with MEGA LUG Joint Restraint fitting) EA 3 17U vi , Q 2 3 I U1.� FITTINGS B164 Furnish and Install 4" 11.25 Deg. Bend (MJ with MEGA LUG Joint Restraintfitting) EA 10 )GC. 16 _,Y'�J, � I 2., B165 Furnish and Install 4" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 dGS:� 1662%•C50 13166 Furnish and Install 4" 45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 10—i:-.)} � I [152. bO UV, 8167 Furnish and Instal] 4" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 04.10 f L'l `j.0 1 13168 Furnish and Install 4" Reducers - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 10 C-1/. GJ ��� �j�, 0 . VL' B169 Furnish and Install 4" Crosses - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 10 'ZS`a .iv) II tL. O B170 Furnish and Install 4" Tees (M1 with MEGA LUG Joint Restraint fitting) EA 10 (g5" 6.,1' i I (� S L�} t.. o 0 13171 Furnish and Install 6" 11.25 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 7,02.9L Q D 2.02.91. Le B172 Furnish and Install 6" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 Lob �,p �]�` L OIL aND �( Q�} i0)1. • LSV B173 Furnish and Install 6" 45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 /A% :IS 8174 Furnish and Install 6" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) g) EA 10 `2-13.rE 2.136.. $0 5175 Furnish and Install 6" Reducers - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA - 10 1 `� `� cam. ! 1 110. CO B176 Furnish and Install 6" Crosses - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 10 (co31710 . CD 8177 Furnish and Install 6" Tees (MJ with MEGA LUG Joint,' Restraint fitting) EA 10 '21 ^ , l•�. 13178 Furnish and Install 8" 11.25 Deg. Bend (M1 with MEGA LUG Joint Restraint fitting) EA EA 10 10 7c9 . 4/ 0 241-q ;� J� . yq6. o fy�Q 2 { ` `l B179 Furnish and Install 8" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) B180 Furnish and Install 8" 45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 ,).(65-. U 2Q56 -.1N) B181 Furnish and Install 8" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 10 113. Z a 2-839-, Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (1010) Procurement Project E16294 Page 8 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B182 Furnish and install 8" Reducers - All Sizes (M1 with MEGA LUG Joint Restraint fitting) EA 10 7,00. )� B183 Furnish and Install 8" Crosses - All Sizes (M1 with MEGA LUG Joint Restraint fitting) EA 10 uitaL - k /� 14c 01 of . LN 13184 Furnish and Install 8" Tees (MJ with MEGA LUG Joint Restraint fitting) EA 10 413,0 ' DO Furnish and Install 12" 11.25 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 '-fic - n,j,2-153.51)B185 L B186 Furnish and Install 12" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5_ it�Z, s D '� B187 Furnish and Install 12" 45 Deg Bend (MJ with MEGA LUG Joint Restraint fittin g) EA 5 z}0 ��{} i2-4-2-- . V v 6188 Furnish and Install 12" 90 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 `��3,8 �� �� B189 Furnish and Install 12" Reducers - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA s C; •2.'$'.' �I B190 Furnish and Install 12" Crosses - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 5 92.,.3u . 13191 Furnish and Install 12" Tees (MJ with MEGA LUG Joint Restraint fitting) EA 5 5(.b.' O 2, B192 Furnish and Install 16" 11.25 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 � , .c 51)13(3 ' B193 Furnish and Install 16" 22.5 Deg. Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 S -l Lt. 14oq I . co 8194 Furnish and Install 16" 45 Deg Bend (MJ with MEGA LUG Joint Restraint fitting) EA 5 g,0$- . f1 �7 F 1.4029110 AT1L ��} �]1 1 13195 Furnish and Install 16" 90 Deg Bend (MJ with MEGA LUG/y Joint Restraint fitting) EA 5 i 38.1 Q t+4 �. 13196i Furnish and Install 16" Reducers - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 5 F2. �b �n i�4� B197 Furnish and Install 16" Crosses - All Sizes (MJ with MEGA LUG Joint Restraint fitting) EA 5 2 011„-�0 y 4 B198 Furnish and Install 16" Tees (MJ with MEGA LUG Joint Restraint fitting) EA 5 l 1 \12A,c,-; ✓1'6. (D .J� SHORT WATER SERVICE (Up to 14 -ft) 6199 Remove and Replace 5/8" to 3/4" Copper or HDPE Service (Up to 42" of Cover) EA 10 30In 9 34614.4D B200 Remove and Replace 5/8" to 3/4" Copper or HDPE Service (43"-72" of Cover) EA 10 51A, , b LA 94444. 41) B201 Remove and Replace 1" to 2" Copper or HDPE Service (Up to 42" of Cover) EA 10 4 '��' �(d V • Uw 116) 'W vv B202 Remove and Replace 1" to 2" Copper or HDPE Service (43''-72" of Cover) EA 10 1�3 ��.q }) i J_4.4 3. j_1° LONG WATER SERVICE (Greater Than 14 -ft) B203 Remove and Replace 5/8" to 3/4" Copper or HDPE Service (Up to 42°' of Cover) EA 10 5-1)10.--0 5402, . CO B204 Remove and Replace 5/8" to 3/4" Copper or HDPE Service (43"-72" of Cover) EA 10 L'l c , S`3 W {' 3 . O 1 Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 9 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B205 Remove and Replace 1" to 2" Copper or HDPE Service (Up to 42" of Cover) EA 10 1 I s(tis. , L 15' to te, B206 Remove and Replace 1" to 2" Copper or HDPE Service( (43"-72'" of Cover) EA 10 1 �'714.av ���' RECONNECT EXISTING WATER SERVICE TO WATER MAIN 6207 Reconnect 5/8" to 3/4" Copper or HDPE Service (Up to 42" of Cover) EA 10 10-1q1- + 2D 6208 Reconnect 5/8" to 3/4" Copper or HDPE Service (43"-72" of Cover) EA 10 B209 Reconnect 1" to 2" Copper or HDPE Service (Up to 42" of Cover) EA 10 `13'1, S u t''1� 3rj 5.VV1�7� j J 8210 Reconnect 1" to 2" Copper or HDPE Service (43"-72" of Cover) EA 10 -111.&-co + DO CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY CONVENTIONAL METHOD WITH SLEEVE AND TEE ' B211 Connection to Existing 4" Water Main EA 10 1131\ Tr/!31 )'l. to B212 Connection to Existing 6" Water Main EA 10 1 s--51.15 l5y2g3.3D B213 Connection to Existing 8" Water Main EA 10 1,r�3C.,c 1 Ill; -01110 6214 Connection to Existing 12" Water Main EA 10 `)b j 13 (p. �D B215 Connection to Existing 16" Water Main EA 5 x'5$4. . I03�(-I>r 1611113. t,G CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY HOT TAPPING WITH SLEEVE AND VALVE (Materials Only) B216 Furnish 4" Tapping Sleeve c/w 2" RW Gate Valve EA 10 4S 4.3z 4543, rx) B217 Furnish 6" Tapping Sleeve c/w 4" RW Gate Valve EA 10 1-9S'-'1?'—' 1 am} I L. '! 0 W 12.161S i B218 Furnish 8" Tapping Sleeve c/w 6" RW Gate Valve EA 10 I1S3c1.c1a lA3C11,00 B219 Furnish 10" Tapping Sleeve c/w 8" RW Gate Valve EA 2 Z 2i Z 5..O 0425 a v" 8220 Furnish 12" Tapping Sleeve c/w 10" RW Gate Valve 2 -12 4 .Z. oz �j 8; op 8221 Furnish 16" Tapping Sleeve c/w 12" RW Gate Valve EA 2 q $9s--. S rlq i " o 6222 Furnish 4" Tapping Sleeve c/w 4" RW Gate Valve EA 10 7,91 . L lb Mt B223 Furnish 6" Tapping Sleeve c/w 6" RW Gate Valve EA 10 \ ` .BD.go ,� (,� `1 B224 Furnish 8" Tapping Sleeve c/w 8" RW Gate Valve EA 10 2 ,053.2.... n 5321)0 W 8225 Furnish 10" Tapping Sleeve c/w 10" RW Gate Valve{ EA 2 "; Sl 1. ID f) �L . toD 1 6226 Furnish 12" Tapping Sleeve c/w 12" RW Gate Valve EA 2 39 4' S DD B227 Furnish 16" Tapping Sleeve c/w 16" RW Gate Valve EA 2 l yC I}pil as, �} J✓( 1� !n�jj �•+� CONNECT NEW WATER MAIN TO EXISTING WATER MAIN BY HOT TAPPING WITH SLEEVE AND VALVE 6228 Furnish and Install 4" Tapping Sleeve c/w 2" RW Gate Valve EA 5 a6S.�;� [f�325,11) 1 W 6229 Furnish and Install 6" Tapping Sleeve c/w 4" RW Gate Valve EA 5 1 14 , 3%'I. o., 2-035,01) 35, I, Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 10 of 17 Revel -13-2016 7 t • Y• 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 6230 Furnish and Install 8" Tapping Sleeve c/w 6" RW Gate Valve EA 5 !I_ I "T F67. S 0 I ], j 33 Furnish and install 10" Tapping Sleeve c/w 8" RW Gate Valve EA 2 d I L . S-0 , SILLS-0 �3� 1,2A8231 . Do 6232 Furnish and Install 12" Tapping Sleeve c/w 10" RW Gate Valve EA 2 �i l 14S.,1 a UPi631,8 B233 Furnish and Instal! 16" Tapping Sleeve c/w 12" RW Gate Valve EA 2 b. L I ��� . B234 Furnish and Install 4" Tapping Sleeve c/w 4" RW Gate Valve EA 5 I 4 j 41./3 �! SDI/38.50 �� B235 Furnish and Install 6" Tapping Sleeve c/w 6" RW Gate Valve EA 5 I 23 2! 1 { (� 5 !.5 B236 Furnish and Install 8" Tapping Sleeve c/w 8" RW Gate Valve EA 5 03.5.0 Q �f + �J ��'J �V4 40.5D 6237 Furnish and Install 10" Tapping Sleeve c/w 10" RW Gate Valve EA 2 I /6J2. 12.. OD B238 Furnish and Install 12" Tapping Sleeve c/w 12" RW Gate Valve EA 2 '3I S15.i+o Nil. �9 s rI. /JD ( A Ji4 B239 Furnish and Install 16" Tapping Sleeve c/w 16" RW Gate Valve EA 2 l�► i'C3. o I (j 3' ibi. tt FIRE HYDRANT B240 Furnish and Install FH Assembly with Long Lead (Tee, Pipe and Valve) Greater Than 14' (Up to 42" of Cover) EA 5 � T o.06 r7� /�[� L f'ico.3D B241 Furnish and Install FH Assembly with Long Lead (Tee, Pipe and Valve) Greater Than 14' (43"-72" of Cover) EA 5 K fc�j ZaP2--34-1+2,11." 8242 Furnish and Install FH Assembly with Short Lead (Tee, Pipe and Valve) Up to 14' in Length (Up to 42" of Cover) EA 5 I ,+ �1f ���.D6 45+ 33 6243 Furnish and Install FH Assembly with Short Lead (Tee, Pipe and Valve U to 14' in 43"-72"' of Cover p ) P Length( ) EA 5 L �2.L,2:. 2-41,-)31.t0 6244 Furnish and Connect 8" Fire Line Service EA 5 31•h;.f-00 161 52.D. to B245 Furnish and Install 8" Detector Check Valve and Concrete Vault EA 5 t4 451.9.g0 Lam' •� B246 Remove Existing Detector Check Valve Vault EA 5 .; C� 54o0 . D0 B247 Remove Fire Hydrant EA 5 I%, \ z 6Q IVB./ , CO 1\ WATER METERS AND BOXES 8248 Furnish and Install Water Meter and Water Meter Box EA 10 ( io."''.o O3.ti) ADJUST VALVE BOX 6249 Adjust Valve Box, 12" and Under EA 10 S Ot.Sb 5411t5.CX), 6250 Adjust Valve Box, Greater Than 12" EA 5 S Ct-i , o' TRENCH SAFETY B251 Trench Safety for Remove and Install Waterline (Up to 42" of Cover) LF 100 l. OS fl 11 O . ciD B252 Trench Safety for Remove and Install Waterline (43"-72" of Cover) LF 100 \\.$0 Q 1 1 V B253 Trench Safety for Auger Boring /Pipe Bursting Pits (Up to 42" of Cover) EA 10 11170. —I1, 1 CC) 'CI) B254!j Trench Safety for Auger Boring/Pipe Bursting Pits (43"- 72" of Cover) EA 10 .— 215S-0 .4 G, fr , ✓O. " riia corm City -Wide Water Distribution System Repair and Replacement 2017- (IDIQ) Procurement Project E16294 Page 11 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT REPAIR ITEMS B255 Furnish and Install Cement Stabilized Sand TONS 100 cl .13 53 f'f} v v B256 Clearing and Grubbing AC 1 a,c-= ��o 6257 Furnish and Install Asphalt Pavement Repair SY 100 f 10 .3;, ��� ,camD .O B258 Sawcut Asphalt Per 2" lift greater than 2" thickness LF 1000 k .11 ilia VD 8259 Furnish and Install Asphalt Overlay Per 2" lift greater than 2" thickness SY 100 29 . S 0 �} / ,016. D . CO 8260 Remove Asphalt Per 2" lift greater than 2" thickness SY 500 g �f 1� 4 f+. V CO 6261 Furnish and Install Concrete Pavement Repair SF 100 `?2.,99 �j DO 2.g3� B262 Sawcut Concrete Per 2" lift greater than 8" thickness LF 1000 2 ,q5 2.-q SO 6263 Furnish and Install Concrete Overlay per 2" lift greater than 8" thickness SF 100 '] � 1d 610 • t 6264 Remove Concrete Per 2" lift greater than 8" thickness Furnish and install Concrete Driveway Repair SF SF 100 100 I0 •13 9. 7 4 1 ` `D a114- Dild B265 8266 Furnish and Instal Concrete Curb Ramp Repair SF 100 '2,(0. S` 21055 , (O 8267 Furnish and instal Concrete Curb and Gutter Repair LF 100 1, k. z4 2*. Db B268 Furnish and Instal Concrete Valley Gutter Repair LF 100 1( I , 2A. Di) B269 Furnish and Instal Concrete Sidewalk Repair SF 100 c i►qi 4-4-• co B270 Furnish and Instal Seeding SY 100 I. 3o 130 , Io B271 Furnish and Instal Sodding SY 100 1. OW rlDS . CD B272 Furnish and Install Wooden Fence LF 100 LII.;,; 14-1 30 • CO B273 Furnish and Install Chain Link Fencing LF 100 --, is 5310• DO B274 Remove and Reinstall Residential Mailbox EA 50 S 90. CO 9.-ci 500.0D 6275 Haul off Concrete (greater than 8 inches in thickness) / Asphalt (greater than 2 inches thickness) HR 50 / S ` , 30 Q1 11416 00 WATER MAIN ABANDONMENT B276 Abandon 2" to 4" Water Main in Place and Fill with LF 100 23,3 2- 2$32 'In 8277 Abandon 6" to 8" Water Main in Place and Fill with Grout IF 100 183/ 2-832..mQQ 32..m 8278 Abandon 12" Water Main in Place and Fill with Grout LF 50 5-5'. 4,6 2'173• co 8279 Abandon 16" Water Main in Place and Fill with Grout LF 50 CS. Li6 2113. OD CASING PIPE BY CONVENTIONAL TRENCHING (INCL. CARRIER PIPE) 6280 Furnish and Install 10" Steel Casing Pipe w/4" Water Main by Conventional Trenching, (Up to 42" of Cover)2 LF 50 1/3 ✓36'56 8281 Furnish and Install 10" Steel Casing Pipe w/ 4" Water Main by Conventional Trenching (43"-72" of Cover) LF 50 `T2-/ 1034 • 0 6282 Furnish and Install 12" Steel Casing Pipe w/6" Water Main by Conventional Trenching, (Up to 42" of Cover) LF 50 95.11 4ri`�4n`� •50 Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 12 of 17 Rev 01-13-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B283 Furnish and Install 12" Steel Casing Pipe w/ 6" Water Main by Conventional Trenching (43"-72" of Cover) LF 50 C(�, . 1� �' U��'✓D 8284 Furnish and Install 16" Steel Casing Pipe w/ 8" Water Main by Conventional Trenching (Up to 42" of Cover) LF 50 .13-9g � f �i " 8285 Furnish and Install 16" Steel Casing Pipe w/ 8" Water Main by Conventional Trenching (43"-72" of Cover) LF 50 / .5` /0 r �p� 101$5. CD B286 Furnish and Install 20" Steel Casing Pipe w/ 12" Water Main by Conventional Trenching (Up to 42" of Cover) LF 50 IqZ-314 Cligirl' Cfp B287 Furnish and Install 20" Steel Casing Pipe w/ 12" Water Main by Conventional Trenching (43" -72" of Cover) LF 50 L I 0 .o i �`y r" j 51 2..CD B288 Furnish and Install 30" Steel Casing Pipe w/ 16" Water Main by Conventional Trenching, (Up to 42" of Cover) LF 50 Z,1 o.34 1 t 5I 1. Lb 8289 Furnish and Install 30" Steel Casing Pipe w/ 16" Water Main by Conventional Trenching (43" - 72" of Cover) LF 50 32,,', oy 110 102. CID CASING PIPE BY AUGER BORING (INCL. CARRIER PIPE)(0 to 100 -ft) CASING PIPE BY BORING AND JACKING (INCL CARRIER PIPE) 13290 Furnish and Install 10" Steel Casing Pipe w/ 4" Water Main by Auger Boring (Up to 42" of Cover) LF 50 )'} . Z 61 13 �()►-. 8291 Furnish and Install 10" Steel Casing Pipe w/ 4" Water Main by Auger Boring (43" -72" of Cover)''���r LF 50 .2.n. (�l J4 B292 Furnish and Install 12" Steel Casing Pipe w/ 6" Water Main by Auger Boring (Up to 42" of Cover) LF 50 32.)y , it IQy L►VS.50 8293 Furnish and Install 12" Steel Casing Pipe w/ 6" Water Main b Auger -72" of Cover Y gBoring (43") LF 50 3C-4. 9 ^g© )'1 - 1 J�i 5o B294 Furnish and Install 16" Steel Casing Pipe w/ 8" Water Main by Auger Boring (Up to 42" of Cover)LF 50) C1 tis 51 11-51) 8295 Furnish and Install 16" Steel Casing Pipe w/ 8" Water Main by Auger Boring (43" -72" of Cover) LF 50 414. "1 � 29 '14U.5D 8296 Furnish and install 20" Steel Casing Pipe w/ 12" Water Main by Auger Boring (Up to 42" of Cover) l F 50 01.0 ��� B297 Furnish and Install 20" Steel Casing Pipe w/ 12" Water Main by Auger Boring (43" - 72" of Cover) LF 5fJ a iii.s-'j Q 1Q�p (% f�. Jt) B298 Furnish and Install 30" Steel Casing Pipe w/ 16" Water Main by Auger Boring (Up to 42" of Cover) LF 50 p (p 0 U . '(41 350 �� Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 13 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B299 Furnish and Install 30" Steel Casing Pipe w/ 16" Water Main by Auger Baring (Up to 42" of Cover) LF 50 { 5: 81 A q a CASING PIPE BY AUGER BORING (INCL. CARRIER PIPE) (Greater Than 100 -ft) 6300 Furnish and Install 10" Steel Casing Pipe w/ 4" Water Main by Auger Boring (Up to 42" of Cover) LF 100 2C-1 L 21,1I.�. Do B301 Furnish and Install 10" Steel Casing Pipe w/ 4" Water Main by Auger Boring (43" - 72" of Cover) LF 100 `7(y-7 . a7 t ��'. B302 Furnish and Install 12" Steel Casing Pipe w/ 6" Water Main by Auger Boring (Up to 42" of Cover) LF 100 112.31 � 3' 1 1. rib B303 Furnish and Install 12" Steel Casing Pipe w/ 6" Water Main by Auger Boring (43" - 72" of Cover) LF 100 34 . 1 r�R 34.'h1. Dt B304 Furnish and Install 16" Steel Casing Pipe w/ 8" Water Main by Auger Boring (Up to 42" of Cover) LF 100 '; Cc \.13-1 31 I - r CC B305 Furnish and Install 16" Steel Casing Pipe w/ 8" Water Main by Auger Boring (43" - 72" of Cover) LF 100 '1, T. q f I� I 4C11 .p0 6306 Furnish and Install 20" Steel Casing Pipe w/ 12" Water Main by Auger Boring (Up to 42" of Cover) LF 50 (1 7i 2.�''! L.fS 0 B307 Furnish and Install 20" Steel Casing Pipe w/ 12" Water Main by Auger Boring (43" - 72" of Cover) LF 50 f 49 7 s i `��� , t, 1 ' g12 .Sb B308 Furnish and Install 30" Steel Casing Pipe w/ 16" Water Main by Auger Boring (UP to 42" of Cover) LF 50 ( 9g-. ti - t j q Og , B309 Furnish and Install 30" Steel Casing Pipe w/ 16" Water Main by Auger Boring (43" - 72" of Cover) LF 50 ll r7 36 ����, TREE AND FENCE REMOVAL B310 Tree Removal Up To 8" in Dia. EA 5 gg2.3-0 2�y���Z_•� B311 Tree Removal Greater than 8" in Dia. EA 5 �L .33 4i4 $ -t 5 40. 13312 Brush Removal AC 1 r(1,0. o' B313 Remove and Relocate Existing Wooden Fence LF 50 9,-3.‘o(1, 1,1(0,11 + B314 Remove and Relocate Existing Chainlink Fence LF 50 pct s -p 1lj �Gvti 1�Vor/1 L TRAFFIC CONTROL B315 Furnish and Install Signing and Traffic Control (Scenario 1) DAY 5 1 qi . S D I� i3'1 `5 o B316 Furnish and Install Signing and Traffic Control (Scenario 2) DAY 5 '2Y�. t'- 4 OD r1 1 4i5. Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 14 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTIFY UNIT PRICE EXTENDED AMOUNT 13317 Furnish and Install Signing and Traffic Control (Scenario 3) DAY 5 t- 3. D-" �}� ' V 6 , OD 8318 Furnish and Install Signing and Traffic Control (Scenario 4) DAY 5 , Li i 3 . or 12.046 CO B319 Furnish and Install Signing and Traffic Control (Scenario 5) DAY 5 _ , 3C4.yj 11 �'j {0, op 8320 Furnish and Install Signing and Traffic Control (Scenario 6) DAY 5 i gq. wi [t'�1'j 1 f i O' OD 6321 Furnish and Install Signing and Traffic Control (Scenario 7) DAY 5 + 00 6322 Furnish and Install Signing and Traffic Control (Scenario 8) DAY 5 `j �� C� f.3� c�5. OD 13323 Furnish and Install Signing and Traffic Control (Scenario 9) DAY 5 .� ` O . z�j ('� 1-p� ✓6 V { W 13324 Furnish and Install Signing and Traffic Control (Scenario 10) DAY 5 59D," /j L--A50.CD 8325 Furnish and Install Signing and Traffic Control (Scenario 11) DAY 5 ;i t . /J j� 4, 2 v • 6326 Furnish and install Signing and Traffic Control (Scenario 12) DAY 5 (a `'c, �/l� 3O `}`'J .5° 832713) Furnish and Install Signing and Traffic Control (Scenario DAY 5 53X.t'2 -1166' M 8328 Furnish and install Signing and Traffic Control (Scenario 14) DAY 5 \ 1-11D.c p g5D . pa B329 Furnish Flagger DAY 5 till, as 2.360. 6) B330 Furnish and Install Flashing Arrow Board DAY 5 G41 B331 Furnish and Install Channelization Drums (10 Drums)�,n DAY 5 �� )� `^'� , 50 B332 Furnish and Install Type III Barricade DAY 5 29 . S 0 `t4 i .'6o 8333 Furnish and Install Skid Mount Sign on Double Wooden Posts DAY 5 29 •:--D l T 1 ` 6 POLLUTION CONTROL MEASURES B334 Furnish and Install Silt Fence LF 100 ';,161 361. (X) B335 Furnish and Install Fiber Rolls LF 100 i.j.2b 14-2.4 . ED B336 Furnish and Install Rock Filled Bags LF 100 3-, S'3 7563, ID 6337 Furnish and Install Rock Filter Dam LS 1 9-I41.,:ca 2.001.9.CD B338 Furnish and Install Construction Entrance/Exit LS 1 -1 5-9 i..cz G , CD WELL POINTING Furnish and Install Well Pointing for Water Main 6339 installation (Up to 42" of Cover) LF 100 a • rag (C� `'tS6(� i>- tO Furnish and Install Well Pointing for Water Main B340installation (43"-72" of Cover) LF 100 o It �✓ INSTALLATION OF GAS MAIN Furnish and Install 2" DR9 MDPE Gas Main by Horizontal B341 Directional Drilling LF 3400 [41. too CD flt1L�' Furnish and Install 4" DR9 MDPE Gas Main by Horizontal LF 2000 --"us--"usn. I65hlB342DirectionalDrilling Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 15 of 17 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B343 Furnish and Install Gas Service EA 110 I & i del 114 q/3:10 B344 Furnish and install Test Riser Assembly EA 4 ti4 l S-34.00 fQ It 1p, CO 1 Z4 16.1 .CD PRECONSTRUCTION EXPLORATORY EXCAVATION Furnish and Install 8" R/W Gate Valve t i B345 Preconstruction Exploratory Excavation (Up to 5' depth) LF 100 lo, iD 10g0 , C 6346 Extra Depth for Preconstruction Exploratary Excavation (over 5' in depth) VF 100 T�1f �,�g ��— � .10p.h+ 2-11 -.3D JOINT RESTRAINT 6347 Furnish and Install Bell Harness Assembly for 4" Water Main EA 5 rat, S( L1 S1 B211 �� 'JV B348 Furnish and Install Bell Harness Assembly for 6" Water Main EA 5 5-ki S iai �� B349 Furnish and Install -Well Harness Assembly for 8" Water Main EA 5 It l 2:16.-R• 0.113 .S1) B350 Furnish and Install Bell Harness Assembly tor 10" Water Main EA EA 5 5 l l3`l5',7ki 'Z c qq , 011 I til . 10 r� j� 2-,I . I 0 B351 Furnish and Install Bell Harness Assembly for 12" Water Main B352 Furnish and Install Bell Harness Assembly tor 16" Water Main EA 5 111,2,5-114 !A it5,1t SUBTOTAL PART B - WATER IMPROVEMENTS (Items B1 thru B352) 'Tt'"i71i21 64C1 Part C - EMERGENCY SCENARIO PRICING (Hypothertical Scenario No. 2) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) I Al Mobilization LS 1 ci`M. ''-+- S-Iti60. ‘i 619 Remove and Dispose of 8" Diam. ACP Waterline (Up to 42" of Cover) LF 675 '30.14,g Ilill©q.a% B53 Furnish and Install 8" Diam. C900 DR18 PVC Waterline (Up to 42" of Cover) LF 675 3 ,51. 1 Z4 16.1 .CD B161 Furnish and Install 8" R/W Gate Valve EA 2 l 214-W 214VE. Sis B180 Furnish and Install 8" 45 Deg Bend (MJ) EA 4 1 12((.Sti 1 2.01 $, ad 61.82 Furnish and Install 8" Reducers - All Sizes (MJ) EA 2 2-11 -.3D s554-, IR B199 Remove and Replace 5/8" to 3/4" Copper Service (Up to 42" of Cover) EA 8 (,\�i , So �����jj �1� z-l 5( (19. DO B211 Connect to Existing 4" Water Main EA 1 94"4-1S' gC' L1-. 35 8212 Connect Existing 6" Water Main EA 2 l tl �s -L7 J O. 54 B213 Connect Existing 8" Water Main EA 2 (, l,Z$3}o 32.5t. $D 8242 Furnish and Install FH Assembly with short lead (Tee, Pipe and Valve) Up to 14' in Length (Up to 42" of Cover) EA 2 4, s ('p. -7o C1124 .0) B251 Trench Safety for Remove and Install Waterline (Up to 42" of Cover) LF 1350 '2.3t, 3jSt , OD 8255 Cement Stabilized Sand TONS 330 5-3 AO 1.1 52.3. DD 6257 Asphalt Pavement Repair SY 225 lti �,1/4 1(T1 "'t D B265 Concrete Driveway Repair SF 480 Lo 3.3 05g. B267 Concrete Curb and Gutter Repair LF 100 '1,3.in%) 23 t D B269 Concrete Sidewalk Repair SF 100 `3.4U. CtLer. CD B315 Signing and Traffic Control (Scenario 1) DAY 24 22cSo3 '70$01 TO B335 Furnish and Install Fiber Rolls LF 20 2.45: 51 • Ca 6345 Preconstruction Exploratory Excavation (Up to 5' Depth) LF 40 I b 3. zS 1443D , q'© SUBTOTAL PART C - EMERGENCY SCENARIO PRICING (Hypothertical Scenario No. 2) (Part C) 1.34) 14 .15 Emergency Coefficient - (Bidder shall apply a Multiplier of up to 2, to the Subtotal Hypothetical Scenario No. 2) t.5 Subtotal Emergency Scenario Pricing (Subtotal of Hypothetical Scenario No. 2 Multiplied by the Emergency Coefficient id. ' '2 ,T3 Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - (IDIQ) Procurement Project E16294 Page 16 of 17 Rev 01-13.2016 1,66 tiryr"': • • 1 s • 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al) 3 'V 00 Co SUBTOTAL PART B - WATER IMPROVEMENTS {Items B1 thru B352) 4� 1+3c1 1 21 S , 05 SUBTOTAL PART C - EMERGENCY SCENARIO PRICING (Hypothertical Scenario No. 2) Multiplied by the Emergency Coefficient 20 1 2.1.3.-7 Total Base Bid (A+B+C) For Evaluation Purposes 11 4-, g, r7 V . 51) i , 1 W. Contract Times Bidder agrees to reach Substantial Completion in 335 days Bidder agrees to reach Final Completion in 365 days Bid Form City -Wide Water Distribution System Repair and Replacement 2017 - {IDIO) Procurement Project E16294 Page 17 of 17 Rey 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 Tess 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. O Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of 0/Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: C .1134. Ciat (typed or printed) (signatu ach evidence o authority to sign) .,4- . cap. (typed or printed) t'resS�v+�- C,� .� CIA.4t 1'X `18 oq (ot'�S(6-laofl�t Email: END OF SECTION CCL.., .-e r1 ',pJ;#.. � �M Compliance to State Law on Nonresident Bidders 00 30 02 -1 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement 11-25-2013 Project E16294 00 30 06 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CII Y PURCHASING DIVISION �wrir City us CChnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: c c =-41 chs 1 '^t. �tyvit! S (OVIR 1-w Qc.4 FIRM IS: 1. Corporation 4. Association E CITY: (1,.,,,,i CL'ihl•rX 2. Partnership 5. Other Er ZIP: `E4Dc- 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 1. 4 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 NIa 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant City of Corpus Christi Disclosure of Interest 00 30 05 - 1 Rev 01-13-2016 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as. changes occur. s Certifying Person: I ' l 4,,4} e, �� �, Title: (Type or Signature of Certifying Person: DEFINITIONS Date: a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. 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 Disclosure of Interest 003005-2 Rev 01-13-2016 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: City -Wide Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement, Project No. E16294 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: By: Name: Title: Business address: Phone: CPC , z tA.L. 16, C1�.�. Ntk,� �t � (typed or printed) -400111111 (signature att . evidence of author: u. C4 (typed or printed) 4- cccic,-I' (p224 t- Cogvt C ��F.( - 7Jfli -,LI-$lb-(pool Email: END OF SECTION crA & Ae a ,s, PJ,A L . (-0— Non -Collusion Certification 00 30 06 -1 City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement 11-25-2013 Project E16294 Sure BID BOND KNOW ALL MEN BY THESE PRESENTS, that we CPC Interests, LLC dba Clark Pipeline Services, LLC as principal, hereinafter called the "Principal," and SURETEC INSURANCE COMPANY, 9737 Great Hills Trail, Suite 320, Austin, Tx 78759, as surety, hereinafter called the "Surety," are held and firmly bound unto City of Corpus Christi as obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Amount Bid by Principal for the payment of which sum well and 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 Water Distribution System Repair and Replacement 2017 -ODIC)) Procurement, Project No. E16294. NOW, THEREFORE, if the contract be timely awarded to the Principal and the Principal shall within such time as specified in the bid, enter into a contract in writing or, in the event of the failure of the Principal to enter into such Contract, 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. PROVIDED, HOWEVER, neither Principal nor Surety shall be bound hereunder unless Obligee prior to execution of the final contract shall furnish evidence of financing in a manner and form acceptable to Principal and Surety that financing has been firmly committed to cover the entire cost of the project. SIGNED, sealed and dated this 15th day of February, 2017, CPC Interests, LLC dba Clark Pipeline Services, LLC (Principal) BY: TITLE: Sureiec Insurance Co BY: Dennis M Descant, Jr., Attorney -in -Fact Clark Pipeline Services -City of Corpus Christi -City -Wide Water Distribution System Repair & Replacernent.doc Rev 1.1.06 Ij: • • POA #: 4221073 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jeffrey L. Brady, Dennis M. Descant, Jr., Cheryl A. Sanders, Alicia Cantavella its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for. Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment shall continue in force until 6/18/2017 and is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th o/April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. State of Texas County of Harris ss: SURETEC INSURANCE COMPANY By: John ox Jr. resident On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly swom, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company, that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACQUELYN MALDONADO Notary PubVc State of Texas My Comm. Exp. 5/18/20 1 7 Jacquelyn Maldonado, Notary Public My commission expires May 18, 2017 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. 15th February 2017 , A.D. Given under my hand and the seal of said Company at Houston, Texas this day of /1 j, Breit Beaty; Assistant Secretary Any Instrument Issued In excess of the penalty stated above Is totally void and without any validity. For verlflcaUon of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. I • i SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Terrorism Risks Exclusion The Bond to which this Rider is attached does not provide coverage for, and the surety shall not be liable for, losses caused by acts of terrorism, riot, civil insurrection, or acts of war. Exclusion of Liability for Mold, Mycotoxins, Fungi & Environmental Hazards The Bond to which this Rider is attached does not provide coverage for, and the surety thereon shall not be liable for, molds, living or dead fungi, bacteria, allergens, histamines, spores, hyphae, or mycotoxins, or their related products or parts, nor for any environmental hazards, bio -hazards, hazardous materials, environmental spills, contamination, or cleanup, nor the remediation thereof, nor the consequences to persons, property, or the performance of the bonded obligations, of the occurrence, existence, or appearance thereof. Rev 1.1.06 00 52 23 AGREEMENT This Agreement, for the Project awarded on March 28, 2017, is between the City of Corpus Christi (Owner) and CPC Interests, LLC Dba Clark Pipeline Services (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 Water Distribution System Repair and Replacement 2017-(IDIQ) Procurement Project No. E16294 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering 2725 Swantner Corpus Christi, TX 78404 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Road, #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The initial contract will be for one (1) year (12 -calendar months) base contract, with two (2) optional one (1) year (12 -calendar month) extensions subject to availability of funding and satisfactory contractor performance. The optional contract extensions will not exceed an amount of $5,100,000 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, as shown in the Appendix Example Delivery Order, 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 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages Agreement City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 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. Substantial Completion: Contractor shall pay Owner $750.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $750.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, 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 $ 5,100,000.00 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. Agreement City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 005223-2 Rev 06-22-2016 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 005223-3 Rev 06-22-2016 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 1. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 005223-4 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF ENGINEERING SERVICES; Agreement City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 005223-5 Rev 06-22-2016 ATTEST 7_) D. CITY SECRETARY for the City. Digitally signed by Rebecca Huerta DN: cn-Rebecca Huerta, o, ou, email=rebeccah@cctexas.com, c -US Date: 2017.04.28 17:21:16 -05'00' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.04.27 17:26:29 -05'00' 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 Digitally signed by Jeff Edmonds DN: cn=Jeff Edmondso. ou=Engineering.. email=jeffreye@cotexas.com c=US Date: 2017.04.28 14:17:59 -05'00' J.H. Edmonds, P.E. Director of Engineering Services M2017-047 BY COUNCIL 3/28/17 RH/ML AUTHORIZED Digitally signed by RH/ML Date: 2017.04.28 16:44:29 -0500' CONTRACTOR CPC Interests, LLC Dba Clark Pipeline Services By: Title: Christopher C. Clark DigitDate: ly 2017.04.21 signed 201.04.251YChristopher C. 17 43 47-05' 0' Clark President 6229 Leopard Street Address Corpus Christi, Texas 78409 City State 361/816-6007 Zip Phone Fax cclark@clarkpipeline.com EMail END OF SECTION Agreement City -Wide Water Distribution System Repair and Replacement 2017 — (IDIQ) Procurement Project E16294 005223-6 Rev 06-22-2016 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED HIRED NON-OWNEDAUTOS ONLY AUTOS AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 4/18/2017 Brady, Chapman, Holland & Associates10055 West Gulf BankHouston TX 77040 CPC Interests, LLC dba Clark PipelineServices6229 Leopard StreetCorpus Christi TX 78409 Charter Oaks Fire Ins.Co.(Travelers Travelers Indemnity Company of CT St. Paul Surplus (AmWINS Brkg) Phoenix Ins Co (Travelers) Travelers Lloyds Insurance Company 25615 25682 30481 25623 41262 713-688-1500 713-688-7967 eCSR24@bch-insurance.com CLARKPIPELINE 864248448 A CO1J092295COF 2/1/2017 2/1/2018 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 X X X 1,000 X D X BA1J09431917CNS 2/1/2017 2/1/2018 1,000,000 B X X X 10,000 CUP1J361278TCT 2/1/2017 2/1/2018 5,000,000 5,000,000 B N UB1J093913TCT 2/1/2017 2/1/2018 X 1,000,000 1,000,000 1,000,000 CE CONTRACTORS POLLUTIONINSTALLATION FLOATER 41M7289AQT6608076X18ATLC17 2/1/20174/17/2017 2/1/20184/17/2018 Pollution LimitProject Limit $1,000,000$5,100,000 The policy includes Blanket additional insured on the general liability per form CGD604 0813 and automobile per form CAT353 with a waiverof subrogation on the general liability per form CGD316 1111 automobile per form CAT353 and workers compensation per form WC 420304when required by written contract. This insurance is primary and non-contributory as respects general liability per form CGD604 0813.The Installation Floater includes additional named insured and waiver of subrogation per form CMT2210413 Project: E16294 City-Wide Distribution System Repair and Replacement 2017 - IDIQ Procurement City of Corpus ChristiEngineering ServicesP.O. Box 9277Corpus Christi TX 78469-9277 THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that: a. You agree in a "written contract requiring in- surance" to include as an additional insured on this Coverage Part; and b. Has not been added as an additional insured for the same project by attachment of an en- dorsement under this Coverage Part which includes such person or organization in the endorsement's schedule; is an insured, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. Only as described in Paragraph (1), (2) or (3) below, whichever applies: (1) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: (a) The Additional Insured — Owners, Lessees or Contractors — (Form B) endorsement CG 20 10 11 85; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10 10 01, or the Additional In- sured — Owners, Lessees or Contrac- tors — Completed Operations en- dorsement CG 20 37 10 01; the person or organization is an additional insured only if the injury or damage arises out of "your work" to which the "written contract requiring insurance" applies; (2) If the "written contract requiring insur- ance" specifically requires you to provide additional insured coverage to that per- son or organization by the use of: CG D6 04 08 13 (3) (a) The Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13, the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37 07 04 or CG 20 37 04 13, or both of such endorsements with either of those edition dates; or (b) Either or both of the following: the Additional Insured — Owners, Les- sees or Contractors — Scheduled Person Or Organization endorsement CG 20 10, or the Additional Insured — Owners, Lessees or Contractors — Completed Operations endorsement CG 20 37, without an edition date of such endorsement specified; the person or organization is an additional insured only if the injury or damage is caused, in whole or in part, by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies; or If neither Paragraph (1) nor (2) above ap- plies: (a) The person or organization is an ad- ditional insured only if, and to the ex- tent that, the injury or damage is caused by acts or omissions of you or your. subcontractor in the perform- ance of "your work" to which the "writ- ten contract requiring insurance" ap- plies; and (b) The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organi- zation. © 2013 The Travelers Indemnity Company. All rights reserved. Page 1 of 3 COMMERCIAL GENERAL LIABILITY 2. The insurance provided to the additional insured by this endorsement is limited as follows: a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured will be limited to such minimum required limits of liability. For the purposes of determining whether this limitation applies, the minimum limits of liability required by the "written con- tract requiring insurance" will be considered to include the minimum limits of liability of any Umbrella or Excess liability coverage required for the additional insured by that "written con- tract requiring insurance". This endorsement will not increase the limits of insurance de- scribed in Section III — Limits Of Insurance. b. The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. c. The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed opera- tions hazard" unless the "written contract re- quiring insurance" specifically requires you to provide such coverage for that additional in- sured during the policy period. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is available to the additional insured. However, if the "written contract requiring insurance specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured under which that person or organization qualifies as a named insured, and we will not share with that other insurance. But the insurance provided to the additional insured by this endorsement still is excess over any valid Page 2 of 3 and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that per- son or organization is an additional insured, or is any other insured that does not qualify as a named insured, under such other insurance. 4. As a condition of coverage provided to the addi- tional insured by this endorsement: a. The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: (1) Immediately record the specifics of the claim or "suit" and the date received; and (2) Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to other insurance available to the additional insured which cov- ers that person or organization as a named insured as described in Paragraph 3. above. 5. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- © 2013 The Travelers Indemnity Company. All rights reserved. CG D6 04 08 13 ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs, and the "personal in- jury" is caused by an offense committed, during the policy period and: CG D6 04 08 13 COMMERCIAL GENERAL LIABILITY a. After the signing and execution of the contract or agreement by you; and b. While that part of the contract or agreement is in effect. © 2013 The Travelers Indemnity Company. All rights reserved. Page 3 of 3 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot B. Damage To Premises Rented To You C. Increased Supplementary Payments D. Incidental Medical Malpractice E. Who Is An Insured — Newly Acquired Or Formed Organizations F. Who Is An Insured — Broadened Named Insured — Unnamed Subsidiaries G. Blanket Additional Insured — Owners, Managers Or Lessors Of Premises PROVISIONS A. AIRCRAFT CHARTERED WITH PILOT The following is added to Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A BODILY IN- JURY AND PROPERTY DAMAGE LIABILITY: This exclusion does not apply to an aircraft that is: (a) Chartered with a pilot to any insured; (b) Not owned by any insured; and (c) Not being used to carry any person or prop- erty for a charge. B. DAMAGE TO PREMISES RENTED TO YOU 1. The first paragraph of the exceptions in Ex- clusion j., Damage To Property, in Para- graph 2. of SECTION I — COVERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is deleted. 2. The following replaces the last paragraph of Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A. BODILY CG D3 16 11 11 H. Blanket Additional Insured — Lessors Of Leased Equipment I. Blanket Additional Insured — States Or Political Subdivisions — Permits J. Knowledge And Notice Of Occurrence Or Offense K. Unintentional Omission L. Blanket Waiver Of Subrogation M. Amended Bodily Injury Definition N. Contractual Liability — Railroads INJURY AND PROPERTY DAMAGE LI- ABILITY: Exclusions c. and g. through n. do not apply to "premises damage". Exclusion f.(1)(a) does not apply to "premises damage" caused by: a. Fire; b. Explosion; c. Lightning; d. Smoke resulting from such fire, explosion, or lightning; or e. Water; unless Exclusion f. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by another endorsement to this Coverage Part that has Exclusion — All Pollu- tion Injury Or Damage or Total Pollution Ex- clusion in its title. A separate limit of insurance applies to "premises damage" as described in Para- graph 6. of SECTION III — LIMITS OF IN- SURANCE. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- TION III — LIMITS OF INSURANCE: Subject to 5. above, the Damage To Prem- ises Rented To You Limit is the most we will pay under Coverage A for damages because of "premises damage" to any one premises. The Damage To Premises Rented To You Limit will apply to all "property damage" proximately caused by the same "occur- rence", whether such damage results from: fire; explosion; lightning; smoke resulting from such fire, explosion, or lightning; or water; or any combination of any of these causes. The Damage To Premises Rented To You Limit will be: a. The amount shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part; or b. $300,000 if no amount is shown for the Damage To Premises Rented To You Limit on the Declarations of this Coverage Part. 4. The following replaces Paragraph a. of the definition of "insured contract" in the DEFINI- TIONS Section: a. A contract for a lease of premises. How- ever, that portion of the contract for a lease of premises that indemnifies any person or organization for "premises damage" is not an "insured contract"; 5. The following is added to the DEFINITIONS Section: "Premises damage" means "property dam- age" to: a. Any premises while rented to you or tem- porarily occupied by you with permission of the owner; or b. The contents of any premises while such premises is rented to you, if you rent such premises for a period of seven or fewer consecutive days. 6. The following replaces Paragraph 4.b.(1)(b) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: (b) That is insurance for "premises damage"; or 7. Paragraph 4.b.(1)(c) of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- DITIONS is deleted. Page 2 of 6 C. INCREASED SUPPLEMENTARY PAYMENTS 1. The following replaces Paragraph 1.b. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGE: b. Up to $2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to fur- nish these bonds. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- AGES A AND B of SECTION I — COVER- AGES: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. D. INCIDENTAL MEDICAL MALPRACTICE 1. The following is added to the definition of "oc- currence" in the DEFINITIONS Section: "Occurrence" also means an act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person. 2. The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- ing to provide: (1) "Incidental medical services" by any of your "employees" who is a nurse practi- tioner, registered nurse, licensed practical nurse, nurse assistant, emergency medi- cal technician or paramedic; or (ii) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or vol- unteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan ser- vices" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your busi- ness. © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 3. The following is added to Paragraph 5. of SECTION 11I — LIMITS OF INSURANCE: For the purposes of determining the applica- ble Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one per- son will be deemed to be one "occurrence". 4. The following exclusion is added to Para- graph 2., Exclusions, of SECTION 1 — COV- ERAGES — COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the willful violation of a penal statute or ordinance relating to the sale of pharmaceuti- cals committed by, or with the knowledge or consent of, the insured. 5. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x-ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. "Good Samaritan services" means any emer- gency medical services for which no compen- sation is demanded or received. 6. The following is added to Paragraph 4.b., Ex- cess Insurance, of SECTION IV — COM- MERCIAL GENERAL LIABILITY CONDI- TIONS: The insurance is excess over any valid and collectible other insurance available to the in- sured, whether primary, excess, contingent or on any other basis, that is available to any of your "employees" or "volunteer workers" for "bodily injury" that arises out of providing or failing to provide "incidental medical ser- vices", first aid or "Good Samaritan services" to any person to the extent not subject to Paragraph 2.a.(1) of Section 11 — Who Is An Insured. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED ORGANIZATIONS The following replaces Paragraph 4. of SECTION 1I — WHO IS AN INSURED: CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 4. Any organization you newly acquire or form, other than a partnership, joint venture or lim- ited liability company, of which you are the sole owner or in which you maintain the ma- jority ownership interest, will qualify as a Named Insured if there is no other insurance which provides similar coverage to that or- ganization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 days after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it, and we agree in writing that it will con- tinue to be a Named Insured until the end of the policy period; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal in- jury" or "advertising injury" arising out of an offense committed before you acquired or formed the organization. F. WHO IS AN INSURED — BROADENED NAMED INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: Any of your subsidiaries, other than a partnership, joint venture or limited liability company, that is not shown as a Named Insured in the Declara- tions is a Named Insured if you maintain an own- ership interest of more than 50% in such subsidi- ary on the first day of the policy period. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal injury" or "advertising injury" caused by an of- fense committed after the date, if any, during the policy period, that you no longer maintain an ownership interest of more than 50% in such sub- sidiary. © 2011 The Travelers Indemnity Company. All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED — OWNERS, MANAGERS OR LESSORS OF PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a premises owner, manager or lessor and that you have agreed in a -written contract or agreement to in- clude as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Arises out of the ownership, maintenance or use of that part of any premises leased to you. The insurance provided to such premises owner, manager or lessor is subject to the following pro- visions: a. The limits of insurance provided to such premises owner, manager or lessor will be the minimum limits which you agreed to pro- vide in the written contract or agreement, or the limits shown on the Declarations, which- ever are less. b. The insurance provided to such premises owner, manager or lessor does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or "personal injury" or "adver- tising injury" caused by an offense that is committed, after you cease to be a tenant in that premises; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such premises owner, lessor or manager. c. The insurance provided to such premises owner, manager or lessor is excess over any valid and collectible other insurance available to such premises owner, manager or lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this in- surance must be primary to, or non- contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other insur- ance. Page 4 of 6 H. BLANKET ADDITIONAL INSURED — LESSORS OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is an equipment lessor and that you have agreed in a written con- tract or agreement to include as an insured on this Coverage Part is an insured, but only with re- spect to liability for "bodily injury", "property dam- age", "personal injury" or "advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and b. Is caused, in whole or in part, by your acts or omissions in the maintenance, operation or use of equipment leased to you by such equipment lessor. The insurance provided to such equipment lessor is subject to the following provisions: a. The limits of insurance provided to such equipment lessor will be the minimum limits which you agreed to provide in the written contract or agreement, or the limits shown on the Declarations, whichever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or "property damage" that occurs, or "personal injury" or "advertising injury" caused by an of- fense that is committed, after the equipment lease expires. c. The insurance provided to such equipment lessor is excess over any valid and collectible other insurance available to such equipment lessor, whether primary, excess, contingent or on any other basis, unless you have agreed in the written contract or agreement that this insurance must be primary to, or non-contributory with, such other insurance, in which case this insurance will be primary to, and non-contributory with, such other in- surance. I. BLANKET ADDITIONAL INSURED — STATES OR POLITICAL SUBDIVISIONS — PERMITS The following is added to SECTION II — WHO IS AN INSURED: Any state or political subdivision that has issued a permit in connection with operations performed by you or on your behalf and that you are required © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 by any ordinance, law or building code to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- jury" or "advertising injury" arising out of such op- erations. The insurance provided to such state or political subdivision does not apply to: a. Any "bodily injury," "property damage," "per- sonal injury" or "advertising injury" arising out of operations performed for that state or po- litical subdivision; or b. Any "bodily injury" or "property damage" in- cluded in the "products -completed operations hazard". J. KNOWLEDGE AND NOTICE OF OCCUR- RENCE OR OFFENSE The following is added to Paragraph 2., Duties In The Event of Occurrence, Offense, Claim or Suit, of SECTION IV — COMMERCIAL GEN- ERAL LIABILITY CONDITIONS: e. The following provisions apply to Paragraph a. above, but only for the purposes of the in- surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. of Section II — Who Is An Insured: (1) Notice to us of such "occurrence" or of- fense must be given as soon as practica- ble only after the "occurrence" or offense is known by you (if you are an individual), any of your partners or members who is an individual (if you are a. partnership or joint venture), any of your managers who is an individual (if you are a limited liability company), any of your "executive offi- cers" or directors (if you are an organiza- tion other than a partnership, joint venture or limited liability company) or any "em- ployee" authorized by you to give notice of an "occurrence" or offense. (2) If you are a partnership, joint venture or limited liability company, and none of your partners, joint venture members or man- agers are individuals, notice to us of such "occurrence" or offense must be given as soon as practicable only after the "occur- rence" or offense is known by: (a) Any individual who is: (I) A partner or member of any part- nership or joint venture; CG D3 16 11 11 (3) COMMERCIAL GENERAL LIABILITY (ii) A manager of any limited liability company; or (iii) An executive officer or director of any other organization; that is your partner, joint venture member or manager; or (b) Any "employee" authorized by such partnership, joint venture, limited li- ability company or other organization to give notice of an "occurrence" or offense. Notice to us of such "occurrence" or of an offense will be deemed to be given as soon as practicable if it is given in good faith as soon as practicable to your work- ers' compensation insurer. This applies only if you subsequently give notice to us of the "occurrence" or offense as soon as practicable after any of the persons de- scribed in Paragraphs e. (1) or (2) above discovers that the "occurrence" or offense may result in sums to which the insurance provided under this Coverage Part may apply. However, if this Coverage Part includes an en- dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution costs arising out of a discharge, release or es- cape of "pollutants" which contains a requirement that the discharge, release or escape of "pollut- ants" must be reported to us within a specific number of days after its abrupt commencement, this Paragraph e. does not affect that require- ment. K. UNINTENTIONAL OMISSION The following is added to Paragraph 6., Repre- sentations, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The unintentional omission of, or unintentional error in, any information provided by you which we relied upon in issuing this policy will not preju- dice your rights under this insurance. However, this provision does not affect our right to collect additional premium or to exercise our rights of cancellation or nonrenewal in accordance with applicable insurance laws or regulations. L. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: © 2011 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- ment to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organiza- tion, but only for payments we make because of: a. "Bodily injury" or "property damage" that oc- curs; or b. "Personal injury" or "advertising injury" caused by an offense that is committed; subsequent to the execution of that contract or agreement. M. AMENDED BODILY INJURY DEFINITION The following replaces the definition of "bodily injury" in the DEFINITIONS Section: 3. "Bodily injury" means bodily injury, mental anguish, mental injury, shock, fright, disability, humiliation, sickness or disease sustained by a person, including death resulting from any of these at any time. N. CONTRACTUAL LIABILITY — RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINI- TIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is de- leted. Page 6 of 6 © 2011 The Travelers Indemnity Company. All rights reserved. CG D3 16 11 11 POLICY NUMBER: DT-CO-1J092295-COF-17 ISSUE DATE: 02-02-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: PERSON OR ORGANIZATION: FOR THE PERSON OR ORGANIZTION: (CONTINUED ON IL T8 03) ADDRESS: 6229 LEOPARD STREET CORPUS CHRISTI TX 78409 Number of Days Notice of Cancellation: 30 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule IL T4 05 03 11 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 POLICY NUMBER: DT -CO -1J092295-COF-17 GENERAL PURPOSE ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US (IL T4 05 03 11) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: ALL COVERAGE PARTS INCLUDED IN THIS POLICY: CONTINUATION OF FORM IL T4 05 PERSON OR ORGANIZATION ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. FOR THE ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which CA T3 53 02 15 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section 11. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II - COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. Page 2 of 4 (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured"; and CA T3 53 02 15 COMMERCIAL AUTO (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. b. c. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; The airbags are not covered under any war- ranty; and The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: Page 4 of 4 The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER:BA-1J094319-17-CNS ISSUE DATE: 02-02-17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice of Cancellation: 30 PERSON OR ORGANIZATION: SEE CA T8 04 ADDRESS: CORPUS CHRISTI, TX 78409 PROVISIONS: If we cancel this policy for any statutorily permitted reason other than nonpayment of premium, and a number of days is shown for cancellation in the schedule above, we will mail notice of cancellation to the person or organization shown in the schedule ILT4050311 above. We will mail such notice to the address shown in the schedule above at least the number of days shown for cancellation in the schedule above before the effective date of cancellation. © 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 COMMERCIAL AUTO POLICY ENDORSEMENT - CA T8 04 02 17 POLICY NUMBER BA -1J094319 -17 -CNS ** THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ** IL T4 05 - DESIGNATED ENTITY IT IS AGREED THAT: FOR THE PERSON OR ORGANIZTION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRIT CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATI AFTER THE FIRST NAMED INSURED RECEIVED NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. EFFECTIVE DATE 02-01-17 EXPIRATION DATE 02-01-18 PAGE 0001 DATE OF ISSUE 02-02-17 TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 03 04 ( B) — 001 POLICY NUMBER: UB -1J093913 -17-26-G TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. U Specific Waiver Name of person or organization EBlanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 0.02 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described.. 4. Advance Premium: $ SEE SCHEDULE 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 Policy No. Endorsement No. Insured Premium Insurance Company Countersigned by DATE OF ISSUE: 02-03-17 ST ASSIGN: Page 1 of 1 © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. TRAVELERS) ONE TOWER SQUARE HARTFORD CT 06183 WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 42 06 01 (00) — 001 POLICY NUMBER: UB -1J093913 -17-26-G TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1, NUMBER OF DAYS ADVANCE NOTICE: 30 (or **) 2. NOTICE WILL BE MAILED TO: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. DATE OF ISSUE: 02-03-17 ST ASSIGN: Page 1 of 1 00 6116 PAYMENT BOND BOND NO. 4410904 Contractor as Principal Name: CPC Interests, LLC Dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard St. Corpus Christi. TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project -name and number: E16294 City -Wide Water Distribution System Repair and Replacement 2017 (IDIQ) Procurement Award Date of the Contract: March 28. 2017 Contract Price: $5,100,000.00 Bond Date of Bond: April 4, 2017 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 866-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Kerry Woods/Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: kwoods@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 00 6116 -1 E16294 City -Wide Water Distribution System Repair and Replacement 2017 IDIQ 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were • • ied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal C C Interests, LLC dba lari n er ' e2s Signature: r Surety Su lil ec Insuranc ill ipa Signature: ,�' IF Name: ^ �',-,1�, L _ C �t t, Name: Dennis M. Descant, Jr. Title: `�«;,,,,1- Title: Attorney -In -Fact Email Address: . , ��� ec`C. �, int • Email Address: dennis.descant(�bch-insurance.com t,q,S 1 (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E16294 City -Wide Water Distribution System Repair and Replacement 2017 IDIQ 006116-2 7-8-2014 1 '. POA #: 4410904 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Dennis M. Descant, Jr. its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Principal: Clark Pipeline Services, L.L.C. Obligee: City of Corpus Christi Amount: $ 5,100,000.00 and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertalangs and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. State of Texas ss: County of Harris On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. JACQUELYN MALDONADO Notary Public State of Texas My Comm. Exp. 5/18/2017 acquelyn Maldonado, Notary Public My commission expires May 18, 2017 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect and furthermore, the resolutions of the Board of Directors, set • • ;7-3 7.- . . Brent Beaty, Assistant.. c et4ry d b i totally id d without lidity. out in the Power of Attorney arc in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 4th day of April Any Instrument issued In excess of the penalty state a ove s o y vo an wo any va . For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST. ' ' ' SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042014 1 00 6113 PERFORMANCE BOND BOND NO. 4410904 Contractor as Principal Name: CPC Interests, LLC Dba Clark Pipeline Services Mailing address (principal place of business): 6229 Leopard St. Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16294 City -Wide Water Distribution System Repair and Replacement 2017 (IDIQ) Procurement Award Date of the Contract: March 28, 2017 Contract Price: $5,100,000.00 Bond Date of Bond: April 4, 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: SureTec Insurance Company Mailing address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Physical address (principal place of business): 9737 Great Hills Trail, Suite 320 Austin, Texas 78759 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 866-732-0099 Telephone (for notice of claim): 866-732-0099 Local Agent for Surety Name: Kerry Woods/Keetch & Associates Address: 1718 Santa Fe Street Corpus Christi, Texas 78404 Telephone: 361-883-3803 Email Address: kwoods@keetchins.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 00 6113 -1 E16294 City -Wide Water Distribution System Repair and Replacement 2017 IDIQ 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 Nu • - County, Texas for any legal action. Contractor as Principal CPC interests, LLC dba ' lar: :2.____,119A Ser ices Signature: E Surety Su Signature:I Name: Title: Email Address: (Attach Power - ec Insura . ::; jj�� / / / A' ' .- b !1f Name: L.4.vIL_ Q. CLL Dennis M. Descant. Jr. Title: 5Rrt c, 'r Attorney -In -Fact Email Address: (-J C-:tiG ;,,t-. u,.. dennis_descant@bch-insurance.com of Attorney and place surety seal below) END OF SECTION Performance Bond E16294 City -Wide Water Distribution System Repair and Replacement 2017 IDIQ 006113-2 7-8-2014 POA tf: 4410904 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Dennis M. Descant, Jr. its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Principal: Clark Pipeline Services, L.L.C. Obligee: City of Corpus Christi Amount: $ 5,100,000.00 and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April, 1999.) In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. State of Texas County of Harris On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order. ss: JACQUELYN MALDONADO Notary Public State of Texas My Comm. Exp. 5/18/2017 acquelyn Maldonado, Notary Public My commission expires May 18, 2017 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this r v7,, ` O._ . Brent Beaty, Assists - creamy• _ :.� -- Any Instrument issued In excess of the penalty stated above is totally void and without any validity. r�'. , • ` For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 8:130pm CS'i<,. SureTec Insurance Company THIS BOND RIDER CONTAINS IMPORTANT COVERAGE INFORMATION Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099. You may also write to the Surety at: SureTec Insurance Company 9737 Great Hills Trail, Suite 320 Austin, Tx 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252- 3439. You may write the Texas Department of Insurance at PO Box 149104 Austin, TX 78714-9104 Fax#: 512-490-1007 Web: http://www.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. Texas Rider 06042014 1