Loading...
HomeMy WebLinkAboutC2023-065 - 3/28/2023 - Approved DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E CONTRACT DOCUMENTS FOR CONSTRUCTION OF N U ECES RIVER RAW WATER PUMP STATION TRANSMISSION MAIN PROJECT NUMBER - E16417 Ak �k a ....:...........................� J GC? IC;I A 1AG1AULLAN,0 ,.. ,. 010 068 . 00 1 00 OR \0 URBAN ENGINEERING 2728 SWANTNER DR. CORPUS CHRISTI, TX 78404 (361) 854-3101 TBPE FIRM No: 145 TBPLS FIRM No: 10032400 CONFORMED SPECIFICATIONS Record Drawing Number 455 OCTOBER 2022 UE Job No: 33760.86.02 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page (Optional) 000102 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions(Rev6-2021) 00 73 00 Supplementary Conditions(Rev2-2020) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment (Rev 5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev8-2019) 01 57 00 Temporary Controls(Rev8-2019) Part S Standard Specifications 022022 Trench Safety for Excavations 025223 Crushed Limestone Flexible Base 025404 Asphalt, Oils and Emulsions 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 026202 Hydrostatic Testing of Pressure System Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water 026210 Mains and Wastewater Force Mains) 028200 Mailbox-Relocation 028300 Fence Relocation 030020 Portland Cement Concrete Table of Contents 000100- 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 1/2022 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Division/ Title Section 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01200 Existing Obstructions 01570 Construction Requirements within TXDOT Right-of-way 02203 Utility Easement R. O. W. Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration 02225 Structural Excavation and Backfill 02226 Pipe Trench Excavation and Backfill 02341 Guided Boring and Casing(Pilot Tube Method) 02342 Open Cutting and Casing Roadways—R1 02520 Repairing Pavements, Curb and Gutter, Driveways and Sidewalk 02541 Prime Coat (5-30) (Asphaltic Material Only) 02542 Hot Mix Asphaltic Concrete Pavement (Class A) 02614 Ductile Iron Pipe and Fittings 02620 Storm Water Pollution Prevention 02640 Installation of Water Pipe (City of Corpus Christi) 02643 Bar-Wrapped Concrete Steel Cylinder Pipe 02740 Reinforced Concrete Pipe Culverts 02802 Seeding(5-14) 09910 Painting 15101 Butterfly Valves (Water Service) 15104 Gate Valves 15108 Vacuum Relief/Air Inlet and Air Release Valves 16000 Pull Boxes(Polymer Concrete) 16000 PCA304848-00012 Polymer Concrete Assembly 16001 Polyvinyl Chloride Electrical Conduit and Fittings 16061 Joint Bonding and Electrical Isolation 16061 -A Exhibit A-Attachments Exhibit 1—Details for Bonding Clips and "L" Bracket Exhibit 2—Details for Details for Joint Bonding 16062 Corrosion Control Test Stations Table of Contents 000100-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 1/2022 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Division/ Title Section 16062 - B Exhibit B—Attachments Exhibit 1—Details for pole Mounted Potential Test Station Exhibit 2—Tunnel or Cased Crossing with Pole Mounted Test Station Exhibit 3—Details for Bonding Clips and "L" Brackets Appendix All Testing Reports as Applicable 1 Geotechnical Report 2 TxDOT Permit 3 TxDOT Barricade and Construction General Notes and Requirements END OF SECTION Table of Contents 000100-3 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 1/2022 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 0001 01 SEALS PAGE �� ����� q ; ................................® +� J I`)C}u -I AS t+iC PVILlLI—A /:.:.,...... w . J. Douglas McMullan, P.E. �� ate'• ��, ,, Project Manager URBAN ENGINEERING __._---------------------------------------------------------------------------------------------------------------------- END OF SECTION 1 of 1 0001 01 Nueces River Raw Water Pump Station — Transmission Main, Project No. E16417 Rev 1/2022 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 00 01 02 LIST OF DRAWINGS Sheet DRAWING TITLE No. 1 Title Sheet and Plan Index 2 Quantities, Testing and Notes 3 Control Map and Key Map 4 Water Main Plan & Profile Baseline STA. 0+00 to STA. 3+50 5 Water Main Plan & Profile Baseline STA. 3+50 to STA. 7+50 6 Water Main Plan & Profile Baseline STA. 7+50 to STA. 13+00 7 Water Main Plan & Profile Baseline STA. 13+00 to STA. 18+00 8 Water Main Plan & Profile Baseline STA. 18+00 to STA. 23+00 9 Water Main Plan & Profile Baseline STA. 23+00 to STA. 28+00 10 Water Main Plan & Profile Baseline STA. 28+00 to STA. 33+00 11 Water Main Plan & Profile Baseline STA. 33+00 to STA. 38+00 12 Water Main Plan & Profile Baseline STA. 38+00 to STA. 43+00 13 Water Main Plan & Profile Baseline STA. 43+00 to END 13A Section STA. 9+38 to STA. 9+80 14 Miscellaneous Details (1) 15 Miscellaneous Details (2) 16 Miscellaneous Details (3) 17 Pollution Prevention Details 18 Traffic Control Plan (1) 19 Traffic Control Plan (2) 20 Traffic Control Plan (3) 20A Traffic Control Plan (4) 21 Curb & Sidewalk Details 22 Driveway Standard Details (1) 23 Driveway Standard Details (2) 24 Driveway Standard Details (3) 25 Storm Water Standard Details (1) Nueces River Raw Water Pump Station -Transmission Main, Project No. E16417 000102 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 26 Storm Water Standard Details (2) 27 Storm Water Standard Details (3) Nueces River Raw Water Pump Station -Transmission Main, Project No. E16417 000102 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 006113 PERFORMANCE BOND BOND NO. 61BCSIV7298 Contractor as Principal Surety Name: Retitec Construction Resources,Inc. Name: Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 1901 Hollister Street One Hartford Plaza,Hartford,CT 06155 Houston,TX 77080 Physical address(principal place of business): Owner One Hartford Plaza,Hartford,CT 06155 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut 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): Nueces River Raw Water Pump Station 860-647-5000 Transmission Main,Project No.E16417 Telephone(far notice of claim): 800-451.6944 Local Agent for Surety Name: American Global,LLC Award Date of the Contract:March 28,2023 Address: 25700145 North,Suite 140 Spring,TX 77386 Contract Price: $7,421.783.00 Bond Telephone:632-360-2131 Email Address: alywn.camrlchael@americanglobal.com Date of Bond: March 31,2023 The address of the suety company to which any (Date of Band cannot be earlier than Award Dote notice of claim should be sent may be obtained from the Texas Dept.of Insurance by calling the of the Contract) following toll-free number.1-800-252-3439 Performance Bond 00 6113-1 Nueces River Raw Water Pump Station Transmission Main,Project No.E16417 2023 DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 grin e ip I Surety Signature: J Signature: T. Name: Name: Alyson Carmichael Title: �(Y Title: Attorney-In-Fact Email Address: Email Address: -son,carmichaei((Ornedcanglobal'.com (Attach Power of Attorney and placesurety seal below) END OF SECTION Performance Bond 006113-2 Nueces River Raw Water Pump Station Transmission Main,Project No. E16417 2023 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61 E 006116 PAYMENT BOND BOND NO. 618CSIV7298 Contractor as Principal Surety Name: Reytec Construction Resources,Inc. Name:Hartford Fire Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 1901 Hollister Street One Hartford Plaza,Hartford,CT 06155 Houston,TX 77080 Physical address(principal place of business): Owner One Hartford Plaza,Hartford,CT 06155 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Contracts and Procurement Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Connecticut 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): Nueces River Raw Water Pump Station 860-547-5000 Transmission Main,Prolect No.E16417 Telephone(for notice of claim): 800-451-6944 Local Agent for Surety Name: American Global,LLC Award Date of the Contract:March 28,2023 Address: 257001-45 North,Suite 140 Spring,TX 77386 Contract Price: 17,421,783.00 Bond Telephone: 832-360-2131 Email Address: ai son.cormichael america lobal.com Date of Bond: Match 31 2023 The address of the surety company to winch any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept of insurance by calling the following toll-free number.2-8000-252-3439 Payment Bond Form 00 6116-1 Nueces River Raw Water Pump Station Transmission Main,Project No.E16417 2023 DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. ___.w...-._-._. -... .__-----------7- Contractor as Prim *pal Surety Signature: Signature: Name: rem qp-(Ae c� Name: Cermichaef -= Title: d 2Title: Aftomey-In-Fact Email Address: C(VV Email Address: alyson.carmictiiet(gafnedcanglobal.4;om (Attach Power of Attorney and place surety�eol below) END OF SECTION Payment Bond Form 006116-2 Nueces River Raw Water Pump Station Transmission Main,Project No.E16417 2023 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61 E Direct InquirieslClaimis to: THE HARTFORD BOND,T-11 One Hartford Plaza POWER U11, ATTORNE Y Hartford,Connecticut 06155 Borid.Ctairns@thehoortfo (d.rom call:088-266-3488 or fax:860-767-5836 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: AMERICAN GLOBAL OF TEXAS LLC Agenc yCode: 61-616588 Hartford Fire insurance Company,a corpoiration duty organized under the laws of the State of Connecticut Hartford Casualty insurance Company,a corporation,duly organized under the laws of the State offridiaria Hartford Accident and Indemnity Company, a corporation duly organized tinder the laws of the;State of Connecticut Hartford Underwriters insurance Company,a corporation duly organized tinder the laws of the State of Contrecticut Twin City Fire insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of Illinois,as corporation(July org,anived under the laws of the State of Illinois Hartford insurance Company of the Midwest,as corporation duly orgarkimd turder the laws of the State of Indiana Hartford insurance Company of the Southeast,a corporation duly organized tinder the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, uptothe amount of Unlimited - Alyson Carmichael, John Martinez, Paul M. Messenger, Holli Orr of SPRING, Texas their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by CD, and to execute, seat and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts,and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed,duly attested by its Assistant Secretary, Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. 41 Shelby Wiggins,Assistant Secretary Joelte L. LaPlerre,Assistant Vice President STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE On this 20th day of May,2021,before me personally came Joelle LaPierre,to me known,who being by me duly swam,did depose and say:that (s)he resides in Seminole County,State of Florida, that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations:that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority, , Je5sica cnc ieco My Commission kill 122280 Expires June 20,2025 1,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY thaMie above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is s6t,� 11 in full force effective as of ,(A,V- A '*d Signed and seated in Lake Mary, Florida. 4 a a Keith D.Dozois,Assistant Vice President DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E r s Have a complaint or need help? If you have a problem with a claim or your premium, call your insurance company or HMO first. If you can't work out the issue, the Texas Department of Insurance may be able to help. Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal through your insurance company or HMO. If you don't, you may lose your right to appeal. The Hartford To get information or file a complaint with your insurance company or HMO: Call:Consumer Affairs at 14800-451-6944 Toll-free: 1-800-4s i-6944 Email: bond.claims@thehartford.com Mail: The Hartford Financial Services One Hartford Plaza, T-14 Hartford, CT 06155 Attn: Bond Claims Department The Texas Department of Insurance To get help with an insurance question or file a complaint with the state: Call with a question: 1-800-252-3439 Email: ConsumerProtection@tdi.texas.gov File a complaint: www.tdi.texas.gov Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E GMS REYTCON-01 BKNEPPER ,a►G'ORC1" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) `••---'� 3/30/2023 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). PRODUCER CONTACT Blake Knepper NAME: American Global LLC PHONE FAX 25700 1-45 North (A/C,No,Ext): (A/C,No): Suite 140 ADDRESS:blake.knepper@americanglobal.com Spring,TX 77386 INSURERS AFFORDING COVERAGE NAIC# INSURER A:Charter Oak Fire Insurance Company 25615 INSURED INSURER B:Phoenix Insurance Company 25623 Reytec Construction Resources,Inc. INSURER C:Travelers Property Cas. Co. of America 25674 1901 Hollister INSURER D:Texas Mutual Insurance Company 22945 Houston,TX 77080 INSURER E:Ironshore Specialty Insurance Company 25445 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000'000 CLAIMS-MADE X OCCUR DT-CO-OP952334-COF-22 10/16/2022 9/30/2023 DAMAGE TO RENTED 300,000 L _1X X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 10'000 PERSONAL&ADV INJURY $ 1'000'000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2'000'000 POLICY ] JECT 1:1LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO X X 810-OP807813-22 10/16/2022 9/30/2023 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIREDNON-OWNED PROPERTY DAMAGE AUTggOS ONLY AUTOS ONLY Per accident $ X PPdT0000 X DeT/HA15000HTAH $ C X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5'000'000 EXCESS LIAB CLAIMS-MADE X X CUP-4R344106-22-26 10/16/2022 9/30/2023 AGGREGATE $ 5'000'000 DED X RETENTION$ 10,000 $ D WORKERS COMPENSATION X PER OTH- ANDEMPLOYERS'LIABILITY STATUTE ER 0001295501 9/30/2022 9/30/2023 1,000,000 OFFICER/MEMBERANY /PARTNER/EEXCLUDED?ECUTIVE N/A X E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1'000'000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ E Pollution Liability X X ICELLUW00130834 10/16/2022 9/30/2023 Each Occurrence 6,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) RE Project: Nueces River Raw Water Pump Station Transmission Main,Project No.E16417;Contract No.:4442 Additional Insured applies to the General Liability,Auto Liability,Excess Liability,and Pollution Liability policies per the attached endorsements.Waiver of Subrogation applies to the Workers'Compensation,General Liability,Auto Liability,Excess Liability and Pollution Liability policies per the attached endorsements.General Liability,Auto Liability,Excess Liability,and Pollution Liability policies are primary and non-contributory per the attached endorsements.30 day notice of cancellation applies per the attached endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cit of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y p ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9277 Corpus Christi,TX 78469-9277 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSUED: Reytec Construction Resources, Inc. POLICY NUMBER: DT-CO-OP952334-COF-22 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 The following is added to SECTION II —WHO IS AN (a) The Additional Insured — Owners, Les- INSURED: sees or Contractors — Scheduled Person Any person or organization that: or Organization endorsement CG 20 10 a. You agree in a written contract or agreement to 07 04 or CG 20 10 04 13, the Additional include as an additional insured on this Coverage Insured — Owners, Lessees or Contrac- Part; and tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 3 7 04 13, b. Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse- of those edition dates; or ment under this Coverage Part which includes such person or organization in the endorsement's (b) Either or both of the following: the Addi- schedule; tional Insured —Owners, Lessees or Con- tractors — Scheduled Person Or Organi- is an insured, but: zation endorsement CG 20 10, or the Ad- a. Only with respect to liability for "bodily injury" or ditional Insured — Owners, Lessees or "property damage" that occurs, or for "personal Contractors — Completed Operations en- injury" caused by an offense that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date of such endorsement specified; agreement and while that part of the contract or the person or organization is an additional in- agreement is in effect; and sured only if the injury or damage is caused, b. Only as described in Paragraph (1), (2) or (3) be- in whole or in part, by acts or omissions of low, whichever applies: you or your subcontractor in the performance (1) If the written contract or agreement specifical- of "your work" to which the written contract or ly requires you to provide additional insured agreement applies; or coverage to that person or organization by (3) If neither Paragraph (1) nor(2) above applies: the use of: (a) The person or organization is an addi- (a) The Additional Insured — Owners, Les- tional insured only if, and to the extent sees or Contractors — (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or acts or omissions of you or your subcon- (b) Either or both of the following: the Addi- tractor in the performance of "your work" tional Insured —Owners, Lessees or Con- to which the written contract or agree- tractors — Scheduled Person Or Organi- ment applies; and zation endorsement CG 20 10 10 01, or (b) Such person or organization does not the Additional Insured — Owners, Lessees qualify as an additional insured with re- or Contractors — Completed Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or organization is an additional in- The insurance provided to such additional insured is sured only if the injury or damage arises out subject to the following provisions: of"your work" to which the written contract or a. If the Limits of Insurance of this Coverage Part agreement applies; shown in the Declarations exceed the minimum (2) If the written contract or agreement specifical- limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in- coverage to that person or organization by sured will be limited to such minimum required the use of: limits. For the purposes of determining whether CG D6 04 02 19 0 2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSUED: Reytec Construction Resources, Inc. COMMERCIAL GENERAL LIABILITY POLICY NUMBER: DT-CO-OP952334-COF-22 this limitation applies, the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include: sidered to include the minimum limits of any Um- (a) How, when and where the "occurrence" brella or Excess liability coverage required for the or offense took place; additional insured by that written contract or (b) The names and addresses of any injured agreement. This provision will not increase the persons and witnesses; and limits of insurance described in Section III — Limits Of Insurance. (c) The nature and location of any injury or b. The insurance provided to such additional insured damage arising out of the "occurrence" or does not apply to: offense. (1) Any "bodily injury", "property damage" or (2) If a claim is made or "suit" is brought against "personal injury" arising out of the providing, the additional insured: or failure to provide, any professional archi- (a) Immediately record the specifics of the tectural, engineering or surveying services, claim or"suit" and the date received; and including: (b) Notify us as soon as practicable and see (a) The preparing, approving, or failing to to it that we receive written notice of the prepare or approve, maps, shop draw- claim or"suit" as soon as practicable. ings, opinions, reports, surveys, field or- (3) Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit", cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against (b) Supervisory, inspection, architectural or the "suit", and otherwise comply with all policy engineering activities. conditions. (2) Any "bodily injury" or "property damage" (4) Tender the defense and indemnity of any caused by "your work" and included in the claim or "suit' to any provider of other insur- "products-completed operations hazard" un- ance which would cover such additional fin- less the written contract or agreement specifi- sured for a loss we cover. However, this con- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period. to other insurance available to such additional c. The additional insured must comply with the fol- insured which covers that person or organiza- lowing duties: tion as a named insured as described in Par- (1) Give us written notice as soon as practicable agraph 4., Other Insurance, of Section IV — of an "occurrence" or an offense which may Commercial General Liability Conditions. Page 2 of 2 ©2017 The Travelers Indemnity Company.All rights reserved. CG D6 04 02 19 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSURED: Reytec Construction Resources, Inc. POLICY NUMBER: CO-OP952334-COF-22 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS 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 coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured —Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability—Railroads Operations F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or SUBSIDIARIES b. A trust; The following is added to SECTION II —WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS Declarations is a Named Insured if: a. You are the sole owner of, or maintain an The following is added to SECTION II — WHO IS ownership interest of more than 50% in, such AN INSURED: subsidiary on the first day of the policy period; Any governmental entity that has issued a permit and or authorization with respect to operations b. Such subsidiary is not an insured under performed by you or on your behalf and that you similar other insurance. are required by any ordinance, law, building code or written contract or agreement to include as an No such subsidiary is an insured for"bodily injury" additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liabi lity for "bodily and advertising injury" caused by an offense injury", "property damage" or "personal and committed: advertising injury" arising out of such operations. a. Before you maintained an ownership interest The insurance provided to such governmental of more than 50% in such subsidiary; or entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental For purposes of Paragraph 1. of Section II —Who entity; or Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the .1 deemed operations hazard". CG D3 16 02 19 O 2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSURED: Reytec Construction Resources, Inc. COMMERCIAL GENERAL LIABILITY POLICY NUMBER:CO-OP952334-COF-22 C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following replaces Paragraph b. of the knowledge or consent of, the insured. definition of "occurrence" in the S. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services" means: or failing to provide "incidental medical services", first aid or "Good Samaritan a. Medical, surgical, dental, laboratory, x-ray services" to a person, unless you are in or nursing service or treatment, advice or the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages;or 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. Unless you are in the business or occupation 6. The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide: This insurance is excess over any valid and (a) "Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic; or "bodily injury" that arises out of providing or (b) First aid or "Good Samaritan services" by failing to provide "incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Paragraph 2.a.(1) of Section II — Who Is An volunteer doctor. Any such "employees" Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATION to provide first aid or "Good Samaritan services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph S. of SECTION III — LIMITS OF recovery against any person or organization, we INSURANCE: waive our right of recovery against such person or For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical occurs; or services", first aid or "Good Samaritan services"to any one person will be deemed to b. "Personal and advertising injury" caused by be one "occurrence". an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY— RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 C 2017 The Travelers Indemnity Company.All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSURED: Reytec Construction Resources, Inc. POLICY NUMBER: CO-OP952334-COF-22 COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured a. Any premises while rented to you or contract' in the DEFINITIONS Section is temporarily occupied by you with permission deleted. of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b. The contents of any premises while such The following replaces the definition of "premises premises is rented to you, if you rent such damage" in the DEFINITIONS Section: premises for a period of seven or fewer "Premises damage" means "property damage"to: consecutive days. CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMtL,L INNUKED:Keytec Uonstruction Kesources,Inc. POLICY NUMBER:810-OP807813 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 H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE — INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES— INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE— INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE —GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II — COVERED AUTOS under the Who Is An Insured provision contained in Section II. LIABILITY COVERAGE: Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.S., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSURED:Reytec Construction Resources,Inc. COMMERCIAL AUTO POLICY NUMBER:810-OP807813 permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- The following is added to Paragraph A.1., Who Is tle any such claim or "suit" and keep us advised of all proceedings and ac- An Insured, of SECTION II — COVERED AUTOS tions. LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- (ii) Neither you nor any other involved ing a covered "auto" you don't own, hire or borrow "insured" will make any settlement in your business or your personal affairs. without our consent. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii)We may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (iv) We will reimburse the "insured" for sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- graph C., Limits Of Insurance, of 2. The following replaces Paragraph A.2.a.(4), SECTION II — COVERED AUTOS of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we have used up the applicable limit of jurisdiction while any trade sanction, em- insurance in payments for damages, bargo, or similar regulation imposed by the settlements or defense expenses. United States of America applies to and pro- hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSURED:Reytec Construction Resources,Inc. POLICY NUMBER:810-OP807813 COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to 'loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident' or 'loss" ap- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident' or 'loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one "accident'. (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the "accident' or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.S., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS : The following is added to Paragraph AA., Cover- S. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for 'loss" to wearing ap- signed and executed prior to any "accident' parel and other personal property which is: or"loss", provided that the "accident' or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E NAMED INSURED:Reytec Construction Resources,Inc. COMMERCIAL AUTO POLICY NUMBER:810-OP807813 such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity Compa ny.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E POLICY NUMBER: DT-Co-OP952334-COF-22 ISSUE DATE: 10-14-22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - 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: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION CONTINUED ON IL T8 03 ADDRESS: THE ADDRESS FOR THAT PERSON CONTINUED ON IL T8 03 HOUSTON TX 77080 PROVISIONS If we cancel this policy for any legally 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 such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 0 2019 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E POLICY NUMBER: DT-CO-OP952334-COF-22 GENERAL PURPOSE ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY NOTICE OF CANCELLATION PROVIDED BY US IL T4 05 05 19 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 RECEIVES 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 ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. IL T8 03 Page 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E POLICY NUMBER: 810-OP807813-22-26-G ISSUE DATE: 10-13-22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - 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: 30 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 RECEIVES 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. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS If we cancel this policy for any legally 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 such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 ©2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E !6-G Expiration Date: 9/30/2023 Effective Date: 10/16/2022 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph c. in A.1., Insurance of SECTION IV — BUSINESS AUTO Who Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part 5. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement, that is signed by you before the applicable other insurance under which an "bodily injury" or "property damage" occurs and named additionalinsured dwhen person written organization ltracts or that is in effect during the policy period, to name agreement with you, that is signed by you before as an additional insured for Covered Autos Liability Coverage, but only for damages to which the "bodily injury" or "property damage" occurs this insurance applies and only to the extent of and that is in effect during the policy period, that person's or organization's liability for the requires this insurance to be primary and non- conduct of another"insured". contributory. CA T4 99 02 16 ©2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Policy Number:CO—OP952334—COF-22 COMMERCIAL GENERAL LIABILITY Effective 10/16/2022Exp 9/30/2023 c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured; and which covers such insured as a named insured, and we will not share with that other insurance, b. Separately to each insured against whom claim provided that: is made or"suit" is brought. (1) The "bodily injury' or"property damage" for 8. Transfer Of Rights Of Recovery Against Others which coverage is sought occurs; and To Us (2) The "personal and advertising injury' for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed; those rights are transferred to us. The insured must subsequent to the signing of that contract or do nothing after loss to impair them.At our request, agreement by you. the insured will bring suit or transfer those rights to us and help us enforce them. S. Premium Audit 9, When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part,we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only. At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send notice to the first Named Insured.The due date proof of notice. for audit and retrospective premiums is the date SECTION V—DEFINITIONS shown as the due date on the bill. If the sum of 1. "Advertisement" means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: c. The first Named Insured must keep records of a. Notices that are published include material the information we need for premium placed on the Internet or on similar electronic computation, and send us copies at such times means of communication; and as we may request. b. Regarding websites, only that part of a website 6. Representations that is about your goods, products or services By accepting this policy,you agree: for the purposes of attracting customers or supporters is considered an advertisement. Page 16 of 21 ©2017 The Travelers Indemnity Company.All rights reserved. CG T1 00 02 19 Includes copyrighted material of Insurance Services Office,Inc.with its permission. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Te"XdbMutual WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent copy 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. ( ) Specific Waiver Name of person or organization (X)Blanket 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 2.00 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: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 9/30/2022 at 12:01 a.m.standard time,forms a part of: Policy no. 0001295501 of Texas Mutual Insurance Company effective on 9/30/22 Issued to: REYTEC CONSTRUCTION RESOURCES, INC This is not a bill Authorized representative NCCI Carrier Code: 29939 PO Box 12058,Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800)359-0650 WC 42 03 04 B DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Bodily injury, property damage or environmental damage based upon or arising out of your product after you have relinquished possession of the same,except if installed as part of your work. 16. Asbestos and Lead Solely with respects to Coverage D: Time-Element Pollution Liability, environmental damage arising from asbestos, asbestos containing materials or lead-based paint in,on or applied to any building or other structure. a. This exclusion does not apply to clean-up costs for the remediation of soil,surface water or groundwater. b. This exclusion does not apply to clean-up costs to remediate asbestos,asbestos containing materials or lead-based paint within any structure that has been inadvertently displaced and such clean-up costs are the direct result of a pollution incident which first commences during the policy period and arises from explosion,fire, lightning, Flood or windstorm damage, provided that: (1) The insured discovers the pollution incident within ten (10) days of first commencement of the pollution incident; (2) The pollution incident is reported to us in writing within thirty (30) days of first commencement of the pollution incident;and (3)Subject to Section III.LIMITS OF INSURANCE AND DEDUCTIBLE, Paragraphs 1. through 9.,the most we will pay for clean-up costs, regardless of the number of insureds, covered properties, pollution incidents, claims or claimants, pursuant to the exception contained in this Paragraph shall not exceed $100,000. SECTION II-WHO IS AN INSURED 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. c. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business.Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your executive officers and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. e. A trust,you are an insured.Your trustees are also insureds,but only with respect to their duties as trustees. 2. Each of the following is also an insured: a. Your volunteer workers only while performing duties related to the conduct of your business, or your employees, other than either your executive officers (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these employees or volunteer workers are insureds for: (1) Bodily injury: (a) To you,to your partners or members(if you are a partnership or joint venture)or to your members(if you are a limited liability company);or (b) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1)(a)above. (2) Property damage or environmental damage to property owned, occupied or used by rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your IE.COV.CELL.001(07/18) Includes copyrighted material of Insurance Services Offices, Inc.with its permission. Page 9 of 21 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E employees, volunteer workers, any partner or member (if you are a partnership or joint venture), or any member(if you are a limited liability company). b. Any person or organization having proper temporary custody of your property if you die, but only with respect to liability arising out of the maintenance or use of that property and until your legal representative has been appointed. c. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this policy. d. Any person or organization you agree to include as an insured in a written contract,written agreement or permit, but only with respect to bodily injury,property damage or environmental damage arising out of your work. e. Any person or organization that has at least a 50%controlling interest in you but only with respect to bodily injury, property damage or environmental damage arising out of their financial control of you. f. A joint venture to which you are a party,but only to the extent of your participation in such joint venture. SECTION III-LIMITS OF INSURANCE AND DEDUCTIBLE 1. The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of: a. Insureds; b. Claims made or suits brought; c. Persons or organizations making claims or bringing suits; d. Pollution incidents; e. Image restoration events; f. Disinfection events;or g. Pre-claim events. 2. The Policy Aggregate Limit is the most we will pay for the sum of all damages, emergency response expenses, image restoration expenses, disinfection event expenses and pre-claim event expenses under Coverages A through G inclusive. 3. Subject to Paragraph 2. above, the Each Occurrence Limit is the most we will pay for the sum of all damages, emergency response expenses, image restoration expenses, disinfection event expenses and pre-claim event expenses under Coverages A through G inclusive arising out of any one occurrence. 4. The limit of insurance applies in excess of the deductible amount shown in the Declarations. The deductible amount applies to the sum of all damages,emergency response expenses and legal and claims expense payments because of bodily injury,property damage and environmental damage arising out of any one occurrence. We may pay any part or the entire deductible amount to effect settlement of any claim or suit or to pay clean-up costs or emergency response expenses which may be covered under this policy and, upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. 5. The Image Restoration Expense Aggregate Limit is the most we will pay for the sum of all image restoration expenses. Subject to the Image Restoration Expenses Aggregate Limit, the Image Restoration Expenses Each Occurrence Limit is the most we will pay for all image restoration expenses arising out of the same, related or continuous image restoration event. The Image Restoration Expenses Each Occurrence Limit applies in excess of the deductible amount shown in the Declarations. 6. The Disinfection Event Expenses Aggregate Limit is the most we will pay for the sum of all disinfection event expenses. Subject to the Disinfection Event Expenses Aggregate Limit, the Disinfection Event Expenses Each Occurrence Limit is the most we will pay for disinfection event expenses arising out of the same, related or continuous disinfection event. IE.COV.CELL.001(07/18) Includes copyrighted material of Insurance Services Offices, Inc.with its permission. Page 10 of 21 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (4) We will share the remaining loss,if any,with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the limits of insurance shown in the Declarations of this policy. c. Method Of Sharing If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts, excess of applicable deductible and self-insured amounts under all such insurance, until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares,we will contribute by limits. Under this method,each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. 17. Premiums and Deductible The first Named Insured shown in the Declarations: a. Is responsible for the payment of all premiums; b. Will be the payee for any return premiums we pay;and c. Is responsible for the payment of all deductibles. 18. Representations By accepting this policy,you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us;and c. We have issued this policy in reliance upon your representations. 19. Separation Of insureds Except with respect to the limits of insurance and any rights or duties specifically assigned in this policy to the first Named Insured,this insurance applies: a. As if each Named Insured were the only Named Insured;and b. Separately to each insured against whom claim is made or suit is brought. 20. Service of Suit Subject to SECTION IV—CONDITIONS,Condition S. Choice of Forum above,it is agreed that in the event of failure of us to pay any amount claimed to be due hereunder,we, at the request of the insured, will submit to the jurisdiction of a court of competent jurisdiction within the United States. Nothing in this condition constitutes or should be understood to constitute a waiver of our rights to commence an action in any court of competent jurisdiction in the United States, to remove an action to a United States District Court, or to seek a transfer of a case to another court as permitted by the laws of the United States or of any state in the United States. It is further agreed that service of process in such suit may be made upon us and that in any suit instituted against us upon this contract,we will abide by the final decision of such court or of any appellate court in the event of any appeal. Further,pursuant to any statute of any state,territory,or district of the United States which makes provision therefore, we hereby designate the Superintendent, Commissioner, Director of Insurance, or other officer specified for that purpose in the statute,or his or her successor or successors in office as its true and lawful attorney upon whom may be served any lawful process in any action,suit or proceeding instituted by or on behalf of the insured or any beneficiary hereunder arising out of this contract of insurance, and hereby designates the above named counsel as the person to whom the said officer is authorized to mail such processor a true copy thereof. 21. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this policy, those rights are IE.COV.CELL.001 (07/18) Includes copyrighted material of Insurance Services Offices, Inc.with its permission. Page 15 of 21 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E transferred to us. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. However,if the insured has waived rights of recovery against any person or organization prior to a loss, we waive any right of recovery we may have under this policy against such person or organization. 22. Transfer of Your Rights and Duties Under This Policy Your rights and duties under this policy may not be transferred without our written consent except in the case of death of an individual named insured. If you die,your rights and duties will be transferred to your legal representative but only while acting within the scope of duties as your legal representative. Until your legal representative is appointed, anyone having proper temporary custody of your property will have your rights and duties but only with respect to that property. 23. When We Do Not Renew If we decide not to renew, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than ninety(90)days before the expiration date. If notice is mailed,proof of mailing will be sufficient proof of notice. SECTION V-DEFINITIONS 1. Bodily injury means physical injury, sickness, disease, building-related illness, mental anguish, shock or emotional distress sustained by any person, including death resulting therefrom. Bodily injury shall also include medical monitoring costs. 2. Claim means a demand,notice or assertion of a legal right alleging liability or responsibility on the part of the insured. 3. Clean-up costs means reasonable and necessary costs,charges and expenses incurred to investigate, remove, dispose of,contain,treat, neutralize, monitor or test soil,surface water,groundwater or other contaminated media but only: a. To the extent required by environmental laws governing the liability or responsibilities of the insured to respond to a pollution incident; b. In the absence of an applicable environmental law, to the extent recommended in writing by an environmental professional; c. To the extent incurred by the government or any political subdivision within Definition 5.a.Coverage territory;or d. To the extent incurred by parties other than you. Clean-up costs also includes restoration costs. Clean-up costs does not include costs, charges or expenses incurred by the insured for materials supplied or services performed by the insured. 4. Conveyance means any auto,railcar,rolling stock,train,watercraft or aircraft.Conveyance does not include pipelines. 5. Coverage territory means: a. The United States of America (including its territories and possessions), Puerto Rico, Canada and The Gulf of Mexico; b. International waters or airspace, but only if the injury or damage occurs in the course of travel or transportation between any places included in Paragraph a.above. 6. Covered property means those locations specifically scheduled in Item 9. of the Declarations, or any other location specifically endorsed to the policy as a covered property. 7. Disinfection event means any case or series of cases of communicable virus, bacteria or disease that requires reporting of such case or series of cases to any local, state or federal governmental or public health agency or entity. Disinfection event does not include pollution incidents. 8. Disinfection expenses means reasonable fees and costs incurred by the insured to clean and disinfect a location after any disinfection event. IE.COV.CELL.001(07/18) Includes copyrighted material of Insurance Services Offices, Inc.with its permission. Page 16 of 21 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ,�vs car kCo POR p7�� x8'52 00 52 23 AGREEMENT This Agreement,for the Project awarded on March 28,2023, is between the City of Corpus Christi(Owner) and Reytec Construction Resources, Inc. (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: Nueces River Raw Water Pump Station Transmission Main Project No: E16417 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Urban Engineering TBPE Firm 145 2725 Swantner Drive Corpus Christi,Texas 78404-2832 dougm@urbaneng.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP City of Corpus Christi—Engineering Services 4917 Holly Road, Bldg. No. 5 Corpus Christi,TX 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 270 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed Agreement 005223- 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 12/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 300 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. 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 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$800 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$400 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 17.16 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 15.03 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. Agreement 005223-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 12/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Total Base Bid Price $ 7,421,783.00 ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 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 the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. 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 17.01 of the General Conditions. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 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 17.16 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. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. Agreement 005223-3 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 12/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, 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 Agreement 005223-4 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 12/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. 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 15.01 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. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. 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. Agreement 005223-5 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 12/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 10-CONTRACT DOCUMENT SIGNATURES ATT�ST . CITY OF CORPUS CHRISTI F'7u Signed by: DocuSigned by: eldL +,.> 5/9/2023 F� 5/4/2023 B51 0479... � Rebecca Huerta Jeffrey Edmon s, P.E City Secretary Director of Engineering Services M2023-043 AUTHORIZED 3/28/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL E ocuSigned by: Hdt!fA►. 5/3/2023 RH/5B E9�9§FEE-0EB�I�E ... Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Reytec tJ5"@tii@mbResources, Inc. (Seal Below) By: T T 9F Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President Vice President Chief Executive Officer, or Chief 1901 Hollister Street Financial Officer Address Houston,TX 77080 City State Zip (713) 957-4003 Phone Fax greyes@reytec.net EMail END OF SECTION Agreement 005223-6 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 12/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-13330-AAE93EF2F61E ;mission Main, Project No.... Report Created On: 12/14/2022 8:05:52 PM BID TOTALS BASE BID Total General $522,700.00 Street Improvements $190,140.00 Water Improvements $6,475,343.00 MIS Improvements $100,160.00 Storm Water Improvements $33,440.00 Unanticipated Allowance $100,000.00 Total $7,421,783.00 General No. Description Unit Qty Unit Price Ext Price Al Mobilization (Max 5%) LS 1 $250,000.00 $250,000.00 A2 Bonds and Insurance(Max 2%) AL 1 $102,000.00 $102,000.00 A3 Install and Remove Silt Fence LF 7780 $3.00 $23,340.00 A4 Traffic Control LS 1 $45,000.00 $45,000.00 A5 SWPPP LS 1 $22,000.00 $22,000.00 A6 Trench Safety for Transmission Main LF 3890 $10.00 $38,900.00 Installation A7 Trench Safety for Structures and Bore EA 20 $360.00 $7,200.00 Pits A8 Well Pointing LF 1950 $1.00 $1,950.00 A9 Pre-Construction Exploratory LF 390 $32.00 $12,480.00 A10 Unanticipated Ozone Advisory Days DAY 1 $500.00 $500.00 All Remove and Reinstall Existing Fence(All LF 150 $25.00 $3,750.00 Types) Al2 Remove and Replace Trees EA 11 $1,400.00 $15,400.00 A13 Remove and Reinstall Existing Mailboxes EA 1 $180.00 $180.00 Subtotal: $522,700.00 Street Improvements No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ;mission Main, Project No.... Report Created On: 12/14/2022 8:05:52 PM B1 12" Crushed Limestone(Type A Grade 1) SY 1900 $35.00 $66,500.00 Flexible Base B2 3"Type D HMAC Pavement Repair SY 1500 $25.00 $37,500.00 B3 Cement Stabilized Sand SY 1500 $27.00 $40,500.00 B4 Concrete Curb and Gutter Repair LF 130 $40.00 $5,200.00 B5 Concrete Sidewalk Repair SF 110 $8.00 $880.00 B6 Concrete Driveway Repair SF 1310 $12.00 $15,720.00 B7 Seeding(Including Topsoil) SY 5960 $4.00 $23,840.00 Subtotal: $190,140.00 Water Improvements No. Description Unit Qty Unit Price Ext Price C1 54" Dia. Bar Wrapped Concrete Steel LF 3890 $580.00 $2,256,200.00 Cylinder Pipe Water Transmission Main Installed by Conventional Trenching C2 78" Dia. Steel Casing with 54" Dia.Water LF 780 $3,430.00 $2,675,400.00 Transmission Main and Two(2)4"SCH 80 PVC Conduit(with 2500 Ib to 5000 Ib mule tape)Installed by Guided Auger Boring C3 78" Dia Steel Casting with 54" Dia Water LF 120 $2,100.00 $252,000.00 Transmission Main and Two(2)4"SCH 80 PVC Conduit Installed by Conventional Trenching C4 54" Dia. 0°to 5° Pipe Bevel (WELDED) EA 14 $4,720.00 $66,080.00 C5 54" Dia. 5.5°to 22.5° Pipe Bend EA 6 $19,123.00 $114,738.00 (WELDED) C6 54" Dia. 23°to 45.5' Pipe Bend EA 10 $25,815.00 $258,150.00 (WELDED) C7 54" Dia.46°to 67.5° Pipe Bend EA 10 $32,713.00 $327,130.00 (WELDED) C8 54" Dia. Cap(WELDED)and Concrete EA 1 $14,905.00 $14,905.00 Thrust Block C9 6"Vacuum Relief/Air Inlet and Air EA 5 $33,000.00 $165,000.00 Release Valves and Valve Chamber C10 8"Vacuum Relief/Air Inlet and Air EA 1 $39,000.00 $39,000.00 Release Valves and Valve Chamber DocuSign Envelope ID: F0919E8E-F8AE-4AD8-13330-AAE93EF2F61E ;mission Main, Project No.... Report Created On: 12/14/2022 8:05:52 PM C11 10"Vacuum Relief/Air Inlet and Air EA 3 $34,000.00 $102,000.00 Release Valves and Valve Chamber C12 Blow-off Valve EA 1 $28,600.00 $28,600.00 C13 Metal Post with Sign EA 5 $10,000.00 $50,000.00 C14 Tie to Existing Discharge Pipe at River LS 1 $50,500.00 $50,500.00 Pump Station C15 C. P.Test Stations EA 14 $700.00 $9,800.00 C16 6" Dia C900 DR 18 PVC Watermain LF 610 $95.00 $57,950.00 Installed by Conventional Trenching C17 6" DIP Fittings(Mj with Mega Lug Joint EA 6 $215.00 $1,290.00 Restraint Fitting) C18 Connect to Existing 6"Waterline EA 2 $3,300.00 $6,600.00 Subtotal: $6,475,343.00 MIS Improvements No. Description Unit Qty Unit Price Ext Price D1 4"SCH 80 PVC Conduit(with 2500 Ib to LF 7780 $12.00 $93,360.00 5000 Ib mule tape)installed by Conventional Trenching D2 4"SCH 80 PVC Fittings EA 68 $25.00 $1,700.00 D3 Polymer Concrete Pull Boxes/junction EA 10 $510.00 $5,100.00 Boxes Subtotal: $100,160.00 Storm Water Improvements No. Description Unit Qty Unit Price Ext Price E1 4' Dia. Precast Concrete Manhole EA 2 $6,000.00 $12,000.00 E2 4'x 3'Concrete Post Inlet EA 1 $3,800.00 $3,800.00 E3 18" Dia. Reinforced Concrete Pipe(Incl. LF 100 $150.00 $15,000.00 Headwall End Treatment) E4 Reshape and Regrade Existing Ditch LF 220 $12.00 $2,640.00 Subtotal: $33,440.00 Unanticipated Allowance No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ;mission Main, Project No.... Report Created On: 12/14/2022 8:05:52 PM F1 Unanticipated Utility Allowance AL 1 $80,000.00 $80,000.00 F2 Unanticipated Disposal of Contaminated AL 1 $10,000.00 $10,000.00 Soil Allowance F3 Unanticipated Disposal of Contaminated AL 1 $10,000.00 $10,000.00 Ground Water Allowance Subtotal: $100,000.00 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ;mission Main, Project No.... Report Created On: 12/14/2022 8:05:52 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 4442 Addendum No. 1 12/14/2022 17:10:18 PM DocuSign Envelope ID: F0919E8E-F8AE-4AD8-13330-AAE93EF2F61E ;mission Main, Project No.... Report Created On: 12/14/2022 8:05:52 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 4442 Drawings 11/7/2022 10:08:51 AM Invitation To Bid RFB 4442 Specifications 11/7/2022 10:07:16 AM Addenda RFB 4442 Addendum No. 1 12/8/2022 12:10:20 PM DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 00 30 01 BID FORM Project Name: Nueces River Raw Water Pump Station -Transmission Main Project Number: E16417 Owner: City of Corpus Christi OAR: Designer: Urban Engineering By its signature below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees, if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: Reytec Construction Resources, Inc. (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: GreggT. Reyes (printed name of person signing Bid Form) ----------------------- Title: President & CEO (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx ID No. 76-0516513 Address for Notices: 1901 Hollister St., Houston, TX 77080 Phone: 713-957-4003 Email: greyes@reytec.net :l.DOUGLAS N 4MC I!dliJl LA 9 10 6 8 Q Bid Form 00 30 01-Page 1 of 3 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article2—Preliminary Matters...................................................................................................................16 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................16 2.02 Copies of Documents..................................................................................................................16 2.03 Project Management System......................................................................................................16 2.04 Before Starting Construction ......................................................................................................17 2.05 Preconstruction Conference; Designation of Authorized Representatives................................17 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................17 3.01 Intent...........................................................................................................................................17 3.02 Reference Standards...................................................................................................................18 3.03 Reporting and Resolving Discrepancies......................................................................................19 3.04 Interpretation of the Contract Documents.................................................................................20 3.05 Reuse of Documents...................................................................................................................20 Article 4—Commencement and Progress of the Work..............................................................................20 4.01 Commencement of Contract Times; Notice to Proceed.............................................................20 4.02 Starting the Work........................................................................................................................20 4.03 Progress Schedule.......................................................................................................................21 4.04 Delays in Contractor's Progress..................................................................................................21 Article 5—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................22 5.01 Availability of Lands....................................................................................................................22 5.02 Use of Site and Other Areas........................................................................................................22 5.03 Subsurface and Physical Conditions............................................................................................23 5.04 Differing Subsurface or Physical Conditions...............................................................................24 5.05 Underground Facilities................................................................................................................25 5.06 Hazardous Environmental Conditions at Site .............................................................................26 Article 6—Bonds and Insurance .................................................................................................................28 6.01 Performance, Payment, and Other Bonds..................................................................................28 General Conditions 007200-1 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 6.02 Licensed Sureties ........................................................................................................................29 6.03 Required Minimum Insurance Coverage....................................................................................29 6.04 General Insurance Provisions......................................................................................................29 6.05 Contractor's Insurance................................................................................................................30 6.06 Property Insurance......................................................................................................................33 6.07 Waiver of Rights..........................................................................................................................34 6.08 Owner's Insurance for Project....................................................................................................34 6.09 Acceptable Evidence of Insurance..............................................................................................35 6.10 Certificate of Insurance...............................................................................................................35 6.11 Insurance Policies........................................................................................................................35 6.12 Continuing Evidence of Coverage...............................................................................................35 6.13 Notices Regarding Insurance ......................................................................................................35 6.14 Texas Workers' Compensation Insurance Required Notice .......................................................36 Article 7-Contractor's Responsibilities.....................................................................................................38 7.01 Supervision and Superintendence..............................................................................................38 7.02 Labor; Working Hours.................................................................................................................38 7.03 Services, Materials, and Equipment ...........................................................................................39 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................39 7.05 Patent Fees and Royalties...........................................................................................................40 7.06 Permits........................................................................................................................................41 7.07 Taxes...........................................................................................................................................41 7.08 Laws and Regulations..................................................................................................................41 7.09 Safety and Protection .................................................................................................................42 7.10 Safety Representative.................................................................................................................43 7.11 Hazard Communication Programs..............................................................................................43 7.12 Emergencies................................................................................................................................43 7.13 Contractor's General Warranty and Guarantee .........................................................................43 7.14 INDEMNIFICATION......................................................................................................................44 7.15 Delegation of Professional Design Services................................................................................45 Article 8-Other Work at the Site...............................................................................................................46 8.01 Other Work.................................................................................................................................46 8.02 Coordination ...............................................................................................................................47 8.03 Legal Relationships......................................................................................................................47 General Conditions 007200-2 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Article 9—Owner's and OPT's Responsibilities...........................................................................................48 9.01 Communications to Contractor ..................................................................................................48 9.02 Replacement of Owner's Project Team Members......................................................................48 9.03 Furnish Data................................................................................................................................48 9.04 Pay When Due.............................................................................................................................48 9.05 Lands and Easements; Reports and Tests...................................................................................48 9.06 Insurance.....................................................................................................................................48 9.07 Modifications..............................................................................................................................48 9.08 Inspections,Tests, and Approvals...............................................................................................48 9.09 Limitations on OPT's Responsibilities .........................................................................................48 9.10 Undisclosed Hazardous Environmental Condition......................................................................49 9.11 Compliance with Safety Program................................................................................................49 Article 10—OAR's and Designer's Status During Construction ..................................................................49 10.01 Owner's Representative..........................................................................................................49 10.02 Visits to Site.............................................................................................................................49 10.03 Resident Project Representatives...........................................................................................49 10.04 Rejecting Defective Work........................................................................................................49 10.05 Shop Drawings, Modifications and Payments.........................................................................50 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................50 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................50 Article 11—Amending the Contract Documents; Changes in the Work ....................................................50 11.01 Amending and Supplementing the Contract Documents.......................................................50 11.02 Owner-Authorized Changes in the Work................................................................................51 11.03 Unauthorized Changes in the Work........................................................................................51 11.04 Change of Contract Price ........................................................................................................52 11.05 Change of Contract Times.......................................................................................................52 11.06 Change Proposals....................................................................................................................52 11.07 Execution of Change Orders ...................................................................................................53 11.08 Notice to Surety......................................................................................................................54 Article 12—Change Management ..............................................................................................................54 12.01 Requests for Change Proposal................................................................................................54 12.02 Change Proposals....................................................................................................................54 12.03 Designer Will Evaluate Request for Modification...................................................................55 General Conditions 007200-3 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 12.04 Substitutions...........................................................................................................................55 Article13—Claims.......................................................................................................................................56 13.01 Claims......................................................................................................................................56 13.02 Claims Process.........................................................................................................................57 Article 14—Prevailing Wage Rate Requirements.......................................................................................58 14.01 Payment of Prevailing Wage Rates.........................................................................................58 14.02 Records....................................................................................................................................58 14.03 Liability; Penalty; Criminal Offense.........................................................................................59 14.04 Prevailing Wage Rates.............................................................................................................59 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................59 15.01 Cost of the Work.....................................................................................................................59 15.02 Allowances..............................................................................................................................63 15.03 Unit Price Work.......................................................................................................................63 15.04 Contingencies..........................................................................................................................64 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................65 16.01 Access to Work........................................................................................................................65 16.02 Tests, Inspections and Approvals............................................................................................65 16.03 Defective Work .......................................................................................................................65 16.04 Acceptance of Defective Work................................................................................................66 16.05 Uncovering Work....................................................................................................................66 16.06 Owner May Stop the Work.....................................................................................................67 16.07 Owner May Correct Defective Work.......................................................................................67 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................67 17.01 Progress Payments..................................................................................................................67 17.02 Application for Payment.........................................................................................................69 17.03 Schedule of Values..................................................................................................................71 17.04 Schedule of Anticipated Payments and Earned Value............................................................72 17.05 Basis for Payments..................................................................................................................73 17.06 Payment for Stored Materials and Equipment.......................................................................73 17.07 Retainage and Set-Offs ...........................................................................................................74 17.08 Procedures for Submitting an Application for Payment.........................................................74 17.09 Responsibility of Owner's Authorized Representative...........................................................75 17.10 Contractor's Warranty of Title................................................................................................76 General Conditions 007200-4 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 17.11 Substantial Completion...........................................................................................................76 17.12 Partial Utilization.....................................................................................................................77 17.13 Final Inspection.......................................................................................................................77 17.14 Final Application for Payment.................................................................................................77 17.15 Final Payment..........................................................................................................................78 17.16 Waiver of Claims.....................................................................................................................78 17.17 Correction Period....................................................................................................................78 Article 18-Suspension of Work and Termination.....................................................................................79 18.01 Owner May Suspend Work.....................................................................................................79 18.02 Owner May Terminate for Cause............................................................................................79 18.03 Owner May Terminate For Convenience................................................................................80 Article 19-Project Management...............................................................................................................81 19.01 Work Included.........................................................................................................................81 19.02 Quality Assurance ...................................................................................................................81 19.03 Document Submittal...............................................................................................................81 19.04 Required Permits ....................................................................................................................81 19.05 Safety Requirements...............................................................................................................82 19.06 Access to the Site....................................................................................................................82 19.07 Contractor's Use of Site..........................................................................................................82 19.08 Protection of Existing Structures and Utilities........................................................................83 19.09 Pre-Construction Exploratory Excavations..............................................................................83 19.10 Disruption of Services/Continued Operations........................................................................84 19.11 Field Measurements ...............................................................................................................84 19.12 Reference Data and Control Points.........................................................................................84 19.13 Delivery and Storage...............................................................................................................85 19.14 Cleaning During Construction.................................................................................................86 19.15 Maintenance of Roads, Driveways, and Access......................................................................86 19.16 Area Access and Traffic Control..............................................................................................87 19.17 Overhead Electrical Wires.......................................................................................................87 19.18 Blasting....................................................................................................................................87 19.19 Archeological Requirements...................................................................................................87 19.20 Endangered Species Resources...............................................................................................88 19.21 Cooperation with Public Agencies..........................................................................................88 General Conditions 007200-5 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Article 20—Project Coordination................................................................................................................88 20.01 Work Included.........................................................................................................................88 20.02 Document Submittal...............................................................................................................88 20.03 Communication During Project...............................................................................................89 20.04 Project Meetings.....................................................................................................................89 20.05 Requests for Information........................................................................................................91 20.06 Decision and Action Item Log..................................................................................................91 20.07 Notification By Contractor......................................................................................................92 20.08 Record Documents..................................................................................................................92 Article 21—Quality Management...............................................................................................................94 21.01 Contractor's Responsibilities ..................................................................................................94 21.02 Quality Management Activities by OPT..................................................................................95 21.03 Contractor's Use of OPT's Test Reports..................................................................................96 21.04 Documentation .......................................................................................................................96 21.05 Standards................................................................................................................................97 21.06 Delivery and Storage...............................................................................................................97 21.07 Verification Testing for Corrected Defects..............................................................................97 21.08 Test Reports............................................................................................................................97 21.09 Defective Work .......................................................................................................................98 21.10 Limitation of Authority of Testing Laboratory........................................................................98 21.11 Quality Control Plan................................................................................................................98 21.12 Implement Contractor's Quality Control Plan ......................................................................100 Article 22—Final Resolution of Disputes..................................................................................................101 22.01 Senior Level Negotiations .....................................................................................................101 22.02 Mediation..............................................................................................................................101 Article 23—Minority/MBE/DBE Participation Policy................................................................................102 23.01 Policy.....................................................................................................................................102 23.02 Definitions.............................................................................................................................102 23.03 Goals......................................................................................................................................103 23.04 Compliance............................................................................................................................104 Article 24—Document Management........................................................................................................104 24.01 Work Included.......................................................................................................................104 24.02 Quality Assurance .................................................................................................................104 General Conditions 007200-6 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 24.03 Contractor's Responsibilities ................................................................................................104 24.04 Document Submittal.............................................................................................................105 24.05 Document Numbering ..........................................................................................................105 24.06 Document Requirements......................................................................................................106 Article25—Shop Drawings.......................................................................................................................107 25.01 Work Included.......................................................................................................................107 25.02 Quality Assurance .................................................................................................................107 25.03 Contractor's Responsibilities ................................................................................................107 25.04 Shop Drawing Requirements ................................................................................................109 25.05 Special Certifications and Reports........................................................................................109 25.06 Warranties and Guarantees..................................................................................................110 25.07 Shop Drawing Submittal Procedures....................................................................................110 25.08 Sample and Mockup Submittal Procedures..........................................................................112 25.09 Equal Non Specified Products...............................................................................................113 25.10 Requests for Deviation..........................................................................................................113 25.11 Designer Responsibilities......................................................................................................114 25.12 Resubmission Requirements.................................................................................................116 Article26—Record Data ...........................................................................................................................117 26.01 Work Included.......................................................................................................................117 26.02 Quality Assurance .................................................................................................................117 26.03 Contractor's Responsibilities ................................................................................................117 26.04 Record Data Requirements...................................................................................................118 26.05 Special Certifications and Reports........................................................................................118 26.06 Warranties and Guarantees..................................................................................................119 26.07 Record Data Submittal Procedures.......................................................................................119 26.08 Designer's Responsibilities....................................................................................................120 Article 27—Construction Progress Schedule............................................................................................121 27.01 Requirements........................................................................................................................121 27.02 Document Submittal.............................................................................................................121 27.03 Schedule Requirements........................................................................................................121 27.04 Schedule Revisions................................................................................................................123 27.05 Float Time..............................................................................................................................123 Article 28—Video and Photographic documentation ..............................................................................124 General Conditions 007200-7 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 28.01 Work Included.......................................................................................................................124 28.02 Quality Assurance .................................................................................................................124 28.03 Document Submittal.............................................................................................................124 28.04 Photographs..........................................................................................................................125 28.05 Video Recording....................................................................................................................125 Article 29-Execution and Closeout.........................................................................................................125 29.01 Substantial Completion.........................................................................................................125 29.02 Final Inspections....................................................................................................................126 29.03 Reinspection Fees .................................................................................................................126 29.04 Closeout Documents Submittal ............................................................................................127 29.05 Transfer of Utilities ...............................................................................................................127 29.06 Warranties, Bonds and Service Agreements.........................................................................127 Article30-Miscellaneous........................................................................................................................128 30.01 Computation of Times...........................................................................................................128 30.02 Owner's Right to Audit Contractor's Records.......................................................................128 30.03 Independent Contractor.......................................................................................................129 30.04 Cumulative Remedies ...........................................................................................................129 30.05 Limitation of Damages..........................................................................................................129 30.06 No Waiver.............................................................................................................................129 30.07 Severability............................................................................................................................129 30.08 Survival of Obligations ..........................................................................................................130 30.09 No Third Party Beneficiaries .................................................................................................130 30.10 Assignment of Contract.........................................................................................................130 30.11 No Waiver of Sovereign Immunity........................................................................................130 30.12 Controlling Law.....................................................................................................................130 30.13 Conditions Precedent to Right to Sue...................................................................................130 30.14 Waiver of Trial by Jury...........................................................................................................130 30.15 Attorney Fees........................................................................................................................130 30.16 Compliance with Laws...........................................................................................................131 30.17 Enforcement..........................................................................................................................131 30.18 Subject to Appropriation.......................................................................................................131 30.19 Contract Sum.........................................................................................................................131 30.20 Contractor's Guarantee as Additional Remedy....................................................................131 General Conditions 007200-8 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings 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 Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder—An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order-A document issued on or after the Effective Date of the Contract,which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. 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. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions 007200-10 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 13. 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. Claims must be initiated by written notice, signed and sworn to be an authorized corporate officer, verifying the truth and accuracy of the Claim. 14. 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. §§5101 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. 15. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 16. 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. 17. Contract Documents - Those items designated as Contract Documents in the Agreement. 18. 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. 19. 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. 20. Contractor-The individual or entity with which Owner has contracted for performance of the Work. General Conditions 007200-11 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 21. 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. 22. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. 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 24. 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, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. 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. 26. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. 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. 28. 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. 29. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. 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. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions 007200-12 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 32. 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. 33. 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. 34. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 35. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 36. 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 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. 37. 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. 38. 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. 39. 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. 40. 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. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 41. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 42. Project Manual — That portion of the Contract Documents that may include the following: introductory information,solicitation requirements and responses, proposal, Contract forms and General and Supplementary Conditions, General Requirements, Specification, Drawings, Project Safety Manual and Addenda. 43. 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. General Conditions 007200-13 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 44. 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. 45. Schedule of Documents-A schedule of required documents, prepared and maintained by Contractor. 46. 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. 47. 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. 48. 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. 49. 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. 50. 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. 51. 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. 52. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 53. 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. 54. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 55. 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. 56. Unit Price Work-Work to be paid for on the basis of unit prices. General Conditions 007200-14 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 57. Work - The construction of the Project or its component parts as required by the Contract Documents. 58. 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. 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 General Conditions 007200-15 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement (either electronic or printed) 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 Project Management System A. Owner shall administer its design and construction management through an internet-based project management system known as e-Builder. B. Contractor shall conduct all communication through and perform all project-related functions utilizing this project management system. This includes all correspondence, General Conditions 007200-16 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E submittals, requests for information, payment requests and processing, contract amendments, change orders, delivery orders and other administrative activities. C. Owner shall administer the software and provide training to Contractor's Team. 2.04 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,which must be a Critical Path Method (CPM) Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.05 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 and Supplementary Conditions 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 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. General Conditions 007200-17 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. S. 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. 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. General Conditions 007200-18 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. The exactness of existing grades, elevations, dimensions or locations given on any Drawings issued by Designer, or the work installed by other contractors, is not guaranteed by Owner. Contractor shall,therefore, satisfy itself as to the accuracy of all grades, elevations, dimensions and locations. Any errors due to Contractor's failure to verify at the site all such grades, elevations, dimensions or locations relating to such existing or other work shall be rectified by Contractor without any additional cost to Owner. 3. 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. 4. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 007200-19 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 5. 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. 6. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error,ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual/administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 007200-20 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 4.04 Delays in Contractor's Progress A. No Damages for Delay: Contractor shall receive no compensation for delays or hindrances to the Work,except in the case of direct interference with means and methods by the Owner. In no event shall the Contractor be entitled to any compensation or recovery of any special damages in connection with any delays, including without limitation: consequential damages, lost opportunity costs, impact damages, or other similar damages. Owner's exercise of any of its rights or remedies under the Contract Documents (including without limitation ordering changes in the Work, or directing suspension, rescheduling, or correction of the Work), regardless of the extent or frequency of Owner's exercise of such rights or remedies, shall not be construed as active interference in the Contractor's performance of the Work. An extension of Contract Time, to the extent permitted, shall be the sole remedy of the Contractor for any acknowledged delays.Contractor 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, 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 adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. 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 performing other work at or adjacent to the Site; 3. Acts of war or terrorism; and 4. Rain days in excess of the number specified in a calendar year. General Conditions 007200-21 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 3. Hazardous Environmental Conditions. 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. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. 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 General Conditions 007200-22 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 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. General Conditions 007200-23 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 to 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 15.03. General Conditions 007200-24 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. Investigating and field-verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. 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, but in no event later than 3 days, 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. General Conditions 007200-25 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 15.03. 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 General Conditions 007200-26 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 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. General Conditions 007200-27 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. General Conditions 007200-28 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E G. Owner may exclude the Contractor from the Site and exercise Owner's termination rights under Article 18 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. 6.03 Required Minimum Insurance Coverage A. Obtain and maintain insurance as required in this Article and in the Supplementary Conditions. B. Deliver evidence of insurance in accordance with the Supplementary Conditions 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. 6.04 General Insurance Provisions A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with this Article 6 and the Supplementary Conditions. B. Provide endorsements to the policies as outlined in this Article. 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 General Conditions 007200-29 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 18 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 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. 6.05 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 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 General Conditions 007200-30 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Article and the Supplementary Conditions. Insurance is to remain in effect 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 the Supplementary Conditions, 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; 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, fixtures, 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, 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. General Conditions 007200-31 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Owner as defined in Article 1; 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 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 Article must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Article or the Supplementary Conditions 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, General Conditions 007200-32 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 6.06 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 Article and the Supplementary Conditions or those required by Laws and Regulations and must comply with the requirements of Paragraph 6.09. 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 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. General Conditions 007200-33 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 Article and the Supplementary Conditions. 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. 6.07 Waiver of Rights A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in the Supplementary Conditions. B. All policies purchased in accordance with this Article are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contain provisions that the Subcontractor waive all rights against Owner,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. 6.08 Owner's Insurance for 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 bythe OPT, named insureds,or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. General Conditions 007200-34 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 6.09 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. 6.10 Certificate 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. 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. 6.11 Insurance Policies A. If requested by the Owner, make available for viewing 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. 6.12 Continuing Evidence of Coverage A. Provide updated, revised, or new evidence of insurance in accordance this Article and the Supplementary Conditions prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 6.13 Notices Regarding Insurance A. Notices regarding insurance are to be sent to the Owner at the following address: General Conditions 007200-35 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 6.14 Texas Workers' Compensation Insurance Required Notice 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 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 General Conditions 007200-36 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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; 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 this section, 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 General Conditions 007200-37 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. Regular working hours are between sunrise and sundown Monday through Saturday unless other times are specifically authorized in writing by OAR. C. Do not perform Work on a 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 Martin Luther King Jr Day Third Monday in January Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November General Conditions 007200-38 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Holiday Date Observed Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 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 17.01.13 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 Documents. 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. Under no circumstances shall any Subcontractor debarred under Chapter 41 of The Code of Ordinances, City of Corpus Christi, be deemed acceptable to Owner. 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. General Conditions 007200-39 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 days of Owner's notice to replace a Subcontractor,Supplier,or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, General Conditions 007200-40 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. B. Contractor's obligation to indemnify Owner 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. This Project is not exempt from City permits and fees unless expressly stated otherwise. 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. General Conditions 007200-41 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. General Conditions 007200-42 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 to pay 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 General Conditions 007200-43 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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, Contractor shall indemnify, defend, and hold harmless the Owner 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 and/or failure to comply with the terms and conditions of the contract, violations of Laws or Regulations, or bodily injury, death or destruction of tangible property caused by the acts, omissions or negligence of the Contractor's Team, regardless of whether such claim, damage, loss or expense is alleged to be caused in part by an Owner 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 against a claim, loss, damage or expense caused by the sole negligence of an Owner. B. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner 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 from the consequences of the Owner's sole negligence. c. To the fullest extent permitted by law, Contractor shall indemnify, defend, and hold harmless the Owner from and against Indemnified Costs resulting from infringement on patent rights or copyrights by Contractor's Team. General Conditions 007200-44 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E D. The indemnification obligations of this Paragraph 7.14 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 by an employee or the survivor or personal representative of employee of Contractor's Team. The indemnification obligations of this Paragraph 7.14 shall not be deemed to be released,waived or modified in any respect by reason of any surety or insurance provided by Contractor. 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 from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner does 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 as to its defense of the claim within 10 days after being notified of the indemnification request. Owner may assume and control the defense if Contractor does not assume the defense. Pay all defense expenses of the Owner as an indemnified loss. 2. Owner 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 to comply with restrictions or limitations that adversely affect Owner; b. Would require Owner to pay amounts that Contractor does not fund in full; or c. Would not result in Owner's 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 General Conditions 007200-45 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. General Conditions 007200-46 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 or other contractor retained by the City: 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 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 if damages, delays, disruptions, or interference occur. General Conditions 007200-47 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E E. Contractor's obligation to indemnify Owner for claims arising out of or related to 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 Article 17. 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 16.02. 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 007200-48 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 9.12 Plans and Specifications A. Owner does not warrant the plans and specification. 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 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. General Conditions 007200-49 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 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 16.04 if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. 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 007200-50 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 will be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. If negotiations under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05 are unsuccessful, 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. 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 16.05. General Conditions 007200-51 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 for authorized Work 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 13. 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 15.03, 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 15.01 plus a Contractor's fee for overhead and profit determined as provided in Paragraph 15.05 when the Work involved is not covered by unit prices in the Contract Documents and 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, whichever is greater. Owner may decrease the Work by up to 25 percent of the Contract Price. 11.05 Change of Contract Times A. The Contract Times for authorized Work 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 13. 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 in accordance with Article 12 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. General Conditions 007200-52 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. Notify the OAR within 3 days 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. 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; 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 16.04 or Owner's correction of Defective Work under Paragraph 16.07, 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 13. 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 Change Order, nor a warranty that the Change Order 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. If the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07, the Change Order is deemed to be in full force as if executed by Contractor. Contractor may file a Claim for payment and/or time, pursuant to Article 13. General Conditions 007200-53 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. ARTICLE 12—CHANGE MANAGEMENT 12.01 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 12.02 to the Designer for evaluation by the OPT. 12.02 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. A Change Proposal must be submitted to the OAR no later than 30 days after the event initiating the 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 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; and 9) Other items of cost. General Conditions 007200-54 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 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 OAR 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 Article 25. 12.03 Designer Will Evaluate Request for Modification A. 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 13. 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. 12.04 Substitutions 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 these procedures for a substitution. B. 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 12.02 along with a Shop Drawing as required by Article 25 to request approval of a substitution. General Conditions 007200-55 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E C. 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. D. Provide a written certification that, in making the substitution request,the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. E. Pay for review of substitutions in accordance with Article 25. ARTICLE 13—CLAIMS 13.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. Seeking an adjustment of Contract Price or Contract Times; 2. Contesting an initial decision by OAR concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; 3. Appealing OAR's decision regarding a Change Proposal; 4. Seeking resolution of a contractual issue that OAR has declined to address; or 5. Seeking other relief with respect to the terms of the Contract. B. Contractor shall be entitled to an extension of Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Contractor shall bear the entire economic risk of all weather delays and disruptions. Contractor shall not be entitled to any increase in the Contract Price by reason of such delays or disruptions. Upon Contractor reaching Substantial Completion, Owner and Contractor shall look back at the entire duration of the calendar day Project and review the totality of what Contractor claims were unusually severe weather disruptions. If the Project was delayed or disrupted due to unusually severe weather in General Conditions 007200-56 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E excess of weather normally experienced over the entire duration of the Project, Contractor may make a Claim for an extension of the Contract Time for delays or disruptions due to unusually severe weather in excess of weather normally experienced at the job site, as determined from climatological data set forth by the National Weather Service and which affects the Project's critical path. Any time extension granted shall be non-compensatory. 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Except for Claims resulting from unusually severe weather, notice of a Claim by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 14 days after the start of the event giving rise to the Claim. Failure by Contractor to submit written notice of a Claim within 14 days shall constitute a waiver of such Claim. C. Submit the complete Claim with supporting documentation to Owner no later than 60 days after the start of the event giving rise to the Claim (unless Designer allows additional time for claimant to submit additional or more accurate data in support of such Claim). The Claim must be signed and sworn to by Contractor, certifying 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 relief requested accurately reflects the full compensation to which Contractor is entitled. Failure by Contractor to submit the Claim within 60 days shall constitute a waiver of such Claim. D. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. E. Claims by Owner must be submitted by written notice to Contractor. F. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR or Designer. 2. Claims seeking an adjustment of Contract Time must include a Time Impact Analysis and native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR or Designer. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation. H. Designer will review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or General Conditions 007200-57 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the Claim shall be deemed denied 30 days after receipt of the Claim. J. Following receipt of Designer's initial recommendation regarding a Claim,the Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. If the entity receiving a Claim approves the Claim in whole or in part or denies it in whole or in part, this action is final and binding unless the other entity invokes the procedure described in Article 22 for final resolution of disputes by filing a notice of appeal within 30 days after this action. L. If the Owner and Contractor reach a mutual agreement regarding a Claim, the results of the agreement or action on the Claim will be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times. M. Both parties shall continue to perform all obligations under the Agreement during the pendency of any dispute or disagreement relating to this Agreement, unless performance would be impracticable or impossible under the circumstances. N. Any failure of Contractor to comply with any of the foregoing conditions precedent with regard to any such Claim shall constitute a waiver of any entitlement to submit or pursue such Claim. O. Receipt and review of a Claim by City shall not be construed as a waiver of any defenses to the Claim available to the City under the Contract Documents or at law. ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS 14.01 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 and its Subcontractors are required to pay Davis-Bacon Wage Rates. C. Contractor and its Subcontractors are required to pay laborers and mechanics an overtime rate of not less than one and one-half times the basic rate for all hours worked in excess of forty hours in a given workweek. 14.02 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. General Conditions 007200-58 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 14.03 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 §2258.023(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 on 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. 14.04 Prevailing Wage Rates A. Use the Prevailing Wage Rates specified in the Supplementary Conditions. ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK 15.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 15.01, except those excluded in Paragraph 15.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 15.01 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. General Conditions 007200-59 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 15.01.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, 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 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 15.01 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; General Conditions 007200-60 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. For Contractor-and Subcontractor-owned machinery,trucks, power tools or other equipment, use the FHWA rental rates found in the Rental Rate Blue Book ("Blue Book") multiplied by the regional adjustment factor and the rate adjustment factor to establish hourly rates. Use the rates in effect for each section of the Blue Book at the time of use. Payment will be made for the actual hours used in the Work. 1) Standby costs will be paid at SO% of the FHWA rental rates found in the Blue Book if Contractor is directed by Owner in writing to standby. Standby costs will not be allowed during periods when the equipment would otherwise have been idle. For a six-day work week, no more than eight hours per a 24-hour day, no more than 48 hours per week and no more than 208 hours per month shall be paid of standby time. Operating costs shall not be charged by Contractor. e. 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; 1) The hourly rate shall be determined by dividing the actual invoice cost by the actual number of hours the equipment is involved in the Work. Owner reserves the right to limit the hourly rate to comparable Blue Book rates. 2) If Contractor is directed to standby in writing by Owner, standby costs will be paid at the invoice daily rate excluding operating costs, which includes fuel, lubricants, repairs and servicing. f. 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; g. Deposits lost for causes other than negligence of Contractor's Team; h. Royalty payments and fees for permits and licenses; i. Cost of additional utilities,fuel, and sanitary facilities at the Site; j. Minor expense items directly required by the Work; and k. 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 General Conditions 007200-61 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 15.01.C.1 or specifically covered by Paragraph 15.01.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. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 15.01.C. E. The Contractor's fee for profit and overhead is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis; 2. A mutually acceptable fixed fee; or 3. 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 15.01.C.1, 15.01.C.2 and 15.01.C.4; b. The Contractor's fee is 5 percent for costs incurred under Paragraph 15.01.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 15.01.C.1 and 15.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; 2) The Subcontractor's fee is 5 percent for costs incurred under Paragraph 15.01.C.4 for the Subcontractor that actually performs the Work at whatever tier; and 3) 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 Paragraph 15.01.D; General Conditions 007200-62 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 4. The adjustment in Contractor's fee is based on the net change in accordance with Paragraphs 15.05.13.1 through 15.05.13.5, inclusive when both additions and credits are involved in any one change. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 15.01. 15.02 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 15.02.13.1 and 15.02.13.2 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. 15.03 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 Contract. 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 15.03.E. General Conditions 007200-63 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 15.03.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 Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 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 Contract. 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 15.01. 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 Contract. 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 bythe Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions 007200-64 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK 16.01 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. 16.02 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 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. ork;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. 16.03 Defective Work A. It is Contractor's obligation to ensure 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. General Conditions 007200-65 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 16.04 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 17 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 17 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. 16.05 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 resulting from the Defective Work if it is found that the uncovered Work is Defective. General Conditions 007200-66 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16.06 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 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. 16.07 Owner May Correct Defective Work A. Owner may remedy deficiencies in the Work 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 16.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 16.07 are to be charged against Contractor as a set-off against payments due under Article 17. 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 16.07. ARTICLE 17—PAYMENTS TO CONTRACTOR;SET-OFFS;COMPLETION; CORRECTION PERIOD 17.01 Progress Payments A. Progress payment requests are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in this Article 17. General Conditions 007200-67 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 17.03. 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 15.03. 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 15.01, 15.02 and 15.04 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 16.07; 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; g. 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; i. Failure to submit up-to-date record documents as required by the Contract Documents; j. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; k. Failure to provide Project photographs required by the Contract Documents; I. Failure to provide Certified Payroll required by the Contract Documents; General Conditions 007200-68 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E m. 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; n. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; o. 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. Other items entitling Owner to a set-off against the amount recommended; or q. 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. 17.02 Application for Payment A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the Supplementary Conditions, the Agreement, and this Article 17. 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; General Conditions 007200-69 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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; 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; General Conditions 007200-70 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. Record Documents per Article 20. 2. Progress Schedule per Article 27. 3. Project photographs per Article 28. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. 5. Documentation required to substantiate any approved Project deviation, including overruns of Designer's estimated quantity. 6. Documentation required by funding agency, if applicable. 17.03 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 attached to the Application for Payment - 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. If unit prices are included in the Contract, use each unit price line item in the Contract 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. General Conditions 007200-71 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 costs associated with the item in the Contract. 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. 17.04 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. General Conditions 007200-72 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 17.05 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 17.03 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 17.06. 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 Contract. b. Payment for stored materials and equipment will be made per Paragraph 17.06. 2. Measure the Work described in the Contract 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. 17.06 Payment for Stored Materials and Equipment A. Store materials and equipment properly at the Site. 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment shown in the Application for Payment and attachments will be made for the invoice amount,up to the value shown 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 the Application for Payment and attachments. Include invoice numbers so that a comparison can be made between invoices and amounts included on the Application for Payment and attachments. 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 General Conditions 007200-73 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 that Contractor provides 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. 17.07 Retainage and Set-Offs A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include the appropriate attachment to the Application for Payment. 17.08 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 Contract 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. General Conditions 007200-74 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 items 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 Cto 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. 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. 17.09 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. General Conditions 007200-75 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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; 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. 17.10 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. 17.11 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 within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, 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 007200-76 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 17.12 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 17.11 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. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted 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. 17.14 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. General Conditions 007200-77 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 17.15 Final Payment A. Make final Application for 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. 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. 17.16 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; 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 22 and specifically noted in the Certificate of Final Completion. 17.17 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or, in the event of a latent defect, within 1 year after discovery thereof by City. 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 17.17.A and 17.17.13 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. General Conditions 007200-78 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E D. Contractor's obligation to indemnify Owner 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 system is 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. Contractor's obligations under this Paragraph 17.17 are in addition to other obligations or warranties. The provisions of this Paragraph 17.17 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 18—SUSPENSION OF WORK AND TERMINATION 18.01 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. 18.02 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; 6. Contractor's repeated disregard of the authority of OPT; 7. Contractor's failure to prosecute the work with diligence; or General Conditions 007200-79 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 8. Contractor's other material breach of the contract. 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 18.02.A.4. Owner may terminate Contractor's performance under this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. C. Owner may declare Contractor to be in default, give notice to Contractor and surety that Contractor's performance under 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 18.02.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 Contractor's performance under the Contract for cause. E. Owner may elect not to proceed with termination of Contractor's performance under the Contract under this Paragraph 18.02 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 18.02. 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. The 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. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination of Contractor's performance 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. H. In the event the Owner terminates the contract for cause, and it is later determined that cause for termination was lacking, the termination will be deemed a termination without cause under Paragraph 18.03. 18.03 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 15.05; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. General Conditions 007200-80 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. ARTICLE 19— PROJECT MANAGEMENT 19.01 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. 19.02 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. 19.03 Document Submittal A. Provide documents in accordance with Article 24. 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 Data. 19.04 Required 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. General Conditions 007200-81 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 19.05 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 Article 26. 19.06 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. 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 Article 26. 19.07 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. 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. General Conditions 007200-82 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 19.08 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 and coordinate Work with local utility companies 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. 19.09 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. General Conditions 007200-83 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E C. Prepare a Plan of Action 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 OAR. E. Unless specifically indicated otherwise in the Bid Form, no separate payment will be made for pre-construction exploratory excavations. Include the cost for pre-construction exploratory excavations in the unit price for the pipe construction or other applicable feature. When necessary, pavement repairs associated with exploratory excavations that are beyond the limits of the new pavement will be paid for at the unit prices for pavement repair when an item is included in the Bid Form. When an item for pavement repair is not included in the Bid Form, the cost should be included in the unit price for the pipe construction or other applicable feature. 19.10 Disruption of Services/Continued Operations A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner of 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 if facilities must be taken out of operation. 19.11 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 Data as required in Article 26. 19.12 Reference Data and Control Points A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. General Conditions 007200-84 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms,tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 19.13 Delivery and Storage A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. General Conditions 007200-85 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 19.14 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. 19.15 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: General Conditions 007200-86 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 19.16 Area Access and Traffic Control A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 19.17 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. 19.18 Blasting A. Blasting is not allowed for any purpose. 19.19 Archeological 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. General Conditions 007200-87 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 19.20 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. 19.21 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. ARTICLE 20—PROJECT COORDINATION 20.01 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. 20.02 Document Submittal A. Provide documents in accordance with Article 24. General Conditions 007200-88 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The OAR 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. 20.04 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 Article 27. b. Schedule of Values and anticipated Schedule of Payments per Article 17. C. List of Subcontractors and Suppliers. General Conditions 007200-89 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 20.07 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. General Conditions 007200-90 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 20.05 Requests for Information A. Submit Request for Information (RFI) to the OAR 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. OAR 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 Article 12 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 20.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 20.06. 20.06 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 20.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. General Conditions 007200-91 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 item if appropriate. The Contract Documents can only be changed by a Modification. 20.07 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. 20.08 Record Documents A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. General Conditions 007200-92 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. General Conditions 007200-93 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. ARTICLE 21—QUALITY MANAGEMENT 21.01 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; General Conditions 007200-94 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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; 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 through 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 OAR and the Designer. F. Provide an update on quality control activities at monthly progress meetings. 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. Owner will withhold payment for additional testing fees incurred due to Contractor noncompliance with OPT's Quality Control Program, including retesting fees, standby time, cancellation charges, and trip fees for retesting or cancellations. I. 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. 21.02 Quality Management Activities by 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 21.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 21.07. 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: General Conditions 007200-95 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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; 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. 21.03 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 test 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 implement the Contractor's Quality Control Plan resulting from these deviations. 21.04 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 Article 25. 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, General Conditions 007200-96 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per Article 25. 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 and why it does not comply. Submit these test reports on forms provided per Article 24. 21.05 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. 21.06 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, and processing test specimens as required by test standard to maintain the integrity of Samples. 21.07 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. 21.08 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; General Conditions 007200-97 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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; 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 sample 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. 21.09 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. 21.10 Limitation of Authority of 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. 21.11 Quality Control Plan A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per Article 25. Use Contractor's Quality Control Plan Checklist provided to review the document before General Conditions 007200-98 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control,verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, C. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 21.11.13.5 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 21.04. 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. General Conditions 007200-99 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 21.12 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. Include 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. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. General Conditions 007200-100 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 with the OPT one month prior to the expiration of the correction period. 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. ARTICLE 22—FINAL RESOLUTION OF DISPUTES 22.01 Senior Level Negotiations A. Each party is required to continue to perform its obligations under the Contract pending the final resolution of any dispute arising out of or relating to the Contract, unless it would be impossible or impracticable under the circumstances then present. B. All negotiations pursuant to Article 22 are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. C. Before invoking mediation, Owner and Contractor agree that they first shall try to resolve any dispute arising out of or related to this Contract through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. Both Owner and Contractor agree that this step shall be a condition precedent to use of any other alternative dispute resolution process. If the parties' senior management representatives cannot resolve the dispute within 45 calendar days after a party delivers a written notice of such dispute to the other, then the parties shall proceed with mediation. 22.02 Mediation A. In the event that Owner and/or Contractor contend that the other has committed a material breach of the Contract or the parties cannot reach a resolution of a claim or dispute pursuant General Conditions 007200-101 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E to Article 13, as a condition precedent to filing a lawsuit,either party shall request mediation of the dispute with the following requirements: 1. The request for mediation shall be in writing and shall request that the mediation commence not less than 30 calendar days or more than 90 calendar days following the date of the request, except upon agreement of the parties. 2. In the event Owner and Contractor are unable to agree to a date for the mediation or to the identity of the mediator within 30 calendar days following the date of the request for mediation, all conditions precedent shall be deemed to have occurred. 3. Owner and Contractor are to each pay one-half of the mediator's fees and costs.Venue for any mediation or lawsuit filed under this Contract shall be in Nueces County,Texas. Any agreement reached in mediation shall be enforceable as a settlement in any court having jurisdiction thereof. 4. Nothing in this Contract shall be construed as consent to a lawsuit. No provision of the Contract shall waive any immunity or defense. ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY 23.01 Policy A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, low income persons and Minority/Disadvantaged Business Enterprises (M/DBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives. 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. 23.02 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 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/Disadvantaged Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s) or socially and economically disadvantaged individual(s). Minority/Disadvantaged 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). General Conditions 007200-102 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. Socially and economically disadvantaged individual: Any individual who is a citizen (or lawfully admitted permanent resident) of the United States and who has been subjected to racial or ethnic prejudice or cultural bias within American society because of his or her identity as a member of a group and without regard to his or her individual qualities.The social disadvantage must stem from circumstances beyond the individual's control. F. 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. G. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example,a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 23.03 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 1. Minority participation goal is 45%. 2. Minority Business Enterprise participation goal is 15%. 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 General Conditions 007200-103 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 23.04 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. ARTICLE 24—DOCUMENT MANAGEMENT 24.01 Work Included A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 24.02 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. 24.03 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 Article 27. 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. General Conditions 007200-104 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 24.04 Document Submittal 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). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the document. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. 24.05 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 General Conditions 007200-105 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Prefix Description Originator RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor 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 to 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. 24.06 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 Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions 007200-106 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Document Type Section Suppliers and Subcontractors Articles 20 and 26 ARTICLE 25—SHOP DRAWINGS 25.01 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. 25.02 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 25.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 25.03 Contractor's Responsibilities A. Provide Shop Drawings as required by Paragraph 25.03 of the Supplementary Conditions. B. Include Shop Drawings in the Schedule of Documents required by Article 24 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 Article 27. 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 General Conditions 007200-107 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials,catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawings; 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 Drawings are complete for their intended purpose; and 5. Conflicts between the Shop Drawings 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 25.09. 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. General Conditions 007200-108 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors,textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights,gauges,materials of construction,external connections,anchors,and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 25.05 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 General Conditions 007200-109 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 25.06 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 Article 29. 25.07 Shop Drawing Submittal Procedures A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable,enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format(PDF). a. Create PDF documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 25.08.A. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. Add footers to each document with the Project name. General Conditions 007200-110 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, C. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier's standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per Article 12 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 General Conditions 007200-111 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 25.03. 25.08 Sample and Mockup Submittal Procedures A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 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. General Conditions 007200-112 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 25.09 Equal Non Specified Products A. 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 this article to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 25.10 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. General Conditions 007200-113 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 25.11 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article 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 Article 26. 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. General Conditions 007200-114 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. General Conditions 007200-115 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 25.11 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. 25.12 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 costs 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. General Conditions 007200-116 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. ARTICLE 26—RECORD DATA 26.01 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 require for record purposes. 26.02 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. 26.03 Contractor's Responsibilities A. Submit Record Data in accordance with SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. Include Record Data in the Schedule of Documents required by Article 24 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 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. General Conditions 007200-117 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 26.04 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. 26.05 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 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. General Conditions 007200-118 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 26.06 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. C. Provide a copy of all warranties in a separate document in accordance with Article 29. 26.07 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 documents from native format files unless files are only available from scanned documents. b. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. c. 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. d. Submit color PDF documents where color is required to interpret the Record Data. e. 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. f. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. h. 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. General Conditions 007200-119 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Article 12 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 26.03. 26.08 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 26.02 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: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no 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 Article 25. General Conditions 007200-120 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. 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 the Record Data 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." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE 27.01 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. Schedule Work based upon a six day work week. 27.02 Document Submittal A. Submit Progress Schedules in accordance with Article 24. 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 Schedule 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. 27.03 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 General Conditions 007200-121 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 revised 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 Article 24 indicating: 1. Specific date each document is to be delivered to the Designer. 2. Specific date each document must be received in order to meet the proposed schedule. General Conditions 007200-122 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous documents and for time lost when documents are submitted for products that do not meet Specification requirements. 27.04 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. 27.OS 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. General Conditions 007200-123 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION 28.01 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. 28.02 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. 28.03 Document Submittal A. Submit photographic documentation as Record Data in accordance with Article 24. B. Submit two DVDs of the video recording as Record Data in accordance with Article 24. General Conditions 007200-124 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 28.04 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 photographs 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. 28.05 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. ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the OAR 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. General Conditions 007200-125 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. OPT will visit the Site to observe the Work within 30 days after notification is received to determine the status of the Project. C. OAR will notify the Contractor, within 120 days after notification, that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. OAR 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 OAR when the items of Work in the OAR's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. OAR 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 OAR of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 29.02 Final Inspections A. Notify the OAR 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 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 30 days 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 been corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. OAR 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 29.04 if notified that the Project is complete, and the Work is acceptable. 29.03 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. General Conditions 007200-126 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 29.04 Closeout Documents Submittal A. Record Documents per Article 20. 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 Article 28. 29.05 Transfer of Utilities A. If applicable to the Project,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. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1-year correction period specified in the Contract Documents 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 service agreement; e. Indicate the start date for the correction period specified in the Contract Documents 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; General Conditions 007200-127 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 service agreements within 10 days after equipment or components are placed in service. ARTICLE 30—MISCELLANEOUS 30.01 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 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. 30.02 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. Examples of Contractor written and electronically stored records include, but are not limited to:accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondence, 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, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract 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 General Conditions 007200-128 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Paragraph 30.02 in any Subcontractor, supplier or vendor contract. 30.03 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. 30.04 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 30.04 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. 30.05 Limitation of Damages A. Owner is not liable to Contractor for claims, costs, losses or damages sustained by Contractor's Team associated with other projects or anticipated projects. B. Contractor waives claims for consequential damages, incidental or special damages arising out of or relating to this Contract, whether the damages are claimed in contract, tort or on any other basis. 30.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision or affect the enforceability of that provision or the remainder of this Contract. 30.07 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 007200-129 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 30.08 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. 30.09 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. 30.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the prior written consent of the Owner. 30.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. B. This Contract is to perform a governmental function solely for the public benefit. 30.12 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County,Texas. 30.13 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. 30.14 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. 30.15 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. General Conditions 007200-130 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 30.16 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. B. No qualified person shall on the basis of race, color, religion, national origin, gender, age or disability be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity which receives or benefits from federal financial assistance. C. Comply with all applicable federal, state and city laws, rules and regulations. D. Each applicable provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein,and the Contract shall be read and enforced as though each were physically included herein. 30.17 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. 30.18 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. 30.19 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. 30.20 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. 30.21 Notices. A. Any notice required to be given to Owner under any provision in this Contract must include a copy to OAR by mail or e-mail. General Conditions 007200-131 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 30.22 Public Information A. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract, and Contractor agrees that the contract can be terminated if Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. END OF SECTION General Conditions 007200-132 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas Urban Engineering ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 22 rain days have been set for this Project. An extension of time due to rain days will be considered only after 22 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule Supplementary Conditions 007300- 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Subsurface investigation, Laboratory Testing Program and Geotechnical Recommendations. For the proposed Nueces River Raw Water Pump Station Improvements Project CCTX RETL Job No: G116199 in Appendix 1. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. 1. Environmental Reports include the following: None 2. Drawings of physical conditions relating to known Hazardous Environmental Conditions at the Site include the following: None B. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.06 which describe Hazardous Environmental Conditions that have been identified at or adjacent to the Site. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. Supplementary Conditions 007300-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS 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 S. Products/Completed Operations Hazard $1,000,000 Per Occurrence 6. Contractual Liability $2,000,000 Aggregate 7. Broad Form Property Damage 8. Independent Contractors 9. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $1,000,000 Combined Single Limit Owned, Rented and Leased Workers' Compensation Statutory Employer's Liability $500,000/500,000/500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Required if Contract Price>$5,000,000 Contractor's Pollution Liability / $1,000,000 Per Claim Environmental Impairment Coverage Not limited to sudden and accidental Required ❑ Not Required discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation>3 ft. Builder's Risk(All Perils including Collapse) Equal to Full Replacement Cost of Structure and Contents Required for vertical structures and bridges ❑ Required H Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required Not Required Supplementary Conditions 007300-3 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sunup and sundown unless other times are specifically authorized in writing by OAR. 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." ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS SC-14.04 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 TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 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). Supplementary Conditions 007300-4 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E "General Decision Number: TX20220021 01/07/2022 Superseded General Decision Number: TX20210021 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: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022, Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least$15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022, Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least$11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date file:///S/...ojects/33500up/33760/b602%20°/o20transmission%20main/SPECS/General/eng-00-74-00.1-TX%2021%20Nueces%20-Heavy.txt[10/19/2022 3:29:42 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 0 01/07/2022 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER(Excluding Form Setting).........................$ 9.05 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 2.58 Laborers: Common......................$ 7.25 Utility.....................$ 7.68 Power equipment operators: Backhoe.....................$ 9.21 Motor Grader................$ 8.72 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ------------------------------------------------------ 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 file:///S/...ojects/33500up/33760/b602%20°/o20transmission%20main/SPECS/General/eng-00-74-00.1-TX%2021%20Nueces%20-Heavy.txt[r0/19/2022 3:29:42 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 file:///S/...ojects/33500up/33760/b602%20°/o20transmission%20main/SPECS/General/eng-00-74-00.1-TX%2021%20Nueces%20-Heavy.txt[10/19/2022 3:29:42 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Division National Office Branch of Wage Surveys. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information(wage payment data,project description, area practice material, etc.) that the requestor considers relevant to the issue. file:///S/...ojects/33500up/33760/b602%20°/o20transmission%20main/SPECS/General/eng-00-74-00.1-TX%2021%20Nueces%20-Heavy.txt[10/19/2022 3:29:42 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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" file:///S/...ojects/33500up/33760/b602%20°/o20transmission%20main/SPECS/General/eng-00-74-00.1-TX%2021%20Nueces%20-Heavy.txt[10/19/2022 3:29:42 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E "General Decision Number: TX20220029 01/07/2022 Superseded General Decision Number: TX20210029 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: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022, Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022, Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least$11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent perfonning on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at www.dol.gov/whd/govcontracts. file:///S/...0/b602%20-%20transmission%20main/SPECS/General/eng-00-74-00.2-TX%2029%20Aransas,%20Nueces°/`20-%20Higbway.txt[10/19/2022 3:29:50 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Modification Number Publication Date 0 01/07/2022 * SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER(Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Flagger.....................$ 8.81 Laborer, Common.............$ 10.25 Laborer, Utility............$ 11.23 Pipelayer...................$ 11.17 Work Zone Barricade Servicer....................$ 11.51 PAINTER(Structures).............$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 14.25 Asphalt Paving Machine......$ 13.44 Mechanic....................$ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough.........$ 16.85 TRUCK DRIVER Lowboy-Float................$ 16.62 Single Axle.................$ 11.61 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ------------------------------------------------------ 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 file:///S/...0/b602%20-%20transmission%20main/SPECS/General/eng-00-74-00.2-TX%2029%20Aransas,%20Nueces°/`20-%20Higbway.txt[10/19/2022 3:29:50 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 file:///S/...0/b602%20-%20transmission%20main/SPECS/General/eng-00-74-00.2-TX%2029%20Aransas,%20Nueces°/`20-%20Higbway.txt[10/19/2022 3:29:50 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Division National Office Branch of Wage Surveys. 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 file:///S/...0/b602%20-%20transmission%20main/SPECS/General/eng-00-74-00.2-TX%2029%20Aransas,%20Nueces°/`20-%20Higbway.txt[10/19/2022 3:29:50 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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" file:///S/...0/b602%20-%20transmission%20main/SPECS/General/eng-00-74-00.2-TX%2029%20Aransas,%20Nueces°/`20-%20Higbway.txt[10/19/2022 3:29:50 PM] DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES A. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Urban Engineering 361-854-3101 J. Douglas McMullan, P. E. 361-339-2083 Direct Line Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/Wastewater/Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) 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 IT Department (City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryLi n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 Supplementary Conditions 007300-5 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ARTICLE 23—MINORITY/MBD/DBE PARTICIPATION POLICY SC-23.03 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 1. Minority participation goal for this Project has been established to be 45%. 2. Minority Business Enterprise participation goal for this Project has been established to be 15%. 3. Disadvantaged Business Enterprise participation goal for this Project has been established to be 0%. ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 025223 Crushed Limestone Flexible Base Polyvinyl Chloride Pipe (AWSWA C900 and C905 Pressure Pipe 026210 for Municipal Water Mains and Water and Wastewater Force Mains) 027402 Reinforced Concrete Pipe Culverts 02341 Guided Boring and Casing(Pilot Tube Method) 02342 Open Cutting and Casing—R1 02614 Ductile Iron Pipe and Fittings 02640 Installation of Water Pipe 02643 Bar Wrapped Concrete Steel Cylinder Pipe 15101 Butterfly Valves 15104 Gate Valves 15108 Vacuum Relief/Air Inlet and Air Release Valves 16000 Polymer Concrete Pull Boxes 16001 Polyvinyl Chloride Electrical Conduit and Fittings 16061 Joint Bonding and Electrical Isolation 16062 Corrosion Control Test Stations Supplementary Conditions 007300-6 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E SC-25.12 RESUBMISSION REQUIREMENTS A. Pay for excessive review of Shop Drawings. 1. 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 below: Review of Shop Drawings by Designer Project Manager $210/hr. Project Engineer $140/hr. ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 00 72 00.20.08 Redline Drawings END OF SECTION Supplementary Conditions 007300-7 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 2/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 011100 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: This project consists of excavation, installation and backfilling of approximately 3,890 feet of 54" diameter water transmission main; by conventional trenching, 780 feet of 54" diameter water transmission main installed in 72" steel casing by auger boring, installation and backfilling of 7780 feet of 4" PVC conduit by conventional trenching valves and miscellaneous items of work required to complete the project in accordance with plans specifications and contract documents. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. Coordination with City Project E11068 Nueces River Raw Water Pump Station Improvements. Summary of Work 011100- 1 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 10/2018 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. Completion of the Work described in this Contract may impact the construction of the items listed above. a. Tie-in at Station 0+66 b. Coordinate construction activities through the OAR. C. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 3. Coordinate construction activities through the OAR. 4. Pay claims for damages which result from the late completion of the Project or any specified Milestones. B. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.0S 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 011100-2 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 10/2018 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. The Lump Sum Bid Items described as "Allowances' have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A 2—Bonds and Insurance: 1. Payment shall include all bonds and insurance required under the Contract Documents. 2. Payment for bonds and insurance will be based on the receipt of documentation of actual costs. Contractor shall furnish satisfactory evidence of the rate or rates paid for all bonds and insurance. Contractor will be reimbursed for the actual cost of unique insurance as required and obtained specifically forthis Project, not including the routine Alternates and Allowances 012310- 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 5/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. B. Allowance F1 - Unanticipated Utility Allowance: 1. Payment by Allowance 2. Measurements and payment for unanticipated utility allowance shall be negotiated on an as needed basis and shall include but is not limited to all of the materials, labor and equipment to complete the following: a. The sum of$80,000 has been estimated to cover utility adjustment as outlined in 0157 00 Section 1.12, and 0123 00 Section 1.04. b. Any other item required to complete the utility adjustments in accordance with these contract documents that are not measured and paid for under another bid item. C. Allowance F2 - Unanticipated Disposal of Contaminated Soil Allowance: 1. Payment by Allowance 2. Measurements and payment for unanticipated disposal of contaminated soil allowance shall be negotiated on an as needed basis and shall include but is not limited to all of the materials, labor and equipment to complete the following: a. The sum of$10,000 has been estimated to cover disposal of contaminated soil as outlined in 0157 00 Section 1.12, and 0123 00 Section 1.04. b. Any other item required to complete the disposal of contaminated soil in accordance with these contract documents that are not measured and paid for under another bid item. D. Allowance F3 -Allowance for Unanticipated Disposal of Contaminated Ground Water Allowance: 1. Payment by Allowance 2. Measurements and payment for unanticipated disposal of contaminated groundwater allowance shall be negotiated on an as needed basis and shall include but is not limited to all of the materials, labor and equipment to complete the following: a. The sum of $10,000 has been estimated to cover disposal of contaminated groundwater as outlined in 0157 00 Section 1.12, and 0123 00 Section 1.04. b. Any other item required to complete the disposal of contaminated groundwater in accordance with these contract documents that are not measured and paid for under another bid item. Alternates and Allowances 012310-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 5/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-3 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 5/2020 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. 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 Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1—Mobilization (Maximum 5%): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment AIDIDIIiii:IVIDU 1M I uo. 1 01 29 01-1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A..L.FACII fll(`t IF.:N I les.3 Rev 5/2020 PAd'allor 1 oa 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. Measurement for payment will be made per lump sum on the following basis: When at least 5% of the adjusted contract amount for construction is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract and removal of all equipment and materials from the Project site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Item A-2—Bonds and Insurance (Maximum Allowance of 2%) See 0123 10 Alternates and Allowances. C. Bid Item A-3—Install and Remove Silt Fence: 1. Payment by Linear Foot 2. This item shall be measured by the linear foot in accordance with the Contract Documents and shall include but is not limited to the following work: a. Staking with wooden lathes along the boundary of the work corridor using coordinates shown in the Contract Documents and provided by the Engineer. b. Furnishing, installing, maintaining and removing silt fence in areas noted. 3. 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. D. Bid Item A-4—Traffic Control: 1. Payment by Lump Sum 2. This item will be measured as a lump sum for installation, maintenance and removal of the items required to provide traffic control as specified in the Contract Documents. 3. 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. E. Bid Item A-5—Stormwater Pollution Prevention Plan: 1. Payment by Lump Sum 2. This item will be measured as a lump sum for installation, maintenance and removal of the items required to provide SWPPP and includes but is not limited to furnishing and submitting the SWPPP to the City, posting the Notice for sites of 5 acres or less, keeping a copy of the SWPPP available as required by TCEQ, and updating the Plan during the Project as required.All permits and required fees related to the SWPPP shall be included in this Item. Payment will be made on the following basis:The initial pay application will included 50% of the lump sum bid price minus retainage. The balance will be paid according to the percentage of construction completion on each pay application after 50% has occurred, minus retainage. 3. 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. F. Bid Item A-6—Trench Safety for Transmission Main Installation: 1. Payment by Linear Foot Measurement and Basis for Payment 01 29 01-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Alf:ell:"elliiiiNll::U1M No. 1 Rev 5/2020 A'I IAC11 NII l::::IN I Ido,3 I'AIE 2 of 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. Trench Safety shall be measured by the linear foot for all trenches and shall include the cost to provide trench safety as set out in Technical Specification 02226 Trench Excavation and Backfill. 3. 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. G. Bid Item A-7—Trench Safety for Structures and Bore Pits: 1. Payment by Each 2. Trench Safety shall be measured for each pit or structure and shall include the cost to provide trench safety as set out in Technical Specification Section 02225 Structural Excavation and Backfill. 3. 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. H. Bid Item A-8—Well Pointing: 1. Payment by Linear Foot 2. This item shall be measured by the linear foot of trench where well pointing is needed to keep the excavation dry on land, as approved by the Engineer, and shall include all costs to provide a dry foundation for the proposed improvements, including supplying and installing the geotextile and crushed stone as required, (See also Section 0157 00). 3. 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. I. Bid Item A-9—Pre-Construction Exploratory: 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 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. Measurement and Basis for Payment012901-3 A lf.:�If.:D If::::Jl�IG;b UJi IM IN o.. 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A ITAGII I11MIl:.:N I INo,3 Rev 5/2020 PAGIf::::3 of 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. J. Bid Item A-10—Unanticipated Ozone Advisory Days: 1. Payment by Day 2. The per Day bid item described as "Unanticipated Ozone Advisory Days" has been set as noted and shall be included in the Total Base Bid for each Bidder. This item may be used at the Engineer's discretion should an unanticipated unknown Ozone Advisory Days occur during the course of the project per Specification 0157 00, Section 1.09. Or similar situation warrant the use of the funds. The funds will be used to compensate the Contractor for priming and hot mix related paving issues as per Specification 0157 00,Section 1.09.Should the use of funds from the"Unanticipated Ozone Advisory Days" become necessary,the Engineer will provide written authorization Contractor.There is no guarantee that any of these funds will need to be used throughout the course of the work. The Contractor shall insert a figure in the Base Bid in his bid proposal. This item shall be used for unforeseen circumstances. K. Bid Item A-11—Remove and Reinstall Existing Fence: 1. Payment by Linear Foot 2. This item will be measured by the linear foot of fence removed and reinstalled to facilitate construction of the proposed improvements, and shall include all labor, materials and equipment required to complete this part of the project as identified in the plans and specifications, see also City Standard Specification 028300 Fence Relocations. L. Bid Item A-12—Remove and Replace Trees: 1. Payment by Each 2. This item will be measured by Each individual tree removed to install the water transmission main pipes in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Remove existing tree to facilitate construction. b. Replant new tree adjacent to trench within work corridor. c. Provide topsoil and fertilizer. d. Water tree until stabilized. 3. All tree removal and re-planting shall be carried out under the super vision of a landscape professional. M. Bid Item A-13—Remove and Reinstall Existing Mailboxes: 1. Payment by Each Measurement and Basis for Payment 012901-4 Alf.:&If.:�lEll�l If.:�V�IfJI Ilio. 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A'L I-C11 Mll::N T INo,3 Rev 5/2020 f'l1GIE 4 of 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. This item shall be measured by Each to remove and reinstall existing mailboxes as necessary and shall include all labor, material, and equipment to complete this part of the project, see also City Standard Specification 028200. N. Bid Item B-1-12" Crushed Limestone (Type A Grade 1) Flexible Base: 1. Payment by Square Yard 2. Flexible base (Limestone Type 'A' Grade 1) shall be measured by the square yard of finished base course of the thickness as indicated in the Contract Documents.This item includes, but is not limited to,the following work: a. Furnishing, placing and compacting the flexible base. 3. 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 B-2-3"Type D HMAC Pavement Repair: 1. Payment by Square Yard 2. Hot Mix-Hot Laid Asphaltic Concrete Pavement 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 prime coat. b. Furnishing, placing and compacting asphaltic concrete. 3. 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. P. Bid Item B-3—Cement Stabilized Sand: 1. Payment by Square Yard 2. Measurement for Cement Stabilized Sand 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 bythe Contract Documents including but not limited to: a. Depth of cement stabilized sand shall be from top of sand encasement to bottom of flexible base. b. Any other items required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. Q. Bid Item B-4—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. Measurement and Basis for Payment 01 29 01-5 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AII: 1 DlliiiiNll)UIM 1 1 Rev 5/2020 A"'I.TAC11 III1l::::IN I Nay.3 1,>0114 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. R. Bid Item B-5—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. 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. S. Bid Item B-6—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. T. Bid Item B-7—Seeding (Including Topsoil): 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 Drawings, including but not limited to: a. Site Grading. b. Furnishing and placing topsoil, seed, fertilize, water and maintain through establishment of grass cover. 3. Any other item required to complete the seeding in accordance with these Contract Documents that are not measured and paid for under another bid item. U. Bid Item C-1 — 54" Bar-Wrapped Concrete Steel Cylinder Pipe Water Transmission Main Installed by Conventional Trenching, C-1 — 6" Dia. C900 DR18 PVC Watermain Installed by Conventional Trenching, D-1—4" SCH 80 PVC Conduit (with 2500 Ib. to 5000 Ib. mule tape) installed by Conventional Trenching: 1. Payment by Linear Foot. Measurement and Basis for Payment 01 29 01-6 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 1AII)II)ENDUIMi INN, 1 Rev 5/2020 A.1...I( Il...flIIWIII::::.IN II..INo,3 f'AGlf::::6 of 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. Water line, and conduit will be measured by the linear foot of pipe for each size and type installed, regardless of the depth in accordance with the Contract Documents. Measurement will be made horizontally along the centerline of pipe from center to center of fitting.This item includes but is not limited to the following work: a. Submit work plan to Engineer for review. b. Trench Excavation, including temporary placement of spoil adjacent to the trench or hauling to a temporary storage area, disposing of existing unsuitable soil (and pavement), etc. c. Furnishing, and installing 54" diameter including joint restraint and welding per Technical Specification 02640 and any other items required to complete the water system improvements. d. Weld testing by an independent testing laboratory. e. Furnishing and installing 6" C900 DR 18 PVC,joint restraints and any other items to complete the waterline re-route. f. Furnishing, and installing 4" SCH 80 PVC pipe (with 2500 Ib to 5000 Ib mule tape), joint restraint and any other items required to complete the MIS. g. Placing and compacting embedment under pipe conventional trench segments (including furnishing the select bedding material). h. Placing and compacting trench backfill. i. Site clearing, stripping, grading, and cleaning up of pipe trench and affected area. Final grade will match pre-construction condition as shown on the plans. j. Pressure testing and flushing of the completed 6" and 54" water lines. All valves and taps required to test, and flush the main. k. Bacteriological testing of the 6" and 54" water transmission main. I. Restoration of property and all disturbed areas not specified elsewhere in the Contract Documents. m. Demolition and removal of above ground and below ground improvements within permanent easement according to Local, State and Federal Regulations. n. Loading, hauling, and unloading excess material removed from the trench excavation to an approved disposal site. o. Provide water for construction. p. Provide items to meet the intent of the regulatory requirements, see notes on Sheet 2 of the plans. q. Dewatering as defined in Section 0157 00 Temporary Control. r. Joint bonding as described in Technical Specification 16061. 3. 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. V. Bid Item C-2 —78" Dia. Casing with 54" Water Transmission Main, and Two (2) 4" Schedule 80 PVC Conduit Installed in a 72" steel casing by Guided Auger Boring. Measurement and Basis for Payment 012901-7 AIf.:DIf.:DIf::::Jl�lf.:?UIM No' 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A ITA.CII I IVo,3 Rev 5/2020 DAGaIf::::. 7 of'14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1. Payment by Linear Foot. 2. This item will be measured as a linear foot for installation of 72" steel casing with 54" water transmission main, 4" Schedule 80 PVC conduit by auger boring techniques, in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Submit work plan to Engineer for review. b. Provide all equipment and labor necessary to install 72"steel casing with 54"water transmission main and 4" Schedule 80 PVC conduit by auger boring. c. Site preparation including clearing and stripping for access of drilling and ancillary equipment. d. Trench and bore pit excavation, including removing and disposing of existing unsuitable soil, pavement, etc. e. Furnishing and installing the 54" water transmission main including joint welding and 4" Schedule 80 PVC pipe (with 2500 Ib.to 5000 Ib. mule tape). f. Weld testing by an independent testing laboratory. g. Furnishing and installing pipe and fittings necessaryto connect each end of crossing pipe to the 54" water transmission main, and 4" Schedule 80 PVC conduit. h. Furnishing and installing any wyes, reducers, pipe anchors, special fittings and backfill required to complete the work that are not measured and paid for under another bid item. i. Furnishing, welding, and installing 72" steel casing as indicated. j. Furnish and install casing spacers. k. Placing and compacting backfill (including furnishing the select bedding material) to the finish grade shown on the plans. I. Grading and cleaning up of the crossing and affected area. m. Providing water for drilling and construction. Only potable water will be allowed for use as ballast to submerge the pipe to the specified flow line. n. Disposing of drilling cuttings according to rules and regulations of applicable Local, State and Federal agencies. o. Dewatering as defined in Section 015700 Temporary Control. p. Joint bonding as described in Technical Specification 16061. q. All materials, labor and equipment to complete bacteriologic testing and hydrostatic testing. 3. 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. W. Bid Item C-3—78" Dia. Steel Casing with 54" Dia. Water Transmission Main, and Two (2) 4" SCH 80 PVC Conduit Installed by Conventional Trenching: 1. Payment by Linear Foot. Measurement and Basis for Payment 01 29 1-8 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Alf:?IC:bl..C11f.fiMll� I No, 1 Rev 5/2020 A'11��"O�II NIf�If::::JI�.I I�V�w.3 IIA ll::::,8ca 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. This item will be measured as a linear foot for installation of 72" steel casing with 54" water transmission main, 4" Schedule 80 PVC conduit by conventional trenching techniques, in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Submit work plan to Engineer for review. b. Provide all equipment and labor necessary to install 72"steel casing with 54"water transmission main and 4" Schedule 80 PVC conduit by conventional trenching. c. Site preparation including clearing and stripping for access of equipment. d. Trench excavation, including removing and disposing of existing unsuitable soil, pavement, etc. e. Furnishing and installing the 54" water transmission main including joint welding and 4" Schedule 80 PVC pipe (with 2500 Ib.to 5000 Ib. mule tape). f. Weld testing by an independent testing laboratory. g. Furnishing and installing pipe and fittings necessaryto connect each end of crossing pipe to the 54" water transmission main, and 4" Schedule 80 PVC conduit. h. Furnishing and installing any wyes, reducers, pipe anchors, special fittings and backfill required to complete the work that are not measured and paid for under another bid item. i. Furnishing, welding, and installing 72" steel casing as indicated. j. Furnish and Install Casing Spacers. k. Placing and compacting backfill (including furnishing the select bedding material) to the finish grade shown on the plans. I. Grading and cleaning up of the crossing and affected area. m. Providing water for construction. Only potable water will be allowed. In. Dewatering as defined in Section 015700 Temporary Control. o. Joint bonding as described in Technical Specification 16061. p. All materials labor and equipment to complete bacteriological testing and hydrostatic testing. 3. 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. X. Bid Item C- —54" Dia. 0°to 5° Pipe Bevel; C-5—54" Dia. 5.5°to 22.5° Pipe Bend; C-6—54" Dia. 23° to 45.5° Pipe Bend; C-7—54" Dia. 46°to 67.5° Pipe Bends; C-8 54" Dia. Cap; C-17— 6" DIP Fittings(MJ with MEGA Lug Joint Restraint Fitting), and D-2-4" SCH 80 PVC Fittings: 1. Payment by Each. 2. This item will be measured by each individual fitting for each size and type listed on the Proposal. This item includes but is not limited to the following work: a. Trench Excavation, including removing and disposing of existing unsuitable soil (and pavement), etc. Measurement and Basis for Payment AII:�II:�Iliiiill�Il::�U 1 Ilio. 1 01 29 01-9 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A ITAI;II III1IIiiiilN I No.3 Rev 5/2020 F'A4�If::::,9 01 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E b. Furnishing and installing the fitting. c. Joining and welding(as applicable)all fittings to pipe. Mechanical joint fittings shall include a Mega Lug joint restraint fitting at each fitting. Welding shall follow the requirements of Technical Specifications. d. Weld testing by an independent testing laboratory. e. Concrete thrust blocking. f. Include the cost of furnishing and installing any adapter, tap, blow off valve or special fitting required to complete the installation ready for use in the appropriate bid item. g. Placing and compacting backfill (including furnishing the select bedding material under conventional trench segment). h. Grading and cleaning up of pipe trench and affected area. 3. 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. Y. Bid Item C-9—6" Vacuum Relief/Air Inlet and Air Release Valves and Valve Chamber, C-1 — 8"Vacuum Relief/Air Inlet and Air Release Valves and Valve Chamber,and C-11-10"Vacuum Relief/Air Inlet and Air Release Valves and Valve Chamber: 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, vacuum relief/air inlet and air release valves, miscellaneous piping, vents, concrete manholes, access cover, and bollards. 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 bollard shall be domed for drainage and shall have a smooth finish. 3. 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. Z. Bid Item C-12— Blow-off Valves: 1. Payment by Each. 2. This item will be measured by each individual installation in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Furnishing and installing valves and appurtenances, including valves box cover extension stem on the 54"water transmission main (mechanical joint) required to complete the installation. Measurement and Basis for Payment 1 29 01-10 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AII3IIDIEIMI::SUTA Ilio. 1 Rev 5/2020 A T If AC 11 NIIWIII::.::IN If Ido,3 I'AGII:::: 10 oaf'14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E b. Joining and welding(as applicable) all valves to pipe. Mechanical joint fittings shall include a Mega Lug at each fitting. Welding shall follow the requirements of Technical Specifications. C. Furnishing and installing concrete collar on butterfly valve and concrete house keeping pad for blow-off valve. d. Furnish and installing bollards as shown on the plans. e. Include the cost of furnishing and installing any adapter, tap, blow off valve or special fitting required to complete the installation ready for use in the appropriate bid item. f. Placing and compacting backfill (including furnishing the select bedding material under conventional trench segment). g. Top of valve boxes shall match the finished grade, unless shown otherwise on the plans. h. Grading and cleaning up of installation and affected area. 3. 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. AA. Bid Item C-13—Metal Posts with Signs: 1. Payment by Each. 2. This item will be measured by each individual installation, in accordance with the Contract Documents. This item includes, but it not limited to,the following work: a. Furnishing and installing posts, concrete, sign and paint required to complete the installation. b. Top of concrete footing shall match the finished grade, unless shown otherwise on the plans. c. Grading and cleaning up of installation and affected area. 3. 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. BB. Bid Item C-14—Tie-in to Existing discharge pipe at River Pump Station: 1. Payment by Lump Sum. 2. This item will be measured by lump sum tie-in and includes to furnishing and installing all of the items required to tie into the existing lines, in accordance with the Contract Documents. 3. 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. CC. Bid Item C-15—C. P.Test Stations: 1. Payment by Each. 2. This item will be measured by each individual installation, in accordance with the Contract Documents.This item includes but is not limited to, the following work: Measurement and Basis for Payment 12901-11 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AIDI[Y1liiii1\V1DU1M I 1 Rev 5/2020 A If TACIT II II` IF.::IN If Ilia.'3 F1AG1I:::: 11 of 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E a. Furnishing and installing corrosion protection test station as shown on the plans and as further described in Technical Specification 16062 Corrosion Control Test Stations. b. Grading and clean-up of installation and affected area. 3. 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. DD. Bid Item C-1 —Connect to Existing 6"Waterline: 1. Payment by Each. 2. Measurement for connect to existing 6" waterline 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. EE. Bid Item D-3—Polymer Concrete Pull Boxes/Junction Boxes: 1. Payment by Each. 2. This item will be measured by each individual installation, in accordance with the Contract Documents.This item includes, but is not limited to,the following work: a. Furnishing and installing the pull boxes as described in the specification. b. 4-inch 90 degree sweeps and 4-inch caps (on in-coming and out-going pipes). c. 6-inch thick crushed gravel bedding material, maximum stone size %" compacted to 95%Standard Proctor. d. All conduits will be capped with the mule tape tied to the outside of the conduit. e. Top of box shall match the finished grade, unless shown otherwise on the plans. 3. 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. FF. Bid Item E-1-4' Dia. Precast Concrete Manhole, Bid Item E-2-4'x3' Concrete Post Inlet: 1. Measurements and payment for 4' diameter precast manhole and 4'x 3' Concrete Post Inlet shall be by Each individual manhole installed and by the depth classification shown on the proposal. 2. This item shall include, but is not limited to all materials labor and equipment to complete the following work: a. Structural excavation including removing all material encountered (including asphalt, concrete and old manholes) and disposing of all suitable and/or excess material. b. Furnish and install 4' diameter precast concrete manhole, ring and cover, concrete collar and concrete base. C. Furnish and Install 4'x 3' concrete Post Inlet. d. Furnish, install and compact backfill and cement stabilized sand. e. Grading and cleaning up of affected areas. Measurement and Basis for Payment 012901-12 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AII::9II 1l:::1N1:�U 1M INo. 1 Rev 5/2020 A ITAS:;II flM1l:::::JN I INo, 3 F"AG1l:::. 112 of 114 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3. Any other items required to complete the sanitary manhole in accordance with these contract documents that are not measured and paid for under another bid item. GG. Bid Item E-3—Install 18" Dia. Reinforced Concrete Pipe (Incl. End Treatment): 1. Payment by Linear Foot. 2. Measurement for Install 18" Reinforced Concrete Pipe 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 0157 00. d. Furnish and install all RCP as shown on the plans. e. Furnish and Install concrete End Treatment. 3. Any other items required to complete the improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. HH. Bid Item E-4—Reshape and Regrade Existing Ditch: 1. Payment by Linear Foot. 2. This item will be measured as a linear foot for reshape and regrade existing ditch in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Cuttings, grading and reshaping the ditch to drain from headwall at Station 12+30 to inlet at Station 10+25. b. Hauling off excess material. c. Seeding. 3. Any other items required to complete the improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. II. Bid Items not listed on the Bid Form: 1. Items of work not listed on the Proposal necessary to complete the project as shown on the drawings and as specified are considered as subsidiary to the established bid items and there will be no separate payment.Their costs should be included in the appropriate bid item. JJ. Bid Item F-1—Unanticipated Utility Allowance: See 0123 10 Alternates and Allowances. KK. Bid Item F2—Unanticipated Disposal of Contaminated Soil Allowance: See 0123 10 Alternates and Allowances. LL. Bid Item F-3—Unanticipated Disposal of Ground Water Allowance: See 0123 10 Alternates and Allowances. Measurement and Basis for Payment 1 29 01-13 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AI[ I DIIiiiilPdlll:UIM INIlNo, Rev 5/2020 A..PTACIIflI(t IF.::I�..P. PTAGII:::: 13 oil 14 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01-14 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AII::9II 1l:::1N1:�U 1M INo. 1 Rev 5/2020 A ITAS:;II flM1l:::::JN I INo, 3 F"AG1l:::. 114 of 114 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 0133 01 Submittal Register 25223 Crushed Limestone Flexible Base Polyvinyl Chloride Pipe (AWSWA C900 and C905 26210 Pressure Pipe for Municipal Water Mains and Water and Wastewater Force Mains) 27402 Reinforced Concrete Pipe Culverts 2341 Guided Boring and Casing(Pilot Tube Method) 2342 Open Cutting and Casing—R1 2614 Ductile Iron Pipe and Fittings 2640 Installation of Water Pipe 2643 Bar Wrapped Concrete Steel Cylinder Pipe 15101 Butterfly Valves 15104 Gate Valves 15108 Vacuum Relief/Air Inlet and Air Release Valves 16000 Polymer Concrete Pull Boxes 16001 Polyvinyl Chloride Electrical Conduit and Fittings 16061 Joint Bonding and Electrical Isolation 16062 Corrosion Control Test Stations Submittal Register 01 33 01-1 Nueces River Raw Water Pump Station-Transmission Main,Project No.E16417 10/2018 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. The Contractor is responsible for notifying City staff 14 days prior to requiring entry to City owned/operated facilities (Nueces River Pump Station and 0. N. Stevens Water Treatment Plant. 2. The Contractor is responsible to notifying local residents/businesses 14 days prior to requiring entry and starting work adjacent to their homes and businesses. 3. The Contractor is responsible for undertaking preparatory work to locate the existing utilities and underground obstructions prior to starting the work. a. At a minimum the Contractor will conduct a Texas 811 notification for the entire project route. b. Once the locates have been made by the third-party locators the contractor will carry out the pre-construction exploratory excavations as described in the contractor documents. c. Any changes will be submitted to the OAR and EOR via the City's RFI process for further action. 4. The phasing and construction time noted below is suggested to minimize the effects on local residents and the City staff. 5. The Contractor can submit a modified phasing plan for consideration prior to commencing the work. B. Work shall be completed within the specified time for these items: Description Time Preliminary—Submittals and Procure Pipe and other Materials 90 Days Phase 1—(STA 0+66 to STA 7+00)— Nueces River Pump Station Site 25 Days Phase 2—(STA 7+00 to STA 13+00)—Smith Drive 35 Days Phase 3—(STA 13+00 to STA 24+00)—Smith Drive 30 Days Phase 4—(STA 24+00 to STA 34+00)—COCC Easement 20 Days Phase 5—(STA 34+00 to STA 46+16)—COCC Easement 45 Days Phase 6—(STA 0+66 to Station 41+16) - Pressure Testing, and 15 Days clean-up, Disinfection and Bacti Sampling Project Close Out 10 Days Total Time 270 Days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. Special Procedures AI:)II:)1i.:iIN1DUIM IUo, 1 013500- 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AI IAG®IIWIf::::JNT lea.4ev 10/2018 FgAGlf::::, 1 off0 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Phase 1-(STA 0+66 to STA 7+00)—Nueces River Pump Station Site 1. Submit boring work plan 14 days prior to mobilizing boring contractor 2. Excavate bore pits. 3. Install 72" steel casing, 54" water transmission main Station and 4" MIS conduit from STA 0+74 to STA 1+66. 4. Install 72" steel casing, 54" water transmission main Station and 4" MIS conduit from STA 5+10 to STA 5+75. 5. Excavate and install 54" water transmission main and 4" MIS conduit by conventional trenching. 6. Install combination air/vacuum valves. 7. Backfilling, site clean-up and seeding. 8. Access road pavement repairs 9. Move on to the next phase segment. Phase 2-(STA 7+00 to STA 13-00)—Smith Drive 1. Relocate existing 6" PVC waterline 2. Relocate existing storm sewer pipe, manholes, inlets and headwall 3. Install 72" steel casing, 54" water transmission main Station and 4" MIS conduit from STA 7+75 to STA 8+85 by conventional trenching. 4. Install 54" water transmission main, blow-off valve and 4" MIS conduit by conventional trenching. 5. Backfilling, site clean-up and seeding. 6. Repair driveway at STA 8+50 7. Smith Drive pavement repairs 8. Regrade and reshape existing drainage ditch 9. Replant existing trees 10. Move on to the next phase segment. Phase 3-(STA 13+00 to STA 24+00)—Smith Drive 1. Submit boring work plan 14 days prior to mobilizing boring contractor 2. Excavate bore pits. 3. Install 72" steel casing, 54" water transmission main Station and 4" MIS conduit from STA 19+05 to STA 20+50. 4. Install 54" water transmission main and 4" MIS conduit by conventional trenching. 5. Install combination air/vacuum valves. 6. Backfilling, site clean-up and seeding. 7. Smith Drive and Calallen Drive pavement repairs Special Procedures AIDII:)Ilii.DN1::bU.1IPM I o, 1 013500-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AI IA.C11 IM1l:::1N I INoev 10/2018 F AQDll:::;2 a�r 6 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 8. Move on to the next phase segment. Phase 4-(STA 24+00 to STA 34+00)—COCC Easement 1. Install 54" water transmission main and 4" MIS conduit by conventional trenching. 2. Install combination air/vacuum valves. 3. Backfilling, site clean-up and seeding. 4. Move on to the next phase segment. Phase 5-(STA 34+00 to STA 46+16)—COCC Easement 1. Submit boring work plan 14 days prior to mobilizing boring contractor 2. Contractor to coordinate with H & M site owner to relocate equipment and stockpiled materials as necessary to carry out the work 3. Excavate bore pits. 4. Install 72" steel casing, 54" water transmission main Station and 4" MIS conduit from STA 33+80 to STA 37+10. 5. Install 72" steel casing, 54" water transmission main Station and 4" MIS conduit from STA 45+00 to 46+00. 6. Install 54" water transmission main and 4" MIS conduit by conventional trenching. 7. Install combination air/vacuum valves. 8. Backfilling, site clean-up and seeding. 9. Gravel repairs H & M site STA 37+50 to STA 41+50 10. Move on to the next phase segment. Phase 6-(STA 0+66 to STA 41+16)—Pressure Testing and Clean-up 1. Submit pressure testing and disinfection plan 14 days prior to testing. 2. Fill waterline using existing fire hydrants along the waterline alignment. 3. Carry out pressure testing process per the approved pressure testing plan 4. Once pressure test has been approved carry out disinfection process per the approved disinfection plan. 5. Assist City staff in obtaining bacteriological samples as required to approve disinfection process. 6. If valve chambers are used to conduct testing, make sure all combination air/vacuum valves are re-installed. 7. Site clean-up. 8. With approval of OAR move on to the project close out phase. D. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. E. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. Special Procedures AII::DII::DIliiiNIDUIM Ilvlo, 1 013500-3 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A ITACII NIf IF.::IN I IlNo,4 ev 10/2018 TAd II:.:::3 cA 6 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Water service to residences, businesses, and City facilities 2. Electrical power, 3. Control power, 4. Pipelines or wastewater systems, 5. Communications equipment, and 6. 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. 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: Max.Time Hours Liquidated Critical Operation Out of Operation Damages Operation can be Shut p Down ($ per hour) Connection of 54" Transmission Main to Discharge 4 hours $1,000 Header at River Pump Station Disconnection/Connection of 6" water lines to/from Distribution 4 hours $1,000 System on Smith Drive B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. Special Procedures AlI::�II:�II::::I�If.au�ilP Ides. 1 013500-4 A17A�II NI�PIII::::lN l I�Vea.4 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 11=A�:all::::4 e '6 Rev 10/2018 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 the 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 -Connection of 54"Transmission Main to Discharge Header at River Pump Station: a. Connection - Prior to beginning the connection work the contractor will request that the valve on the discharge header be closed to isolate the 54" discharge pipe. Once the City notifies the Contractor that the valve is closed the Contractor will then excavate the existing discharge pipe, remove the concrete thrust block and cap. Once these have been removed and the trench cleared of debris the contractor will install a 54" solid sleeve and connect the discharge pipe to the new transmission main. 2. Critical Operation 2 - Disconnection/Connection to Distribution System on Smith Drive: a. Disconnecting Old 6" Prior to cutting and disconnecting the existing 6" waterline the contractor will confirm service connections with the OAR. If no services are present on the segment to be removed then the Contractor will request that the valve at Smith Drive and River Forest Drive be closed to isolate the main from the distribution system. Once the City notifies the Contractor that the valve is closed the Contractor will then excavate the existing main cut/disconnect it and install a 6-inch cap at each end. b. Connection of New 6" - Once the new 6-inch waterline has been pressure tested and disinfected the Contractor will request that the valve on at River Forest Drive closed. Once the City notifies the Contractor that the valve is closed the Contractor will excavate and cut the existing line and installed a solid sleeve to make the connection to the distribution system. Once the new 6" line is connected to the distribution system the contractor will reestablish all service connections. 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. Special Procedures AII:)II:)Ilii::1N1:DEI`JI INo, 1 013500-5 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 AT IACIIWIl::.IN I INo,4 ev 10/2018 f'AGIf::::5 of 6 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures All II)li.:. If.:��,Yl�Il�ag. 1 013500-6 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 A ITAC111IINAli:::IN I Ilea.4 Rev 10/2018 I:::1A ll::::,6of6 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 015000- 1 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 10 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 015000-2 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. 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. Temporary Facilities and Controls 015000-3 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 015000-4 Nueces River Raw Water Pump Station—Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 as applicable to the nature and size of the Project. 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 Article 25 of SECTION 00 72 00 GENERAL CONDITIONS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 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. Temporary Controls 015700- 1 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 1.05 PERMITS SITE DISTURBANCE HAS BEEN ESTIMATED TO BE LESS THAN 5 ACRES NOI/NOT ARE NOT REQUIRED.CONTRACTOR SHALL FOLLOW REQUIREMENTS OF TECHNICAL SPECIFICATION 02620 AND POST THE CONSTRUCTION SITE NOTICE. A. As applicable, 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 SITE DISTURBANCE HAS BEEN ESTIMATED TO BE LESS THAN 5 ACRES NOI/NOT ARE NOT REQUIRED.CONTRACTOR SHALL FOLLOW REQUIREMENTS OF TECHNICAL SPECIFICATION 02620 AND POST THE CONSTRUCTION SITE NOTICE. A. Comply with the current requirements of TPDES General Permit No.TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 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 Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. Temporary Controls 015700-2 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil 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 Temporary Controls 015700-3 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. Temporary Controls 015700-4 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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,the Corpus Christi Bay. 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 wastewater system. If discharging to temporary holding tanks and trucking to a wastewater 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 wastewater 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 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. Temporary Controls 015700-5 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11A. 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater 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 the current version of the International Building Code (IBC) 2015. When applicable, 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 015700-6 Nueces River Raw Water Pump Station-Transmission Main, Project No. E16417 Rev 8/2019 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E STANDARD SPECIFICATIONS DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+I% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping, and recompacting by reprinting and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Fonn, 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 j ointing 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 (I") 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD P "_ or L=NDP 133,200 7,400 Asbestos - Cement Pipe,AWWA C603 L=ND P - 4,000 i4,000 PVC Pipe -Uni-bell equation 99 L=ND P - 7,400 i7,400 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Desi._na�tion 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E S. 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 pen-nanent 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 cominencement 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 11 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (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 5O4. 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Nominal 2-�/z 2 1-�/z 1 3/4 1/2 3/8 Grade No. Size In. In. In. In. In. In. In. No. 4 No. 8 1 2 in. 0 0 to 15 60 to 95 to 20 to 80 100 50 2 (467)* 1-'h in. 0 0 30 to 70 95 to to 65 to 100 5 90 4 (57)* 1 in. 0 0 40 90 to 95 to to to 100 100 5 75 8 3/8 in. 0 0 to 35 to 90 to 5 80 100 *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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin-Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns,Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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(f c) 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 11 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**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 perfonning 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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: (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 coulter 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. (3) 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. B. Equipment. (1) Batching. 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. S-q. 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Grade 75 #3 thru#8 6d -- #9, #10 8d -- #11 8d 8d #14, #18 10d -- 032020 Page 3 of 6 Rev.10-30-2014 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Diemen. = 3/4" _1 7/8" Bar or Smollar--Plan- Dimon. ; 1/27 h 1" Bar or Larger--Pian. Mmen. ; 1� 3✓ 1-1= over 6"--aemen.+ Zero or -I/Z7 K = 6 a-`nd less-Dimon. • Zero or 14 7/8" Bar or Smaller--Pion Dimon_ ; 1/20 r l" Bar or 1_arger-Place Diemen. s I" piral or Circular Tie Tie: or Stirstap gPIonDimon;-*-IY Plan Cm-=L=1/2 5. STORING 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 4of6 Rev.10-30-2014 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E TABLE 1 Minimum Lap Requirements Lap 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 I-a and Class I-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%, O°F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by mann£). 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 (I" in 3%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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft' Min. Recovery ASTM D 1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall,when applied to the damp concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev.3-25-2015 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 j oints 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 j oint shallbe 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 j oint 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 j ob 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (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, forins shall be filleted at all sharp corners and edges with triangular chainfer 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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-Aizitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes AOtated 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 forins 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 j oint. 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 forins. 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (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 pennission 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E EXCEPTIONS TO 4-DAY CURING Description Required Curing Upper Surfaces of Bridge Slabs and 8 curing days (Type I or III) cement Top Slabs of Direct Traffic Culverts 10 curing days (Type 11 cement) Concrete Piling (non-prestressed) 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 I 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 I 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 uniforrn 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E TECHNICAL SPECIFICATIONS DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 lines 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 plant, 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 plant, 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4. 02 Grade Alignment of Pipes in Pressure Service: "Pressure Service" is defined as any system subject to a hydrodynamic or hydrostatic head of 1 foot or greater 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: Avoidable conflicts are those that occur as a result 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 29 01. 01200 - Existing Obstructions Page 2 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 01570 CONSTRUCTION REQUIREMENTS WITHIN TEXAS DEPARTMENT OF TRANSPORTATION RIGHT-OF-WAY 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work accomplished in Texas Department of Transportation (TxDOT) Right-of-Way. 2.0 CONFLICTS In the event of a conflict between this subsection and any other part of the Contract Documents, the more stringent section shall govern when working in TxDOT Right-of-Way. 3.0 TRAFFIC CONTROL PLAN The Owner has prepared a Traffic Control Plan (TCP) , and included in the contract documents. The Contractor is required to notify TxDOT or appropriate governing entity whose jurisdiction is involved for review of this plan prior to commencing work. Any modification to the plan at the time of construction are the responsibility of the contractor. 4.0 GOVERNING POLICY AND REQUIREMENTS A. The requirements set out in this Section were obtained from Texas Administrative Code, Title 43, Part 1, Chapter 21, Subchapter C, Utility Accommodation. They have been included in these Contract Documents as an aid to the Contractor, but their completeness and accuracy are not guaranteed. In any event, installation shall be in accordance with "Utility Accommodation" (as noted above) , local TxDOT interpretation thereof, and the TxDOT permits found as Appendix 2 of the contract documents. B. Contractor shall comply with all T.M.U.T.C.D. requirements. 5.0 PERMITS Permits for construction in TxDOT Right-of-Way have been prepared by the Engineer and submitted to the TxDOT District Office. The Contractor shall be responsible for reviewing these permits. The Contractor shall notify the TxDOT at least 48 hours in advance of moving any equipment or material onto their Right-of-Way. The Contractor must keep one copy of each permit on the project site at all times. 6.0 BORING AND CASING INTERSTATE HIGHWAYS Length of bore shall be as shown on the approved permit. There shall be no peepholes in the median between the main traffic lanes. No equipment will be allowed to cross over the main traffic lanes. See this specification item 14 .0 Standard for Road Bore Specifications. 01570 TxDOT Right-of-Way Page 1 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 7.0 CONSTRUCTION AREA A. The active construction area will be maintained during construction. B. Pipe stringing in the work corridor adjacent to the open road must be approved by TxDot. If approved, the Pipe shall be laid next to Right-of-Way line and will not to interfere with driveways or intersections. C. Stockpiling of excess excavated material during construction may be permitted only at sites approved by TxDOT. D. It is the intent of these specifications that the cleanup operation shall follow the pipe laying operation as closely as possible. In no event shall the cleanup operation be more than 1, 000 feet behind the pipe laying operation. 8.0 EXCAVATION, BACKFILL AND SLOPE PROTECTION A. Excavation of side slopes will be by benching method and suitable material will be used to backfill and renew slopes. Seeding of these areas will be required. B. Sloped terrain leading into and out of drainage areas will require a check system for the width of the excavation to retard erosion until reestablishment of surface growth. This may be accomplished by using a sack of cement bladed into the top 4" of the completed backfill. Distance between these is generally 10 ' to 20 ' , depending on slope of ditch. C. Backfill shall be compacted to densities equal to that of the surrounding soil. In caliche areas, density shall equal to the closest soil test available. D. The Contractor will be responsible for any filling or settlement that may occur for a period of one year after completion of the project. 9.0 BRUSH AND TREES IN CONFLICT WITH CONSTRUCTION A. Brush Brush is designated as any bush or tree other than Oak trees, Pecan trees, Mesquite trees, Hackberry trees or other trees designed by the TxDOT to be saved. Any brush that conflicts with the construction operation shall be removed from the project site by the Contractor. B. Trees Unless specifically identified that they may be removed, all trees shall be protected. If trees conflict with the pipe alignment they shall be removed and relocated adjacent to their original location. Tree removal must be approved by TxDot. The relocation shall be carried out under the supervision of a landscape professional. 01570 TxDOT Right-of-Way Page 2 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 10.0 GENERAL SPECIFICATIONS A. Limitations on Work by the Contractor (1) No work shall be accomplished by the Contractor after a rainfall if doing so would cause damage (TxDOT Inspector to govern) . B. Minimum Cover on Pipe (1) The minimum depth of cover shall he as follows; for water transmission main it shall be 48", for gas lines it shall be 48" and for MIS conduits it shall be 42" below natural ground except at drainage structures. (2) At drainage structure depth of cover shall be 24" below structure flow line, unless shown otherwise Actual construction grade should be checked to be sure fill in has not occurred. (3) Clearances between underground utilities and storm sewers shall be a minimum of 24" unless shown otherwise. C. Marker Poles Marker poles shall not exceed the height of 6 feet. Utility name and phone number will be placed on each marker pole. D. Coordination of Work The utility shall coordinate all work within highway Right-of-Way with TxDOT. 11.0 STANDARD SPECIFICATIONS FOR PLACING PIPELINE PARALLEL TO A HIGHWAY A. It is expressly agreed that the said company will provide, at their own expense, all repairs of leaks that develop without delay. B. The top of the water pipeline and all appurtenances (valves, thrust block, etc. ) shall be placed a minimum of 48" below the existing surface. Gas lines will be placed a minimum of 48" below the existing surface. MIS conduits will be placed a minimum of 42" below the existing surface. C. The pipe will be so placed as to have full bearing on the bottom of the trench and after the pipe has been laid the trench shall be properly backfilled for its entire width and length to a density equal to that of the surrounding soil. Any excess excavation material not required to provide the necessary backfill shall be removed from the highway Right-of-Way and disposed of by said company. D. The contractor will not be allowed to impact the existing roadway section adjacent to the Right-of-Way line to facilitate the installation of the pipelines. 01570 TxDOT Right-of-Way Page 3 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E E. Ingress and egress at all private drives and county road approaches will be provided at all times. F. Any private roadside structures that are removed to permit the installation of this pipeline shall be restored, or replaced, in a condition comparable to the condition existing prior to their removal. G. Necessary barricades and warning signs will be provided prior to and during the construction to safeguard and direct traffic on the highway, and at all private drives and county road intersections. H. Parking of cars and trucks belonging to employees on both sides of the pavement will be prohibited and that all vehicles shall be parked on one side of the road and in no instance closer than a minimum of 8 feet from the edge of the pavement. I. No construction equipment or materials that would be hazardous to the traveling public will be left on the shoulders of the highway during the night. J. The contractor will provide for filling any settlement that may occur in the pipeline trench over a period of 12 months from the date the pipeline and all backfill is completed. K. The Contractor shall have a copy of the permit on the job site at all times. L. All above ground appurtenances shall be located at the Right-of- Way line or as designated by the engineer. M. Uniform alignment from right- of-way line shall be maintained as shown in the permit. N. Readily Identifiable and suitable Markers shall be placed at Right-cf Way Line, as shown on the plans. 0. Non-metallic pipe shall have a non-metallic marker concurrently installed for detection purposes. 12.0 STANDARD SPECIFICATIONS FOR CROSSING STATE HIGHWAY WITH BURIED TELEPHONE AND POWER CABLES, WATER LINES AND FORCE SEWER LINES A. Water line gas line and MIS conduits shall be placed through steel casing extending past edge of pavement, as shown on the plans. B. All boring on paved highway shall extend for the full width of the paving on each side thereof or for the full width of the roadbed as the case may be. For gravel or earth roads, the borings shall extend for the full width of the roadbed in all cases. C. Casing shall be of approximately the same diameter as the bored hole. D. The top of the casing shall be placed a minimum of 48" below the existing ditch grade, or as shown on the plans. 01570 TxDOT Right-of-Way Page 4 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E E. All backfill of trenches shall be thoroughly compacted to a density equal to that of surrounding soil, excess dirt disposed of, and Right-of-way reshaped to its original condition including fertilizing, seeding or sodding where existing grass has been disturbed. F. The Contractor shall have a copy of the permit on the job site at all times. G. All above ground appurtenances shall he located at the Right-cf- Way line. All below ground appurtenances have a cover, as noted in Section 11.0. H. Readily identifiable and suitable markers shall he placed at each Right-of-Way Line so that the location is accurately known. If casing is omitted it is agreed that the pavement will not he cut for repairs to the facility at any time in the future. I. Caution should be exercised in making bore "pilot" . No more than 3 pilot holes will be permitted. If bore matching is detrimental to the highways, a different type of machine will be used. J. The Contractor shall place a readily identifiable and suitable marker at each Right-of Way line where it is crossed, or as noted on the plans. K. The annular void between the drilled hole and the line or casing will be filled with satisfactory material to prevent settlement. 13.0 MANHOLE SPECIFICATIONS FOR SANITARY SEWER LINES (NOT USED) 14.0 STANDARD ROAD BORE SPECIFICATIONS The specifications listed below are a general guideline for a bore under a highway. Additional requirements, as needed, will be as directed by the TxDOT inspector on the job, see Technical Specification 02341 and 02342 for detailed boring requirements. A. Set Up Barricades Prior to commencing work, the Contractor will install barricades, with flashers, 2 Utility Construction Ahead, 2 End Construction, and necessary barricades or cones as required to safely protect the workers and the traveling public. The Type III barricades will be placed at the location as noted in the permit. All vehicles, equipment, material and excavated material shall be kept back of this line at all times. All equipment is to be off loaded beyond the edge of pavement or next road intersection but NEVER on the main lanes or shoulders. If the Contractor has tracked equipment, he shall have on the job site sufficient tires and flag persons to safely cross the main lanes without causing damage to the roadway or creating a hazard to the traveling public. All of the above will be complied with prior to starting any work. 01570 TxDOT Right-of-Way Page 5 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. Bore Depth The bore depth will be figured from existing grade in the lowest point of ditch or proposed finish grade to top of pipe, casing or cable. Recommend an additional few inches of cover due to variance of bore machine. Pilot hole shall be measured on both sides of highway prior to reaming operation. All mud or material dropped on the shoulder or main lanes will be removed immediately during the operation and specially at the end of each workday. C. Size of Bored Hole Size of bored hole will be generally the same size as the pipe, casing. A tolerance of 1" may be allowed for reamer. If the annular area between the bored hole and pipe, or casing is greater than 1", sand and cement grout will be required. D. Well Points Well points may be used in areas of water sand. Location of well points will be determined based on location and safety. Contact of utility prior to installation will be required. E. Location of Peepholes or Inspection Holes Peepholes or inspection holes will not be allowed. 15.0 STANDARD SPECIFICATIONS FOR CONTRACTOR'S EQUIPMENT, INGRESS AND EGRESS A. Any excess excavation material shall be removed from the highway Right-of-Way and disposed of by said company. B. That ingress and egress at all private drives and county roads will be provided at all times. C. That necessary barricades and warning signs will be provided during the construction to safeguard and direct traffic on the highway, and at all private drives and county road intersections. D. That parking of cars and trucks belonging to employees on both sides of the pavement will be prohibited and that all such vehicles shall be parked on one side of the road and in no instance closer than a minimum of 8 feet from the edge of the pavement. (Contractor shall barricade area used for parking. ) E. That no construction equipment or materials, which would be hazardous to the traveling public, will be left on the shoulders of the highway during the night. F. The person making the installation shall have a copy of the permit on the job. G. All poles and guys to be within the first 3 feet of the Right-of- Way. 01570 TxDOT Right-of-Way Page 6 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16.0 CONFLICTS WITH EXISTING UTILITIES In the event of conflicts in the location of existing utilities it shall be the responsibility of the Contractor to notify the OAR immediately. 01570 TxDOT Right-of-Way Page 7 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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) . 02203 - Utility Easement R. 0. W Clearing and Restoration Page 1 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.02 BRUSH AND TREED AREAS All disturbed areas shall have topsoil stripped to a depth of 12" from the existing grade. The topsoil shall be stored on site for use in final grading operations. Once backfill is complete in accordance with the plans and specifications, the disturbed area shall be cleared of debris, disked and raked to original grade and seeded (See Technical Specification 02802 for type and application rate of seed) . Stockpiled topsoil shall be used to bring the disturbed area to final grades. All large trees to be planted and maintained until growth established or tree is stabilized. 3.03 GRASSED YARDS AND EASEMENT All disturbed areas shall have the topsoil stripped to a depth of 12" from the existing grade. The topsoil shall be stored on site for use in final grading operations. 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 Technical Specification 02804 for details on sodding) . Stockpiled topsoil shall be used to bring the disturbed area to final grades. 3.04 CULTIVATED FIELDS All excavated areas shall have the top soil stripped up to a depth of 18" from existing grade. The topsoil shall then be stored on site for use in final grading operations. 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 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, 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 (See Standard Specification 028300 Fence Relocation) . 3.07 MAIL BOXES Several mail boxes could be impacted by construction of the new transmission main. Once construction is completed the mail boxes shall be re-installed in their original location to pre-construction conditions or new condition as necessary. (See Standard Specification 028200 Mail Box Relocation) . 02203 - Utility Easement R. 0. W Clearing and Restoration Page 2 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 12" of fill material shall be topsoil. Ditch will be seeded and maintained per Technical Specification 02802 . 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, Standard Specification 025223 - Crushed Limestone Flexible Base. 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 2 hours, see also Traffic Control Plan. 02204 - Ditch Cleaning & Shoulder Restoration Page 1 of 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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, see also Standard Specifications 022022 Trench Safety for Excavations. 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 02225 - Structural Excavation and Backfill Page 1 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 (or as shown on the plans) 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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, see also Standard Specification 022022 Trench Safety for Excavations. 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 02226 - Pipe Trench Excavation and Backfill Page 1 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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. 02226 - Pipe Trench Excavation and Backfill Page 2 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 3.06 MAINTENANCE OF FLOW IN SEWERS AND DRAINS The Contractor shall make adequate provision for maintaining the flow of sewers and drains encountered during construction. 3.07 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. 3.08 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. Ali 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 adjacent sections of the roadway embankment will be considered a suitable foundation material for the pipe. 3.09 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. 3.10 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. 02226 - Pipe Trench Excavation and Backfill Page 3 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.11 BACKFILL AND BEDDING Backfill and bedding material shall be screened, free of foreign material and as follows: 1. Class I: Well-graded gravels and sands, gravel-sand mixtures, crushed well-graded rock, little or no fines (GW, SW) : a. Plasticity index: non-plastic. b. Gradation: D60/Dio - greater than 4 percent; amount passing No. 200 sieve - less than or equal to 5 percent. 2. Class II: Poorly graded gravels and sands, little or no fines (GP,SP) : a. Plasticity index: non-plastic to 4 . b. Gradations (GP,SP) : amount passing No. 200 sieve-less than 5 percent. 3.12 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 6-inch layers (loose measure) and mechanically compact it to a density of 950 of the maximum density as determined by ASTM D-698 with a moisture content to be -3 percent to +5 percent of 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. 3.13 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 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 02226 - Pipe Trench Excavation and Backfill Page 4 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E extraneous material. 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. 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 950 of the maximum density ASTM D-698 with a moisture content near optimum. Water tamping, jetting or flooding in not allowed on this project. 3.14 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02341 - GUIDED BORING AND CASING (Pilot Tube Method) 1.0 GENERAL REQUIREMENTS The pilot tube auger boring method (PTAB) is a multi-stage process of accurately installing a utility and casing pipe by guided pilot tube, followed by progressive upsizing of the pilot hole. The work is typically performed using traditional auger boring equipment to advance the pilot tube, casing and product pipe. The location of the pilot tube is controlled through the use of a theodolite guidance system and video monitoring of an illuminated target. 1.01 SCOPE This specification shall govern for all work necessary to carry out the PTAB and casing of roads and railroads required to complete the project. This includes, furnishing and installing water line and casing pipe by guided auger boring (pilot tube method) including lay out, joining the pipe, boring the pilot hole, augering to upsize the hole, pushing the casing into place, furnishing/installing the carrier pipe, casings spacers, joint restraint and other associated activities required to complete the auger boring work. Acceptable alternative trenchless methods include slurry micro-tunneling. The Contractor shall not utilize any other trenchless method without written authorization from the Engineer. 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 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 REFERENCE o ASCE MOP 133 Pilot Tube and other Guided Boring Methods o Geotechnical Report in Appendix 1 2.0 SUBMITTALS A. Conform to requirements of Section 00 72 00 Article 24 Document Management, and Section 01 33 01 Submittal Register and Supplementary Conditions Article 25 Shop Drawings. B. All engineering and structural designs shall be signed and sealed by a Professional Engineer licensed in the State of Texas. C. Contractor shall submit the Welding Procedure Specification (WPS) for shop fabrication and field welding of the casing pipe. 02341 Guided Boring and Casing (Pilot Tube Method) Page 1 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E D. Contractor shall submit the welder certifications for the shop and field welders. E. Submit list of (5) recent projects to show that contractor has successfully completed project of the same size or larger. F. Quality Control Plan. G. `As-Built' drawings of the final horizontal and vertical alignment within 30-days following completion of pipe installation operations. H. Work Plan including the following minimum information: a. Identify key personnel (including subcontractors) , their roles and qualifications including: i) Project manager, site superintendent and foreman ii) Auger boring machine operator iii) Locating and pilot tube guidance equipment operator iv) Pipe handling, welding, installation support v) Qualifications of welding technician (must have certification and experience welding 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 installation operations. c. Manufacturer and type of major equipment items (pilot tube/auger boring machine, pumps, cranes, trucks, etc. ) and their capacities. d. Proposed method(s) to locate the pilot tube assembly during drilling including: i) Type and manufacturer of proposed locating equipment (guidance system) ii) The degree of accuracy expected from the combination of methods and equipment proposed (including results of previous projects using similar methods and equipment) iii) Description of surveying methods to set guidance system positions and a description of procedures to check and reset or realign guidance system during construction to ensure that thrust block, entry seal, and jacking frame are installed on proper line and grade. Submit results of line and grade survey. e. Any additional written agreements with property owners for activities to be conducted on private property. 02341 Guided Boring and Casing (Pilot Tube Method) Page 2 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E f. Identify significant coordination items and precautions proposed including: i) Provide written confirmation that the proposed alignment provides the clearance parallel to and below the utilities crossed as required by governing regulations, ii) Between driller and general contractor, iii) With the Owner, iv) With Private Property Owners, V) With Private Utilities. g. Proposed schedule and sequence of major operations including: i) Making additional geotechnical borings, if desired. ii) Pipe order, delivery, lay-out on the job site, iii) Welding pipe, inspection, and lab testing of welds, iv) Pre-disinfection of the product pipe, V) Site work at entry and exit work areas, vi) Installation of the pilot tube vii) Upsizing the hole, viii) Casing Pipe installation ix) Carrier Pipe installation X) Clean-up, xi) Installation of isolation valves and hydrostatic testing, xii) Disinfection of the water main, xiii) Number and duration of shifts planned to be worked each day. h. Schematic layout of work areas (entry and exit) including: i) locations drilling equipment, ii) location of entry and exit points and drive shafts iii) sizes and locations of proposed drive shafts to handle equipment i. Proposed source of water and expected quantity of water required for operations, j . Provide calculations demonstrating that the casing pipe installed by PTAB can withstand the long-term external soil, 02341 Guided Boring and Casing (Pilot Tube Method) Page 3 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E hydrostatic, buckling and live load conditions based on the geotechnical report and project documents. Provide jacking load calculations demonstrating the anticipated jacking force for each drive provides a safety factor of 2 .0 or greater, and the safe jacking force. Calculations and all assumptions shall be sealed by a Professional Engineer licensed in the State of Texas. k. Properties of jacking lubricants proposed to be used, including their MSDS sheets. 1. Proposed method(s) to avoid, control/contain, clean-up and dispose drilling fluids, cuttings and other wastes M. Support of Excavation Submittal. Launching and receiving pits required for the Contractors' operations shall be constructed along the pipe alignments in accordance with the Drawings. Pit ground support and groundwater control systems, including shoring and bracing shall selected, designed, and stamped by the Contractor's Professional Engineer registered in the State of Texas in accordance with standard industry practices. Contractor' s design shall be submitted in accordance with the following provisions: i) Launching and receiving pits for PTAB shall be suitably sized for PTAB operations, the Contractor' s selected pipe length, and shall be capable of withstanding all temporary loads associated with jacking the pipe and for groundwater control (as applicable) without excess ground movement, in addition to laterally supporting the surrounding ground and providing a stable bottom of the pit suitable for working conditions. A pit bottom-slab may be constructed at the Contractor' s discretion. ii) All adjacent equipment and spoils surcharge loads shall be considered in pit support design. Pit support design shall be sufficiently rigid as to limit movements of structures within 10 feet of the edge of the excavation to less than 1/4- inch. iii) Bracing and shoring structural members shall be installed at the locations and in the sequence and tolerances defined on approved submitted construction drawings as the excavation progresses. Modifications to bracing and shoring shall be evaluated, enumerated and approved by Contractor' s Professional Engineer in advance, and submitted to the Engineer. iv) The pits, including bottom subgrade stabilization, shall be designed and constructed to an acceptable factor of safety against yield or instability as determined by Contractor' s Professional Engineer, and shall withstand full potential hydrostatic head due to groundwater control malfunctioning, without failure. V) The minimum groundwater head for design shall be as represented in the geotechnical report. vi) Provide a detailed design of the PTAB entry through the soil support system indicating the ability to prevent water and soil from entering the excavation through the entry or exit portal. 02341 Guided Boring and Casing (Pilot Tube Method) Page 4 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E vii) Pit design shall consider special framing, bracing or shoring required around PTAB or pipe "eyes" or other penetrations. viii) Any voids or seepage paths around pits and adjoining pipe sections shall be immediately sealed upon detection. Method of sealing shall be described in submittal ix) The pit design shall incorporate thrust blocks or suitable reaction structures needed for jacking equipment, as required for jacking associated with PTAB operations. There shall be no utilities located within 10 feet of the back of the thrust block at any elevation. X) The Contractor shall have sole responsibility for sizing the pits. Make size adequate for construction of any permanent structures indicated on the Drawings and to provide adequate room to meet the Contractor's operational requirements for PTAB construction and for backfill. xi) If pits are located close to storm drainage channels, ditches, water mains, storm water or sanitary sewers or culverts, care must be taken to avoid washout or flooding of pits. n. Unless pit is designed to be watertight, Contractor to provide a dewatering plan for each pit. Include discharge location, discharge permit, anticipated pit dewatering rate and associated ground water drawdown curve. Provide dewatering induced settlement curve as well. Dewatering methods shall not adversely impact performance of tunneling equipment or process. o. Ground Movement Monitoring Plan p. Void Detection Plan 3.0 QUALITY CONTROL A. Work specified herein shall be performed by trained workers having a minimum of 5 years of experience with boring equipment and have successfully completed comparable boring installations of the length, geographic location, geologic conditions and diameters of pipe proposed in this project. B. Comparable installations: Boring completed in an area with geologic conditions similar to those at the site. C. Determination of `successful completion' and `comparable installations' will be at the sole discretion of the Owner. 4.0 MATERIALS 4. 01 CASING Casing installed by PTAB shall be specifically designed for jacking, round, smooth steel with a minimum length of 10 feet. Pipe joints shall be square and smooth so that loads are evenly distributed. All casing pipes shall be welded with full circumferential welds. The Smooth steel shall have the following typical minimum wall thickness (unless otherwise specified) : 02341 Guided Boring and Casing (Pilot Tube Method) Page 5 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Wall Thickness (in) Wall Thickness (in) Outside Diameter Under Highway Under Railroad 12-3/4" 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" 0.7500 0.8750 84" 0.8750 0.8750 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. The pipe shall also withstand the long-term external soil, hydrostatic, buckling and any construction loadings. Used pipe in good condition is acceptable however, the pipe used shall be subject to approval by the Engineer. 4.02 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 4.03 CASING SPACERS Spacers shall be designed for use with concrete pressure pipe by Advance Products and Systems Model SI12-UHMW or approved equal. Casing spacers shall have a segmented band 12" wide of 14 gauge (min) steel with PVC or EDPM liner. Band shall be welded to a 10 gauge (min) riser. Runners shall be molded as one piece 2" wide x 1.5" high and manufactured from high solid UHMW polyethylene. All hardware shall be GR5 steel. 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 8 inches, on all sides. 02341 Guided Boring and Casing (Pilot Tube Method) Page 6 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4. 04 CASING SEAL The ends of the casing shall be sealed with a 1/8-inch-thick synthetic rubber seal system, Advance Products System Inc. Model AZ- Zipper, PSI Model C end seal or approved equal. The seal shall be watertight. 5.0 CONSTRUCTION METHODS 5.01 GENERAL Pilot Tube Guided Auger Boring shall not be allowed to begin until the following tasks have been completed: A. All required submittals have been provided, reviewed, and approved. B. Surface monitoring points have been installed and surveyed in accordance with the Ground Movement Monitoring Plan. C. Launching and receiving pit excavations and support systems have been completed in accordance with approved submittals. Locations and elevations of pits shall have been surveyed to confirm that Work can be completed in accordance with alignment and grade shown on Drawings. D. The location, orientation and grade of the jacking frame or guide rails and entry/exit seals have been surveyed to ensure they are on the proper line and grade and to verify that they are properly supported. Special care shall be taken when setting the guide rails or jacking frame in the launching pit to ensure stability and accuracy of the alignment and grade. Guide rails or jacking frame shall be securely attached to the concrete working slab (as applicable) , with supplementary concrete or grout if necessary, to prevent movement or shifting during the Work. E. A startup inspection of all mechanical and hydraulic systems associated with the PTAB operations has been completed. The system shall be tested on the surface to ensure that the pilot tube auger boring machine and supporting equipment is functioning properly. The Engineer will be notified at least 72 hours prior to the startup inspection and a site inspector representing the Owner will be present during the startup inspection. Key machine performance data will he measured and recorded by the Contractor during this inspection, including pilot tube rotational torque, functionality of main jacks, laser and target, and other components. The records of the startup inspection will be submitted to the Engineer within 24 hours of the completed inspection. F. The location of all utilities located which cross the PTAB bore paths, or which pass within 25 feet of the bore paths, is verified by vacuum excavation, or other non-destructive means. Location of utilities shall be provided to Engineer. Sections of casing shall be installed under existing roads, streets, highways or railroads by means of PTAB methods. Where casing pipe is required to be installed under railroad embankments or under highways, streets, or other facilities by PTAB methods, construction 02341 Guided Boring and Casing (Pilot Tube Method) Page 7 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. Pilot tube guided auger boring (PTAB) shall be performed in a manner required to install jacked casing pipes as indicated on the Drawings without damage to the pipe by the excavating equipment. Contractor shall be responsible for type of PTAB equipment, pilot tube rods, cutterheads, and other pertinent equipment and operations required for complete installations. Contractor shall be responsible for mobilizing on-site with a full range of drill stems and cutting and reaming heads to allow for the anticipated subsurface conditions, based on the test boring logs. Pilot tubes shall be of proper size and diameter to allow for full thrust and torque capabilities of the drilling machine. Contractor shall employ a water auger to control the saturated soils and groundwater during boring where applicable. If used, Contractor shall be responsible for providing and mixing the required drill fluids/lubricants to suit the soil materials to be encountered. Drill lubricants shall be utilized and mixed in full accordance with the drilling fluid manufacturer' s printed instructions. Contractor shall be responsible for collecting and disposal of cuttings, as applicable. Materials shall be collected, transported and disposed of at an approved location or facility. All fees and costs related to the collection, transport and disposal of fluids and cuttings and any related permit costs shall be the Contractor' s responsibility. The installation of pilot tube rods for the alignment of pipe prior to its installation by boring will he a requirement to maintain both horizontal and vertical alignment. The installation of pilot tube rods 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 casing. 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. 02341 Guided Boring and Casing (Pilot Tube Method) Page 8 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 5. 02 PILOT TUBE INSTALLATION Use survey benchmarks to furnish and maintain all reference lines and grades for pilot tube auger boring. The Contractor shall use these lines and grades to establish the exact location of the pilot tube and casing pipe using a guidance system including a digital theodolite electronic camera, an L.E.D. illuminated target, and a control monitor. The Contractor is fully responsible for the accuracy of the Work and the correction of it, as required. The casing pipe shall he installed to line and grade in accordance with the drawings. The guidance system shall be mounted independently from the thrust block and jacking frame to maintain alignment if there is movement of equipment during jacking. Stop pilot tube auger boring operations and reset guidance system if its alignment shifts or is moved off design alignment and grade for any reason. Check guidance system setup at least once per shift. Guidance system should only he reset by experienced, competent surveying personnel in accordance with approved procedures outlined in the Submittals. A pilot tube will be installed on the target line, on grade to meet the specified tolerances. As the pilot tube is installed the soil will be displaced using a slant face steering head. The alignment of the pilot head itself is maintained by rotating it during installation. The pilot tube shall incorporate a hollow stem to provide an optical path for the camera to view the LED target. This target will be located on the back of the steering head and will display the position and orientation. When the steering head reaches the receiving shaft the guidance equipment (theodolite, video camera, monitoring system) are typically removed from the drive shaft. This pilot hole will be the centerline for the rest of the boring and installation process. Monitor line and grade continuously during pilot tube guided auger boring operations. Record deviation with respect to design line and grade at least once per foot and submit records to Engineer as requested. Control line and grade of the jacking pipe to within +/- 1 inch of the bore centerline, as shown on the Drawings. If the installation does not meet the specified tolerance, the Contractor shall correct the installation including any necessary redesign of the pipeline or structures and acquisition of necessary easements. All corrective Work shall be performed by the Contractor at no additional cost to the Owner and without schedule extension and is subject to the written approval of the Engineer. During PTAB operations, monitor and report ground movement in accordance with approved Ground Movement Monitoring Plan. 5.03 BORING The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that 02341 Guided Boring and Casing (Pilot Tube Method) Page 9 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 drive shafts 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, a receiving shaft shall be excavated accurately to grade. All open trenches and shafts 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. 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 in-situ soil. Any pipe damaged in boring operations shall be repaired or removed and replaced by the Contractor at his entire expense. The shafts excavated to facilitate boring operation shall be filled immediately after the boring of the pipe has been completed. The shafts shall then be backfilled in accordance with City Standard Specification 022022 Excavation and Backfill for Utilities. 02341 Guided Boring and Casing (Pilot Tube Method) Page 10 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 5.04 JOINTS a. Casing Pipe All welding shall be performed by qualified welders with current welding certificates and shall follow the requirements of AWWA C 206 - Standard for Field Welding of Steel Water Pipe. 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. b. Carrier Pipe All carrier pipe installed in the bored casing segments shall be mechanically restrained using mega lug joint restraining fitting at fittings and bell harnesses at bell and spigot connections or welded, as required. Bar-wrapped concrete steel cylinder pipe joint shall be welded. 5.05 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 between drive and receiving shafts will be performed below street level and without obstructions on the streets . The Contractor shall follow the traffic control plan which has been prepared for this project. 5.06 BARRICADES AND WARNING SIGNS 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 he removed from the site. See also Traffic Control Plan, General Conditions and permit requirements of the agency involved. 5.07 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 acting 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 02341 Guided Boring and Casing (Pilot Tube Method) Page 11 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E without written authorization by the Engineer. Under no circumstances shall grout be placed between the casing and the carrier pipe. 02341 Guided Boring and Casing (Pilot Tube Method) Page 12 of 12 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02342 - OPEN CUTTING AND CASING R1 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to complete the casing installation under streets and roads by open cutting. This includes, installing the casing pipe by open cut, including lay out, joining/welding the pipe, installing the carrier pipe inside the casing and other associated activities 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 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 REFERENCE Refer to Technical Specification 05020 Welding (Steel Casing Pipe) . 2.0 SUBMITTALS A. Conform to requirements of Section 00 72 00 Article 24 Document Management, and Section 01 33 01 Submittal Register and Supplementary Conditions Article 25 Shop Drawings. B. Contractor shall submit the Welding Procedure Specification (WPS) for shop fabrication and field welding of the casing pipe. C. Contractor shall submit the welder certifications for the shop and field welders. 3.0 MATERIALS 3.01 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) 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 02342 - Open Cutting & Casing_Rl Page 1 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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" 0.7500 0.8750 84" 0. 8750 0.8750 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. 3.02 CASING SPACERS Spacers shall be designed for use with concrete pressure pipe by Advance Products and Systems Model SI12-UHMW or approved equal. Casing spacers shall have a segmented band 12" wide of 14 gauge (min) steel with PVC or WPDM liner. Band shall be welded to a 10 gauge (min) riser. Runners shall be molded as one piece 2" wide x 1.5" high and manufactured from high solid UHMW polyethylene. All hardware shall be GR5 steel. 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 8 inches, on all sides. 3.03 CASING SEAL The ends of the casing shall be sealed with a 1/8 inch thick synthetic rubber seal system, Advance Products System Inc. Model AZ-Zipper, PSI Model C end seal or approved equal. The seal shall be watertight. 4.0 CONSTRUCTION METHODS 4 .01 GENERAL Sections of casing shall be installed under or adjacent to existing roads, streets, or highways by means of open cutting. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation needed to install the casing. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. 02342 - Open Cutting & Casing_Rl Page 2 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E The removal of any obstruction that may be found to conflict with the placing of this pipe will not be measured for payment or paid for as a separate contract pay item. The removal of any such obstruction will be included in such contract pay items as are provided in the proposal and contract. The contractor shall dispose of all surplus materials at his own cost and expense at site approved by the engineer. 4 .02 Joints a. Casing Pipe All welding shall be performed by qualified welders with current welding certificates and shall follow the requirements of AWWA C 206 - Standard for Field Welding of Steel Water Pipe. 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. Bar-wrapped concrete steel cylinder pipe joints shall be welded. b. Carrier Pipe All carrier pipe installed in the casing segments shall be mechanically restrained using mega lug joint restraining fitting at fittings and bell harnesses at bell and spigot connections, or welded as required. Bar-wrapped concrete steel cylinder pipe joints shall be welded. 4 .03 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. 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. 4 .04 BARRICADES AND WARNING SIGNS 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. See also Traffic Control Plan, General Conditions and permit requirements of the agency involved. 4 .05 EXCAVATION Excavate ditch as shown on plans, remove all excess material from right-of-way and finish flush with existing ground, see also Technical Specification 02226 Pipe Trench Excavation and Backfill. 02342 - Open Cutting & Casing_Rl Page 3 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4 .06 BACKFILL Backfill with specified material and tamp to thoroughly compact backfill material see also Technical Specification 02226 Pipe Trench Excavation and Backfill. 02342 - Open Cutting & Casing_Rl Page 4 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 CONCRETE AND ASPHALT The outline of the trench shall be marked on the surface to be cut. The cut shall be made with a saw and shall be 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 8-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. 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 Standard Specification Section 025223 - Crushed Limestone Flexible Base. 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 02520 Replacing Pavement Page 1 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Specification for Construction of Highways, Streets and Bridges, of the Texas Department of Transportation, Type MC-30. 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 width 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. 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. 6.0 REPAIRING CONCRETE SIDEWALKS Replace with 3000 p.s.i. concrete, 4" thick, reinforced with 6 x 6 - 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. 02520 Replacing Pavement Page 2 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 7.0 REPAIRING CURB AND GUTTER Replace with 3000 p.s.i. concrete section conforming in all details to original section including reinforcing, and City Standard Detail Sheets. 8.0 REPAIRING VALLEY GUTTER Replace with 3000 p.s.i. concrete section conforming in all details to original section including reinforcing. 02520 Replacing Pavement Page 3 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02541 - PRIME COAT (S-30) (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, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of the 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 Standard Specification 025404 "Asphalts, Oils, and Emulsions. Application rate shall be 0.15 GAL/SY, unless otherwise specified. 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 1 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4.0 MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, prime coat shall not be measured but shall be subsidiary to the hot mix asphalt concrete pavement. 02541 - Prime Coat Page 2 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 02542 Hot Mix Asphalt Concrete Pavement Page 1 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 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 PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course 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 02542 Hot Mix Asphalt Concrete Pavement Page 2 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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) : Type A B C D Sieve Size Course Fine Course Fine Base Base Surface 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 % 11 12 13 14 minimum * 2-8 when Test Method Tex-200-F, Part II (Washed Sieve Analysis) is used. 02542 Hot Mix Asphalt Concrete Pavement Page 3 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1 .2 3.04 MIX PROPERTIES The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes and 35 for Type D mixes per 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. 02542 Hot Mix Asphalt Concrete Pavement Page 4 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 02542 Hot Mix Asphalt Concrete Pavement Page 5 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 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. 02542 Hot Mix Asphalt Concrete Pavement Page 6 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 he 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 960 and 920 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 900. Testing shall be in accordance with TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.08 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 loo 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: 02542 Hot Mix Asphalt Concrete Pavement Page 7 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 7.0 MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Hot Mix Asphalt Pavement shall be measured by the following methods: A. Measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the plans. The prime coat, performed where required, will be measured and paid for in accordance with the provisions governing the specification, Technical Specification Section 02541 "Prime Coat" . All templates, straightedges, scales, and other weights and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. 02542 Hot Mix Asphalt Concrete Pavement Page 8 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 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 gland Series 1100 or Series 1600 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 mechanical joint retainer gland Series 1100 or Series 2000 by EBAA Iron with a minimum of 250 psi rated working pressure, 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A-B* 4# 350 0.25 60+ 6 350 0.25 30-65 8 350 0.25 20-50 10# 350 0.26 15-45 12 350 0.28 15-44 14# 300 0.30 13-42 16 300 0.32 13-39 18 300 0.34 13-36 20 300 0.36 13-35 24 250 0.37 11-29 24+ X X X *Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. X Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6.0 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02620 - STORM WATER POLLUTION PREVENTION 1.0 GENERAL REQUIREMENTS 1.01 Scope: This specification shall govern for all work under the contract related to storm water pollution prevention. This specification 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 Texas Commission on Environmental Quality (TCEQ) requires that construction activity including clearing, grading, and excavation that results in disturbance equal to or greater than one (1) acre and less than five (5) acres to meet the requirements of Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR 150000. The TPDES General Permit requirements include; development of a Storm Water Pollution Prevention Plan (SWP3) , provision of a completed construction site notice, posting of a the completed copy of the construction site notice at the site, and provision of a signed copy of the construction site notice to the operator of any municipal separate storm sewer system. The Contractor must implement the Best Management Practices (BMP) for the construction activities as outlined in the Storm Water Pollution Prevention Plan (SWP3) . Any person who violates the TPDES General Permit may be subject to fines and/or imprisonment. Attached to and a part of this specification are the following items: a. Storm Water Pollution Prevention Plan (SWP3) b. Construction Site Notice 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 to ensure compliance with the terms and conditions of the TPDES General Permit TXR 150000. The Contractor shall sign the Construction Site Notice, and retain a copy of it and the SWP3 on-site and 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 02620 - Storm Water Pollution Prevention Page 1 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 in Section 3.05 - Maintenance /Inspection Procedures of the SWP3. c. Certifications: An Owner and Contractors Certification page is provided in the SWP3. The Contractor must identify and fill in any Sub- Contractors that are involved in implementation of the SWP3. All Contractors or Sub-Contractors identified must sign and date a copy of the certification statement. A copy of the certification statement can be found at the end of this section d. Storm Water Pollution Prevention Plan: The SWP3, including the Construction Site Notice, are included on the following pages. After award of the project and execution of the Construction Site Notice, copies of these documents will be bound together in the executed contract documents. Two copies of the contract documents that contain the SWP3 will be provided to the Contractor and one copy must be kept at the site of the construction activities at all times. 2.03 Construction Site Notice: A "Construction Site Notice for the TCEQ Storm Water Program TPDES General Permit TXR 150000" must be completed and retained on-site by the operator of the construction site. The operator is defined as follows: a) The person or persons that have operational control over the construction plans and specifications to the extent necessary to meet the requirements and conditions of this general permit (i.e. the Owner) ; or b) The person or persons that have day-to-day operational control of those activities at the construction site necessary to ensure compliance with the storm water pollution prevention plan for the site or other permit conditions, (i.e. the Contractor) . The Contractor will be required to complete and sign the Construction Site Notice after the project has been awarded and prior to beginning any construction activity. For signatory requirements refer to 30 TAC 305.44. A copy of the Owner' s and Contractor' s Construction Site Notice must be retained on-site at all times. If at any time the Contractor is changed then a new Construction Site Notice must be posted prior to when the new Contractor commences work at the site. The construction activities are authorized under the TPDES General Permit upon compliance with the conditions of Part II D.2 of the TPDES General Permit. A copy of the Construction Site Notice is included with this specification. 02620 - Storm Water Pollution Prevention Page 2 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.0 STORM WATER POLLUTION PREVENTION PLAN 3.01 Project Description: a. General: The project consists of construction of 4, 600 LF of water transmission main, by open trench, and auger boring. The installation of the utilities will disturb a strip 15 feet wide for the length of the line (or approximately 1. 6 acres) . b. Project Location: The utilities will be installed on property owned by the City of Corpus Christi and within the right-of-way of Smith Drive in the City of Corpus Christi. The project begins at: Latitude . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27052 '03" N Longitude . . . . . . . . . . . . . . . . . . . . . . . . . . . 97037'59" W The project ends at: Latitude . . . . . . . . . . . . . . . . . . . . . . . . . . . . 27°51134" N Longitude . . . . . . . . . . . . . . . . . . . . . . . . . . . 97°37127" W c. Owner: City of Corpus Christi d. Construction Contractor: e. Name of Receiving Waters: Corpus Christi Bay. f. Site Map: The Storm Water Pollution Prevention Plan, can be found on Sheet 17 of the project plans. 3.02 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 • Mulch Filter Berms and Socks 02620 - Storm Water Pollution Prevention Page 3 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E • 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 Laguna Madre 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 receiving waters 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 • Sand Filter Systems • Erosion Control Compost 02620 - Storm Water Pollution Prevention Page 4 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E • Mulch Filter Berms and Socks • Compost Filter Berms and Socks 3.03 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. 3.04 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. 3.05 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 02620 - Storm Water Pollution Prevention Page 5 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 3.06 Inventory For Pollution Prevention Plan: The materials or substances listed below are expected to be present onsite during construction: 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 02620 - Storm Water Pollution Prevention Page 6 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.07 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. (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. 02620 - Storm Water Pollution Prevention Page 7 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (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. 3.08 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 8 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 9 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT STRUCTURAL CONTROLS DATE: INSPECTORS INITIALS: SILT FENCE: IS THE BOTTOM IS THE FABRIC TORN ARE THE POSTS HOW DEEP IS OF THE FABRIC OR SAGGING? TIPPED OVER? THE SEDIMENT? STILL BURIED? 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 1,2 inch or greater. 02620 - Storm Water Pollution Prevention Page 10 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E �a Now SMALL CONSTRUCTION SITE NOTICE FOR THE Texas Commission on Environmental Quality (TCEQ) Stormwater Program TPDES GENERAL PERMIT TXR150000 The following information is posted in compliance with Part II.E.2. of the TCEQ General Permit Number TXR150000 for discharges of stormwater runoff from small construction sites. Additional information regarding the TCEQ stormwater permit program may be found on the internet at: http://www.tced.state.tx.us/nav/permits/wq construction.html Operator Name: Contact Name and Phone Number: Project Description: Physical address or description of the site's location, estimated start date and projected end date, or date that disturbed soils will be stabilized Location of Stormwater Pollution Prevention Plan: For Small Construction Activities Authorized Under Part II.E.2. (Obtaining Authorization to Discharge) the following certification must be completed: I (Typed or Printed Name Person Completing This Certification)certify under penalty of law that I have read and understand the eligibility requirements for claiming an authorization under Part ILE.2. of TPDES General Permit TXR150000 and agree to comply with the terms of this permit. A stormwater pollution prevention plan has been developed and will be implemented prior to construction, according to permit requirements. A copy of this signed notice is supplied to the operator of the MS4 if discharges enter an MS4. I am aware there are significant penalties for providing false information or for conducting unauthorized discharges, including the possibility of fine and imprisonment for knowing violations. Signature and Title Date Date Notice Removed MS4 operator notified per Part H.F.3. DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 1.03 SUBMITTALS a. List of projects completed by General Contractor b. Certification of Qualifications for Welders c. Certification of Weld Testing Laboratory d. Qualifications of disinfection testing personnel. 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 Subsection 03300 -Normal Weight Aggregate Concrete. 2.02 DUCTILE IRON PIPE See Technical Specification Section 02614 - Ductile Iron Pipe and Fittings. 2.03 POLYVINYL CHLORIDE PIPE See Standard Specification Section 026210 - Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) . 2.04 BAR WRAPPED CONCRETE STEEL CYLINDER PIPE A. See Technical Specification Section 02643 - Bar Wrapped Concrete Steel Cylinder Pipe. B. Carnegie Joints: Where Carnegie joints are used in thrust restraint areas, weld bell and spigot ring onto steel cylinder inside and outside, see also restrained joints. C. Access Manways: Provide access manways per the pipe manufacturer' s recommendations, as required for interior welding. The access manways shall be shop fabricated, 24-inch diameter, flanged outlets with blind flange covers. Fabricate the covers from steel plate with the thickness as required. Fabricate two handles using '-,2-inch steel rod. If modifications are made in the field they shall be carried out by the manufacturer' s representative. Within the restrained join sections the access manways shall be a maximum of 250-ft apart. 02640 Installation Of Water Pipe Page 1 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.0 CONSTRUCTION METHODS 3.01 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. CONTRACTOR Contractor shall have previously successfully completed installation of (5) large diameter watermain projects of the material length and size of this project within the last 5 years. 3.02 HANDLING OF MATERIAL A. Handling and Care: Pipe shall be delivered to the project site with temporary bracing (stulls) in place per manufacturers recommendations. 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. For large diameter water mains, handle pipe only by means of sling of canvas, leather, or similar material. Sling shall be a minimum of 36-inches wide. Use precautions to prevent injury to pipe, protective linings and coatings . Package stacked pipe on timbers. Place protective pads under banding straps at time of packaging. Pad fork trucks with carpet or other suitable material. Use nylon straps around pipe for lift when relocating pipe with crane or backhoe. Do not lift pipe using hooks at each end of pipe. Do not place debris, tools, clothing, or other materials on pipe. Repair damage to pipe or protective lining and coating before final acceptance. Thoroughly clean and dry interior of pipe and fittings of foreign matter before installation, and keep interior clean until Work has been accepted. Keep joint contact surfaces clean until jointing is completed. Do not place debris, tools, clothing or other materials in pipe. After pipe laying and joining operations are completed, clean inside of pipe and remove debris. Before installation, inspect each pipe and fitting for defects. Reject defective, damaged or unsound pipe and fittings and remove them from site. 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 02640 Installation Of Water Pipe Page 2 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E inconvenience. The interior of all pipe and accessories shall be kept free from dirt and foreign matter at all times. During storage at the site pipe ends shall be covered with end caps. 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. Do not remove plugs or clamps during the months of peak water demands unless approved by the Engineer. For pipe diameters 36 inches and greater, clearly mark each section of pipe and fitting with unique designation on inside of pipe. Locate unique identifying mark minimum of five feet away from either end of each section of pipe. Provide one unique identifying mark in middle of each fitting. Place markings at consistent locations. Use permanent black paint and minimum letter height of 4 inches to mark designations. Temporary interior pipe bracing (stulls) shall remain in place prior to installation, per manufacturers recommendations. D. Extra Fittings: Contractor is responsible for assuring chosen manufacturer fulfils requirements for extra fittings and costs due to downtime if requirements are not met. 3. 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: Under proposed or existing pavement 48 inches Under proposed non-pavement 48 inches Under Natural ground 48 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. 02640 Installation Of Water Pipe Page 3 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 3.04 PIPE TRENCH EXCAVATION AND BACKFILL See Technical Specification Section 02226 - Pipe Trench Excavation and Backfill. 3.05 SAND AND ENCASEMENT See Technical Specification Section 02226 - Pipe Trench Excavation and Backfill. 3.06 TRENCH EXCAVATION SAFETY See Standard Specification Section 022022 - Pipe Trench Safety for Excavation and Backfill. 3.07 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. As a minimum the Contractor shall place stoppers or bulkheads in opening and in the end of line when construction is stopped temporarily and at the end of each work day. 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. 3.08 LAYING LARGE DIAMETER WATER MAIN The Contractor shall not lay more than 50 feet of pipe in trench ahead of backfilling operations. The trench shall be excavated to 02640 Installation Of Water Pipe Page 4 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E the proper width as shown on the plans. When the Contractor's operations cause trench width below top of pipe to become 4 feet wider than specified, he shall install higher class of pipe or improved bedding, as determined by City Engineer. No additional payment will be made for higher class of pipe or improved bedding. The Contractor shall prevent damage to coating when placing backfill and use backfill material free of large rocks or stones, or other material, which could damage coatings. Before assembling couplings, the Contractor shall lightly coat pipe ends and outside of gaskets with cup grease or liquid vegetable soap to facilitate installation. Groove pipe to manufacturer's specifications. When installing water line below existing water line provide an approved repair clamp sized for existing water line on site. Prior to proceeding with critical tie-ins submit sequence of work based on findings from pre- construction exploration efforts. 3. 09 JOINTING PIPE Joints shall be made up in strict conformance with manufacturer's recommendations, including the use of any primer or lubricant. A. Rubber Gasketed Bell-and-Spigot Joints for Concrete Cylinder Pipe, Bar Wrapped Pipe PVC, Steel, and DIP: 1. After rubber gasket is placed in spigot groove of pipe, equalize rubber gasket cross section by inserting tool or bar recommended by manufacturer under rubber gasket and moving it around periphery of pipe spigot. 2. Lubricate gaskets with nontoxic water-soluble lubricant before pipe units are joined. 3. Fit pipe units together in manner to avoid twisting or otherwise displacing or damaging rubber gasket. 4. After pipe sections are joined, check gaskets to ensure that no displacement of gasket has occurred. If displacement has occurred, remove pipe section and remake joint as for new pipe. Remove old gasket, inspect for damage and replace if necessary before remaking joint. 5. Where preventing movement of 16-inch diameter or greater pipe is necessary due to thrust, use restrained joints. 6. Include buoyancy conditions for soil unit weight when computing thrust restraint calculations . 7. Do not include passive resistance of soil in thrust restraint calculations. 8. Provide means to prevent full engagement of spigot into bell as shown on Drawings. Means may consist of wedges or other types of stops as approved by City Engineer. B. Flanged Joints where required on Concrete Cylinder Pipe, Bar Wrapped Pipe, Ductile Iron Pipe, or Steel Pipe: 02640 Installation Of Water Pipe Page 5 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1. AWWA C 207. Prior to installation of bolts, accurately center and align flanged joints to prevent mechanical pre-stressing of flanges, pipe and equipment. Align bolt holes to straddle vertical, horizontal or north-south centerline. Do not exceed 3/64 inch per foot inclination of flange face from true alignment. 2. Use full-face gaskets for flanged joints. Provide 1/8-inch- thick cloth inserted rubber gasket material. Cut gaskets at factory to proper dimensions. 3. Use galvanized or black nuts and bolts to match flange material. Use cadmium- plated steel nuts and bolts underground. Tighten bolts progressively to prevent unbalanced stress. Maintain at all times approximately same distance between two flanges at points around flanges. Tighten bolts alternately (180/ apart) until all are evenly tight. Draw bolts tight to ensure proper seating of gaskets. Provide Densco petroleum based tape or approved equal for all exposed portions of nuts, bolts and pipe. 4. For in-line flange joints 30 inches in diameter and greater and at butterfly valve flanges, provide Pyrox G-10 with nitrite seal, Type E LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal conforming to ANSI A 21.11 mechanical joint gaskets. For in- line flange joints sized between 12 inches in diameter and greater and 24 inches in diameter and smaller, provide Phenolic PSI with nitrite seal, Type E LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal conforming to ANSI A 21.11 mechanical joint gaskets. C. Welded Joints (required for joint restraint and pipe installed in steel casing, for Concrete Cylinder Pipe, Bar Wrapped Pipe, Steel Pipe) : 1. Certified Testing Laboratory. Employ an independent certified testing laboratory, approved by City Engineer, to perform weld acceptance tests on welded joints. Testing laboratory shall employ inspectors with experience inspecting large diameter water main or similar work. Include cost of such testing and associated work to accommodate testing in contract unit price bid for water line. Furnish copies of all test reports to City Engineer for review. City Engineer has final decision as to suitability of all welds tested. 1) Weld acceptance criteria: a. Conduct in accordance with ASTM E165- Standard Test Method for Liquid Penetrant Examination and ASTM E709 Standard Guide for Magnetic Particle Examination. Use X-ray methods for butt welds, for 100 percent of joint welds. 02640 Installation Of Water Pipe Page 6 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2) Examine welded surfaces for the following defects: a. Cracking. b. Lack of fusion/penetration. c. Slag which exceeds one-third (t) where (t) equals material thickness. d. Porosity/Relevant rounded indications greater than 3/16 inch; rounded indication is one of circular or elliptical shape with length equal to or less than three times its width. e. Relevant linear indications in which length of linear indication exceeds three times its width. f. Four or more relevant 1/16-inch rounded indications in line separated by 1/16 inch or less edge to edge. 2. Prior to starting work, provide certification of qualification for welders employed on project for type of work procedures and positions involved. All welders shall have experience welding large diameter water mains. 3. Joints: AWWA C 206. Full-fillet, single lap-welded slip-type either inside or outside, or double butt-welded type; use automatic or hand welders; completely penetrate deposited metal with base metal; use filler metal compatible with base metal; keep inside of fittings and joints free from globules of weld metal which would restrict flow or become loose. Do not use mitered joints. For interior welded joints, complete backfilling before welding. For exterior field-welded joints, provide adequate working room under and beside pipe. Use exterior welds for 30- inch and smaller. 4. Furnish welded joints with trimmed spigots and full circumferential interior welds for 36-inch and larger pipe. 5. Bell-and-spigot, lap-welded slip joints: Deflection may be taken at joint by pulling joint up to 3/4 inch as long as 1- 1/2-inch minimum lap is maintained. Spigot end may be miter cut to take deflections up to 5 degrees as long as joint tolerances are maintained. Miter end cuts of both ends of butt-welded joints may be used for joint deflections of up to 5 degrees. 6. Align piping and equipment so that no part is offset more than 1/8 inch. Set fittings and joints square and true, and preserve alignment during welding operation. For butt welded joints, align abutting ends to minimize offset between surfaces . For pipe of same nominal wall thickness, do not exceed 1/16 inch offset. Use line-up clamps for this purpose; however, take care to avoid damage to linings and coatings. 7. Protect coal-tar-epoxy lining during welding by draping an 18- inch-wide strip of heat resistant material over top half of 02640 Installation Of Water Pipe Page 7 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E pipe on each side of lining holdback to avoid damage to lining by hot splatter. Protect tape coating similarly if external welding is required. 8. Welding rods: Compatible with metal to be welded to obtain strongest bond, E-70XX. 9. Deposit metal in successive layers to provide at least 2 passes or beads for automatic welding and 3 passes or beads for manual welding in completed weld. 10. Deposit no more than 1/4 inch of metal on each pass. Thoroughly clean each individual pass with wire brush or hammer to remove dirt, slag or flux. 11. Do not weld under weather condition that would impair strength of weld, such as wet surface, rain or snow, dust or high winds, unless work is properly protected. 12. Make tack weld of same material and by same procedure as completed weld. Otherwise, remove tack welds during welding operation. 13. Remove dirt, scale, and other foreign matter from inside piping before tying in sections, fittings, or valves. 14. Welded Joints for Large Diameter Water Lines: a. Furnish pipe with trimmed spigots and full circumferential interior welds for 36-inch and larger pipe. b. Use exterior welds for 30-inch and smaller. c. Only one end may be miter cut. Miter end cuts of both ends of butt-welded joints may be used for joint deflections of up to 2-1/2 degrees. d. Test welds as noted under C.1 15. After pipe is joined and prior to start of welding procedure, make spigot and bell essentially concentric by jacking, shimming or tacking to obtain clearance tolerance around periphery of joint except for deflected joints. 16. Furnish each welder employed steel stencil for marking welds, so work of each welder can be identified. Mark pipe with assigned stencil adjacent to weld. When welder leaves job, stencil must be voided and not duplicated. Welder making defective welds must discontinue work and leave project site. Welder may return to project site only after recertification. D. Harnessed Joints (Concrete Cylinder Pipe, Bar Wrapped Pipe) : 1. Use of snap-ring type restrained joints on pipe is limited to 20-inch through 48-inch diameters. Pipe greater than 48'-inch shall be restrained by using full circumferential welds. 02640 Installation Of Water Pipe Page 8 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. Position snap-ring joint bolt on top (12 o'clock portion) Provide minimum 1/2-inch joint recess . Use joint "diapers" minimum of 12 inches wide. 3. For field adjustments with deflections beyond manufacturer's recommendations: Field trim spigot. Do not engage ring. 4. Harnessed joints are not permitted in areas defined on Drawings as potentially petroleum contaminated material, in tunnels, or at bend greater than 5 degrees. 5. Install harness type joints including snap rings at straight sections of pipe. E. Restrained Joints 1. Installation. a. Install restrained joints mechanism in accordance with manufacturers recommendations. b. Examine and clean mechanism; remove dirt, debris and other foreign material. c. Apply gasket and joint NSF 61 FDA food grade approved lubricant. d. Verify gasket is evenly seated. e. Do not over stab pipe into mechanism. 2. For existing water lines and water lines less than 16 inches in diameter, restrain pipe joints with Mega Lug joint restraint fitting. Concrete thrust blocks can be used for temporary restraint during pressure testing. 3. Prevent any lateral movement of thrust restraints throughout pressure testing and operation. Place 2500 psi concrete for blocking at each change in direction of existing water lines, to brace pipe against undisturbed trench walls. Finish placement of concrete blocking, made from Type I cement, 4 days prior to hydrostatic testing of pipeline. Test may be made 2 days after completion of blocking if Type II cement is used. 4. Thrust restraint lengths found in 02643-Bar Wrapped Concrete Steel Cylinder Pipe are minimum anticipated lengths. These lengths are based on deflections indicated and on use of prestressed concrete cylinder pipe. Adjustments in deflections or use of other pipe material may result in reduction or increase of thrust lengths . Perform calculations by pipe manufacturer to verify proposed thrust restraint lengths . Submit calculations for all pipe materials sealed by a registered Professional Engineer in State of Texas for 02640 Installation Of Water Pipe Page 9 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E review by City Engineer. Make adjustments in thrust restraint lengths at no additional cost to City. 5. Passive resistance of soil will not be permitted in calculation of thrust restraint. 6. Use minimum 16-foot length of pipe in and out of joints made up of beveled pipe where restraint joint lengths are not identified on Drawings. Otherwise, provide restraint joints for a minimum length of 16 feet on each side of beveled joints. F. Joint Grout (Concrete Cylinder Pipe, Bar Wrapped Pipe, Steel Pipe) : 1. Mix cement grout mixture by machine except when less than 1/2 cubic yard is required. When less than 1/2 cubic yard is required, grout may be hand mixed. Mix grout only in quantities for immediate use. Place grout within 20 minutes after mixing. Discard grout that has set. Retempering of grout by any means is not permitted. 2. Prepare grout in small batches to prevent stiffening before it is used. Do not use grout, which has become so stiff that proper placement cannot be assured without retempering. Use grout for filling grooves of such consistency that it will adhere to ends of pipe. 3. Surface Preparation: Remove defective concrete, laitance, dirt, oil, grease and other foreign material from concrete surfaces with wire brush or hammer to sound, clean surface. Remove rust and foreign materials from metal surfaces in contact with grout. 4. Follow established procedures for hot and cold weather concrete placement. 5. Complete joint grout operations and backfilling of pipe trenches as closely as practical to pipe laying operations. Allow grouted exterior joints to cure at least 1 hour before compacting backfill. 6. Grouting exterior joint space: Held wrapper in place on both sides of joint with minimum 5/8-inch-wide steel straps or bands. Place no additional bedding or backfill material on either side of pipe until after grout band is filled and grout has mechanically stiffened. Pull ends of wrapper together at top of pipe to form access hole. Pour grout down one side of pipe until it rises on other side. Rod or puddle grout to ensure complete filling of joint recess. Agitate for 15 minutes to allow excess water to seep through joint band. When necessary, add more grout to fill joint completely. Protect gap at top of joint band from backfill by allowing grout to stiffen or by covering with structurally protective material. Do not remove band from joint. Proceed with placement of additional bedding and backfill material. 02640 Installation Of Water Pipe Page 10 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 7. Interior Joints for Pipe 24 Inches and Smaller: Circumferentially butter bell with grout prior to insertion of spigot, strike off flush surplus grout inside pipe by pulling filled burlap bag or inflated ball through pipe with rope. After joint is engaged, finish off joint grout smooth and clean. Use swab approved by City Engineer for 20-inch pipe and smaller. 8. Protect exposed interior surfaces of steel joint bands by metallizing, by other approved coatings, or by pointing with grout. Joint pointing may be omitted on potable water pipelines if joint bands are protected by zinc metallizing or other approved protective coatings. 9. Remove and replace improperly cured or otherwise defective grout. 10. Strike off grout on interior joints and make smooth with inside diameter of pipe. 11. When installed in tunnel or encasement pipe and clearance within casing does not permit outside grout to be placed in normal manner, apply flexible sealer, such as Flex Protex by Gifford-Hill America, or equal, to outside joint prior to joint engagement. Clean and prime surfaces receiving sealer in accordance with manufacturer's recommendations. Apply sufficient quantities of sealer to assure complete protection of steel in joint area. Fill interior of joint with grout in normal manner after joint closure. 12 . Interior Joints for Water Lines 30 Inches and Larger: Clean joint space, wet joint surfaces, fill with stiff grout and trowel smooth and flush with inside surfaces of pipe using steel trowel so that surface is smooth. Accomplish grouting at end of each workday. Obtain written acceptance from City Engineer of inside joints before proceeding with next day's pipe laying operation. During inspection, insure no delamination of joint mortar has occurred by striking joint mortar lining with rubber mallet. Remove and replace delaminated mortar lining. 13. Work, which requires heavy equipment to be over water line, must be completed before mortar is applied to interior joints. G. Joint Testing: In addition to testing individual joints with feeler gauge approximately 1/2 inch wide and 0.015-inch thick, use other joint testing procedure approved or recommended by pipe manufacturer which will help ensure watertight installation prior to backfilling. These tests shall be made at no additional cost to City. H. Make curves and bends by deflecting joints or other method as recommended by manufacturer and approved by City Engineer. Submit details of other methods of providing curves and bends, which exceed manufacturer's recommended deflection prior to installation. 02640 Installation Of Water Pipe Page 11 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1. Deflection of pipe joints shall not exceed maximum deflection recommended by pipe manufacturer, unless otherwise indicated on Drawings. 2. If deflection exceeds that specified but is less than 5 percent, repair entire deflected pipe section such that maximum deflection allowed is not exceeded. 3. If deflection is equal to or exceeds 5 percent from that specified, remove entire portion of deflected pipe section and install new pipe. 4. Replace, repair, or reapply coatings and linings as required. 5. Assessment of deflection may be measured by City Engineer at location along pipe. 6. Arithmetical averages of deflection or similar average measurement methods will not be deemed as meeting intent of standard. 7. When rubber gasketed pipe is laid on curve, join pipe in straight alignment and then deflect to curved alignment. I. Closures Sections and Approved Field Modifications to Steel, Concrete Cylinder Pipe, Bar Wrapped Pipe and Fittings: 1. Apply welded-wire fabric reinforcement to interior and exterior of exposed interior and exterior surfaces greater than 6 inches in diameter. Welded-wire fabric: minimum W1; maximum spacing 2 inches by 4 inches; 3/8 inch from surface of steel plate or middle third of lining or coating thickness for mortar thickness less than 3/4 inch. 2. Fill exposed interior and exterior surfaces with nonshrink grout. 3. For pipe diameters 36 inches and greater, perform field welds on interior and exterior of pipe. 4. For large diameter water lines, provide minimum overlap of 4 inches of butt strap over adjacent piece on butt-strap closures. 3.10 CATHODIC PROTECTION APPURTENANCES Where identified on Drawings, modify pipe for cathodic protection as detailed on Drawings and specified. Unless otherwise noted, provide insulation kits at connections to existing water system or at locations to isolate one type of cathodic system from another type, between water line, access manhole piping and other major openings in water line, at start of project (Nueces River Raw Water Pump Station) and at termination of project (0. N. Steven water treatment plant) or as shown on Drawings. Bond joints for pipe installed in tunnel or open cut, except where insulating flanges are provided. Weld strap or clip between bell and 02640 Installation Of Water Pipe Page 12 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E spigot of each joint or as shown on Drawings . No additional bonding required where joints are welded for thrust restraint. Repair coatings as specified by appropriate AWWA standard, as recommended by manufacturer, and as approved by City Engineer. Bonding Strap or Clip: Free of foreign material that may increase contact resistance between wire and strap or clip. 3.11 SECURING, SUPPORTING AND ANCHORING Support piping as shown on Drawings and as specified in this Section, to maintain line and grade and prevent transfer of stress to adjacent structures. Where shown on Drawings, anchor pipe fittings and bends installed on water line by welding consecutive joints of pipe together to distance each side of fitting. Restrained length, as per 02643 Bar Wrapped Concrete Steel Cylinder Pipe assumes that installation of pipe and subsequent hydrostatic testing begin upstream and proceed downstream, with respect to normal flow of water in pipe. If installation and testing differs from this assumption, submit for approval, revised method of restraining pipe joints upstream and downstream of device used to test against (block valve, blind flange or dished head plug) . Use adequate temporary blocking of fittings when making connections to distribution system and during hydrostatic tests. Use sufficient anchorage and blocking to resist stresses and forces encountered while tapping existing water line. 3.12 CLEANUP AND RESTORATION Provide cleanup and restoration crews to work closely behind pipe laying crews, and where necessary, during chlorination, testing, service transfers, abandonment of old water lines, backfill and surface restoration. Upon completion of section not exceeding 4000 feet per crew, chlorinate and pressure test. Begin transfer of services no later than 7 calendar days after successful completion of chlorination and pressure testing. After transfer of services, but no later than 21 calendar days after successful completion of chlorination and pressure testing, begin abandonment of old water lines, including resodding and placement of sidewalks and pavements. Do not begin construction of additional sections if above conditions are not met. For large diameter water lines, do not install more than 2000 feet of water line, without previous 2000 feet being cleaned up and site fully restored (not including final grass or asphalt) . Schedule paving and seeding crews so that restoration work will not interfere with project schedule, see also Section 01 35 00 Special Procedures. 02640 Installation Of Water Pipe Page 13 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Complete site restoration within 30 days from date water line is successfully disinfected and hydrostatically tested, unless extended in writing by City Engineer. 3.13 CLEANING PIPING SYSTEM Remove construction debris or foreign material and thoroughly broom clean and flush piping systems. Provide temporary connections, equipment and labor for cleaning. City must inspect water line for cleanliness prior to filling. 3.14 HYDROSTATIC TESTING OF PRESSURE SYSTEM See City Standard Specification 026202 Hydrostatic Testing of Pressure System. 3.15 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 Section 01 50 00. 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 notifv 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. B. Governing Standard: All disinfection work shall conform to the requirements of ANSE/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 02640 Installation Of Water Pipe Page 14 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 ANSE/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 ANSW/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. F. Disinfection Procedure: The new lines shall be disinfected by either the continuous feed method or the slug method. Potable water shall be used in conjunction with the chlorination agent. 02640 Installation Of Water Pipe Page 15 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 dechlorinated water shall be flushed into the existing storm water drainage system, not the street, see also Section 01 57 00 - Temporary Control. 02640 Installation Of Water Pipe Page 16 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E I. Quality Control: The Owner shall perform the bacteriological tests specified herein until acceptable results are obtained. 3.16 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 17 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02643 BAR WRAPPED CONCRETE STEEL CYLINDER PIPE 1.0 GENERAL REQUIREMENTS 1.01 SCOPE A. Furnishing and installing new bar wrapped concrete steel cylinder pipe and fittings for buried water lines for sizes 20 inches to 60 inches. 1. 02 SPECIFICATION TYPE A. This specification is a design specification as defined in Article TS-1 of the Technical Special Provisions. 1.03 REFERENCES A. AASHTO - Standard Specifications for Highway Bridges. B. AREMA - Manual of Railway' Engineering, Volume II, Chapter 15. C. ASTM A 615- Standard Specification for Deformed and Plain Billet- Steel Bars for Concrete Reinforcement. D. ASTM C 33 - Standard Specification for Concrete Aggregates. E. ASTM C 35 - Standard Specification for Inorganic Aggregates for Use in Gypsum Plaster F. ASTM C 150 - Standard Specification for Portland Cement. G. ASTM C 497 - Standard Test Method for Concrete Pipe, Manhole Sections, or Tile, Testing. H. ASTM D 512 - Standard Test Methods for Chloride Ion in Water. I. ASTM C 1107 (CRD C-621) - Standard Specification for Packaged Dry, Hydraulic-Cement Grout (Nonshrink) . J. ASTM D 1293 - Standard Test Methods for pH of Water. K. ASTM E 165 - Standard Test Methods for Dye Protection L. ASTM E 340 - Standard Test Method for Macroetching Metals and Alloys. M. ASTM E 709 - Standard Test methods for Magnetic Particle Testing. N. ASTM E 1032 - Standard Test Methods for Radiographic Examination of Weidments. 0. ANSI/AWS A3.0 - Standard Welding Terms and Definitions. P. AWWA C 206 - Standard for Field Welding of Steel Water Pipe. Q. AWWA C 207 - Standard for Steel Pipe Flanges for Waterworks Service - Sizes 4 in. through 144 in. R. AWWA C 301 - Standard for Pre-stressed Concrete Pressure Pipe, Steel-Cylinder Type, for Water and Other Liquids. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 1 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E S. AWWA C 303 - Standard for Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder Type. T. AWWA C 304 - Standard for Design of Pre-stressed Concrete Cylinder Pipe. U. AWWA M 9- Concrete Pressure Pipe. V. NSF 61 - Drinking Water System Components - Health Effects. W. SSPC SP 7- Surface Preparation Specifications No.7 Brush Off Blast Cleaning. 1.04. SUBMITTALS A. Conform to requirements of Supplementary Conditions Article 25, Shop Drawings. B. Submit shop drawings and certification signed and sealed by Professional Engineer registered in State of Texas showing following: 1. Manufacturer' s pipe design calculations. 2. Provide lay schedule of pictorial nature indicating alignment and grade, laying dimensions, welding procedures, fabrication, fitting, flange, and special details, with plan view of each pipe segment sketched, detailing pipe invert elevations, horizontal bends, welded joints, and other critical features. Indicate station numbers for pipe and fittings corresponding to Drawings. Do not start production of pipe and fittings prior to review and approval by the Engineer. Provide final approved lay schedule on CD-ROM in Adobe portable document format (*PDF) . 3. Include hot tapping procedure. 4. Submit certification from manufacturer that design was performed for project in accordance with requirements of this section. C. Submit inspection procedures to be used by manufacturer and for quality control and assurance for materials and welding. Submit standard repair procedures that describe in detail shop and field work to be performed. Repair defects such as substandard welds, excessive radial offsets (misalignment) , pitting, gouges, cracks, etc. D. Submit following within 45 days after manufacturing of pipe and fittings. 1. Steel: a. Steel reports as required in AWWA C 303, Section 5.2 .5. b. Results of other tests of steel reinforcement required in AWWA C 303, Section 5.2 . 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 2 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2. Test Results: a. Hydrostatic testing, acid etching, magnetic particle and x-ray weld test reports as required. b. Compressive strength (7 and 28 day) test results for each type of coating and lining mix design. 3. Submit pipe manufacturer' s certification that Bar Wrapped Steel Cylinder Pipe: a. Cylinder assembly has been hydrostatically tested at factory. b. Mortar coatings and linings were applied or allowed to cure at temperature above 32 degrees Fahrenheit. E. Submit following nonshrink grout for special applications: 1. Manufacturer' s technical literature including specifications for mixing, placing, and curing grout. 2. Results of tests performed by certified independent testing laboratory showing conformance to ASTM C 1107, Nonshrink Grout and requirements of this specification. 3. Certification product is suitable for use in contact with potable water. F. Submit certification for welder and welding operator demonstrating their certification within past 6 months in accordance with AWWA C 206. Indicate certified procedures and position each welder is qualified to perform. G. Calibrate within last 12 months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is 11 required to have tag recording date of last calibration. Devices are subject to inspection by the Engineer. 1.05 QUALITY CONTROL A. Manufacturer to have permanent quality control department and laboratory facility capable of performing inspection and testing required. Inspection procedures and manufacturing process are subject to inspection by the Engineer. Perform manufacturer tests and inspections required by AWWA C 303 as modified by these Specifications. Correct nonconforming conditions. 1. Cylinder and Joint Ring Assembly: a. Review mill certifications for conformance requirements of Specifications. b. Perform physical testing of each heat of steel for conformance to applicable ASTM standards. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 3 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E c. Inspect physical dimensions and overall condition of joint rings and cylinder/joint ring assembly to verify compliance with requirements of AWWA C 303. Maximum allowable thickness variation of cylinder shall not be less than determined thickness . d. Test cylinder/joint ring weld for tensile strength. Test one specimen for each 500 cylinder/joint ring assemblies in addition to those tests required by AWWAC30I. e. Reject pipe with dented steel cylinders. 2. Bar Rod: a. Review mill certifications for conformance to requirements of Specifications. b. Inspect rod spacing during placement on cylinder. C. Test rod splices for each production run or minimum of once a week, whichever is less, for conformance with minimum strength criteria. 3. Pipe Lining Coating: a. Review mill certificates for each load of cement for conformance to ASTM C 150. b. Perform sieve analyses weekly for each source of coarse and fine aggregate for conformance to ASTM C 33. C. Inspect kiln recorder charts daily to confirm proper curing environment. d. Verify mortar thickness on each size of pipe to a tolerance of 1/16th of an inch of required thickness. e. Perform absorption tests in accordance with ASTM C 497, Method A, on cured mortar samples taken from pipes. f. Check mortar batch proportions, moisture content, and slurry application rate. Check coating thickness over wire on each pipe. g. Check physical integrity of cured mortar coating. Check cured mortar coating for soundness on every pipe in field in addition to manufacturing plant. h. Reject pipe with cracks in mortar coating exceeding 0.01 inches wide. 4. Protective Coatings: a. Check daily application rate and resulting dry film thickness. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 4 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. Gaskets 1. Randomly test rubber cord for diameter, tensile strength, elongation, compression set, hardness, and specific gravity after oven aging on one out of 100 gaskets. 2. Stretch test each gasket splice to twice its unstretched length and inspect for defects. C. Weld Testing 1. Perform macroetching tests for complete penetration production welds on normal production weld tests. Complete joint penetration welds are defined in ANSI/AWS A3.0. Verify complete joint penetration by means of macroetch of joint weld cross section, in accordance with ASTM E 340. 2. Perform ultrasonic or x-ray testing of manual welds for fittings and special pipes. Perform dye penetration testing of manual lap welds for fittings and special pipes and for joint ring weld onto cylinder. 3. Perform minimum of one set of weld test specimens in. accordance with ANSI/AWS A3.0 on each size, grade and wall thickness at minimum of every 3, 000 feet of pipe manufactured,- but anufactured;but perform no less than one test per project by each welding machine and each operator. D. Cast four standard test cylinders each day for each 50 cubic yards of concrete mortar coating or portion thereof for each coating and lining mix design placed in day. Perform compressive strength test at 28 days. No cylinder test result shall be less than 80 percent of specified strength. Reject pipe that does not meet minimum strength requirements. E. Make available copy of Physical and Chemical testing reports for steel cylinders and provide reports at request of the Engineer. F. Check physical dimensions of pipe and fittings: Physical dimensions to include at least pipe lengths, pipe I.D. , pipe O.D. and bend angles. 1. 06 INSPECTION A. The Engineer and/or Owner' s representative may witness manufacture and fabrication of pipe and appurtenances. Independent testing laboratory under contract to the Engineer or Owner may perform tests at direction of the Engineer to verify compliance with these specifications. Provide assistance to accomplish such testing, including equipment and personnel, at no additional cost to City. 2.0 PRODUCTS 2.01 BAR WRAPPED STEEL CYLINDER PIPE A. Furnish pipe by same manufacturer. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 5 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. Provide bar wrapped steel cylinder pipe in conformance with AWWA C 303 and AWWA M 9, except as modified herein. Produce pipe cylinder to conform to AWWA C 303 except modily Section 4 .5 to require that total cross-sectional area of bell ring plus cross-sectional area of bar reinforcement over bell ring exceed circumferential steel area in like length of barrel area by one-third. C. Use of pipe from inventory is permitted only if specifications and certifications are met. Provide testing records for such pipe. D. Do not use bar wrapped steel cylinder pipe in aerial crossings, exposed or other unburied areas. E. Pipe Manufacturer. 1. Must have minimum of 5 years of manufacturer's pipe installations that have been in successful and continuous service. 2. Must maintain on site or in plant minimum of four 22.5° bends per 10, 000 linear feet of water line. Any combination of bends may be substituted at manufacturer' s option (i.e. two 11.25° bends are equivalent to one 22 .5° bend and will be counted as one fitting) . Must be capable of delivering bends to job site within 12 hours of notification. These fittings are in addition to any fittings called out on Drawing and must be available at all times. F. Pipe Design Conditions: 1. Working pressure: 90 psi. 2. Hydrostatic field test pressure: 150 psi 3. Maximum pressure due to surge: 150 psi. 4. Minimum pressure due to surge: -10 psi. 5. Unit weight of soil: 120 pcf minimum, unless otherwise specified. 6. Minimum trench width: As shown on the drawings or indicated in Technical Specification 02226 — Pipe Trench Excavation and Backfill. 7. Pipe and Fittings: Designed to withstand most critical simultaneous application of external loads including construction loads and internal pressures. 8. Design: Design pipe and fittings to withstand most critical simultaneous application of external loads and internal pressures. Base design on minimum of AASHTO HS-20 loading, AREA E-80 loads and depths of bury as indicated on Drawings. Design pipes with Marston' s earth loads for transition width trench for all heights of cover. a. Calculate moments and thrusts in wall based on earth load. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 6 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 9. Increase longitudinal steel area (cylinder thickness) to prevent cylinder stress from exceeding 40 percent of minimum yield point at rated working pressure and 67 percent of minimum yield point at rated maximum surge pressure where pipe and fittings are subjected to longitudinal stresses induced by restrained joints or thrust blocks. 10. Groundwater Level: Design for most critical ground water level condition. 11. Modulus of elasticity (E) 30, 000, 000 psi. 12. Design stress due to working pressure to be no greater than 50 percent of minimum yield, and stress not to exceed 16,500 psi for mortar-coated pipe. 13. Design stress due to maximum hydraulic surge pressure to be not greater than 75 percent of minimum yield, and stress not to exceed 24, 750 psi for mortar-coated pipe. 14. Modulus of soil reaction (E) < 1500 psi. If E> 1000 psi, do not use silty sand (SM) for embedment. 15. Deflection lag factor (DI) 1.2 . 16. Bedding constant (K) 0.1. 17. Fully saturated soil conditions: hw = h = depth of cover above top of pipe. 18. Inside diameter of casing or tunnel liner must be minimum of 4"or greater than diameter of carrier pipe for small diameter water lines. Inside diameter of casing or tunnel liner must be minimum of 8"or greater than diameter of carrier pipe for large diameter water lines. 19. Exclude structural benefits associated with primary liner in design of pipe in tunnel installations. a. Design pipe and joints to carry loads including overburden and lateral earth pressures, subsurface soil and water loads, grouting, other conditions of service, thrust of jacks, and stresses anticipated during handling and construction loads during installation or pipe. b. Do not use internal removable stiffeners for pipe in tunnel, unless approved by the Engineer. C. External welded stiffeners shall be permitted in design calculations for pipe, provided wall thickness is minimum of 1/2 inch. Minimum clearances specified between exterior pipe wall and tunnel liner applies to distance between outside diameter of external welded stiffener and tunnel liner. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 7 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 20. Design pipe for transmitting potable water. 21. Tunnel and Augered Sections: Provide constant outside diameter from bell to spigot end for pipe. Exclude structural benefits associated with primary liner. Design pipe and pipe joints to carry loads including but not limited to: overburden and lateral earth pressures, subsurface soil, grouting, other conditions of service, thrust of jacks, and any stress anticipated during handling and installation. G. Coatings and Linings: 1. Material: a. Lining: Provide Portland cement; ASTM C 150, Type I or II, as shown on the drawings or as required elsewhere in the Construction Documents. b. Coating: Provide Portland Cement ASTM C 150, Type II with maximum of 5% tricalcium aluminate or use Type V. 2. Water Absorption Test: ASTM C 497, Method A; perform on samples of cured mortar coating taken from each working shift. Cure mortar-coating samples in same manner as pipe. a. Test Value: Average minimum of 3 samples taken from same working shift, no greater than 9 percent for average value, and 11 percent for individual value. b. Test Frequency: Perform tests each working shift until conformance to absorption requirements has been established by 10 consecutive passing test results, at which time testing may be performed weekly. Resume testing for each working shift if absorption test results fail until conformance to absorption requirements is reestablished by 10 consecutive passing test results. 3. Apply one coat of primer to exposed steel parts of steel bell and spigot rings. Prior to coating, blast clean in accordance with SSPC-SP7 (Brush Off Blast Cleaning) . Apply primer in accordance with manufacturer's recommendations. 4. Coat and line access inlets, service outlets, test inlets, and air release/vacuum relief riser pipe with same coating and lining of main pipe in accordance with AWWA C 303, Section 4, unless otherwise indicated on Drawings. 5. Do not defer placing of coating of any portion of pipe length. Verify cement mortar coating thickness on each size of pipe by nondestructive method before removing pipe from coating machine. 6. Remove and replace disbonded lining or coating. Reject pipe requiring patches larger than 100 square inches or 12 inches in greatest dimension. Allow no more than one patch on either lining or coating of pipe. Provide WELD-CRETE Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi-Mod, or approved equal bonding agent for pipe patching. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 8 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E H. Fittings and Specials: 1. Design fittings to same internal and external loads as straight pipe. 2. Manufacture in accordance with AWWA M9 Concrete Pressure Pipe and AWWA Mll - Steel Pipe. 3. Provide fabricated bends or fittings with minimum radius of 2-1/2 times pipe diameter. 4. Design test plugs to withstand forces generated by hydrostatic test and test pressure from either side. Do not exceed 500 of minimum yield for design stresses due to hydrostatic pressure. Assume opposite side of plug may not contain water. 5. Provide no specials less than 4 feet in length unless indicated on Drawings or approved by the Engineer. 6. Butt Straps for Closure Piece: Provide at locations indicated on Drawings or authorized by the Engineer. Minimum 12-inch- wide split butt strap; minimum plate thickness equal to thinnest member being joined; fabricated from material equal in chemical and physical properties to thinnest member being joined. Permit no angular deflection at butt-strap joints. 7. Provide minimum 6 inch welded outlet for inspecting each closure section, unless access manway is within 40 feet of closure section. 8. Provide Densco petroleum based tape or approved equal for exposed portions of nuts and bolts. I. Joints: 1. AWWA C 303 rubber-gasketed or welded bell-and-spigot type except where flanged joints are required for valves and fittings as shown on Drawings. Refer to Technical Specification Section 02640 - Installation of Water Pipe for details on joints and jointing. 2. Rubber-Gasketed Joints: Double weld bell and spigot ring onto steel cylinder. In thrust areas, double weld bell and spigot onto steel cylinder. 3. Restrained Joints: Restrain joints by welding or harnessing joints . a. Design Pressure: 1 .5 times working pressure. b. Harnessed Joints: AWWA M 9, clamp or snap ring type, except where prohibited. C. Groundwater Level: Assumed to be equal to natural ground surface. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 9 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E d. Provide restrained joint pipe with adequate cylinder thickness to transmit full thrust generated by internal pressure across joints. 1) Calculate distance of restrained joints based on resistance along each leg of bend with thrust based on bend angle. Provide restrained joints along each leg of bend as identified in Article 3.06 RESTRAINED PIPE REQUIREMENTS. 2) Cylinder thickness not to be less than that defined in AWWA C 303, Table 2, and minimum nominal cylinder thickness. 3) Allow cylinder thickness to reduce linearly from maximum calculated thickness to minimum thickness required by design over required length (as determined in Paragraph 2 .01 I.3.d.1) of restrained joints. 4) Provide full circumferential welds at joints required to be welded. 4. Where Carnegie joints are used in thrust restraint areas weld bell and spigot ring onto steel cylinder inside and outside. J. Use only fully circumferentially welded joints in areas considered potentially petroleum contaminated, within tunnels and under foreign pipelines. K. Pipe Flanges : AWWA C 207 for standard steel flanges of pressure class corresponding to pipe class. L. Pipe Lengths: Provide pipe sections in standard lengths with minimum length of 16 feet and maximum length as indicated on shop Drawings and approved by the Engineer. Gasketed joints are allowed on standard lengths of pipe. Non-standard pipe lengths must be approved by the Engineer and joints must be welded as specified herein to achieve equal to or greater than standard pipe length before gasketed joints can be used. Internally and externally mark each pipe section with durable marking to show location and pipe pressure. M. Hydrostatic Test of Cylinder: In accordance with AWWA C 303, at point of manufacture. Hold test for minimum 2 minutes for thorough inspection of cylinder. Repair or reject cylinders revealing leaks or cracks. N. Transport pipe and fittings with end caps . Remove end caps just prior to installation. 0. Transport pipe and fittings 36 inches in diameter and larger with stulls. Remove stulls after completion of backfill. P. Provide radius of curve as indicated on Drawings unless approved by the Engineer. Make curves and bends by deflecting joints, by use of beveled joints, or by combination of two methods, unless otherwise indicated on Drawings. Do not exceed deflection angle recommended 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 10 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E by pipe manufacturer. Provide beveled pipe sections of standard length used in curved alignment, except when shorter sections are required to limit radius of curvature. In such case, provide sections throughout curve of substantially equal length. Q. When manufacturing straight pipe sections, manual welding is allowed for following: 1. Tack welding of coils and plates during continuous pipe making process. 2. Rewelding and repairing structural defects in plate and automatic machine welds. 3. Attaching new coil of steel to previous coil. 2.02 BAR ROD A. Conform to requirements of ASTM A 615, AWWA C 303 and this specification. B. Test foreign manufactured rod by local independent laboratory. C. Rod manufacturer is responsible for performing mechanical tests required in ASTM A 615. D. Pipe manufacturer is responsible for requiring rod manufacturer to submit certified results of chemical and mechanical tests, performed by rod manufacturer. Pipe manufacturer is responsible for performing mechanical tests, and is required to attest to such in affidavit of compliance. E. Do not use rod with visible pitting. 2.03 GROUT FOR JOINTS AND SPECIAL APPLICATION A. Joint Grout: 1. Cement Grout Mixture: One part cement to two parts of fine, sharp clean sand. Mix interior joint mortar with as little water as possible until very stiff but workable. Mix exterior joint mortar with water until it has consistency of thick cream. 2. Water: Potable water with total dissolved solids less than 1000 mg/1 ASTM D 512 chloride ions less than 100 mg/l for slurry and mortar cure ASTM D 1293 pH greater than 6.5. Use potable water with 250ppm limit on chlorides and sulfates. 3. Portland Cement: ASTM C 150, Type II with a maximum of 50 tricalcium aluminate, or use Type V as shown on the drawings or as required elsewhere in the Construction Documents. Provide one type of cement for entire project. 4. Sand: a. Interior joints: ASTM C 35 fine graded plaster sand. b. Exterior joints: ASTM C 33 natural sand with 100 percent passing No. 16 sieve. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 11 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 5. Mix cement grout to specific gravity of 19 lb/gallon or greater as measured by grout/slurry balance. Use balance manufactured grout/slurry by Baroid or approved equal. Perform test in presence of and as requested by the Engineer. Add additional cement grout or water to mixed cement grout to bring mix to proper moisture content or specific gravity. Discard cement grout mixed more than 20 minutes that is not at proper moisture content or specific gravity. B. Nonshrink Grout for Special Applications, Patches, and Repairs. 1. Conform to requirements of ASTM C 1107, Nonshrink Grout. 2. Pre-blended factory-packaged material manufactured under rigid quality control. 3. Contain non-metallic natural aggregate be non-staining and non-corrosive. 4. Meeting NSF 61 Standard suitable for use in contact with potable water supply. 5. Exterior: Highly flowable to fill joint wrapper without leaving voids or trapped air. Interior capable of being placed with plastic consistency. 6. Non-bleeding and non-segregating at fluid consistency. 7. Contain no chlorides or additives, which may contribute to corrosion of bar wrapped steel cylinder pipe. 8. Free of gas-producing, gas-releasing agents. 9. Resist attack by oil or water. 10. Mix, place, and cure in accordance with manufacturer' s recommendations. Upon 72 hours' notice, provide services of qualified representative of nonshrink grout manufacturer to aid in use of product under job conditions. 11. Mix nonshrink grout to specific gravity of 17.7 lb/gallon or greater as measured by grout/slurry balance. Use grout/slurry balance manufactured by Baroid or approved equal. Perform test in presence of and as requested by the Engineer. Add additional non-shrink grout to mixed non-shrink grout to bring to proper moisture content or specific gravity. Discard grout mixed more than 20 minutes that is not at proper moisture content or specific gravity. 12. Compressive strength: ASTM C 1107 2500 psi minimum 7-day unconfined; 5000 psi minimum 28-day unconfined. C. Finished surface of lining and interior joint to be comparable to surface rubbed with No. 16 Carborunduin stone. Rub joint mortar sufficiently to bring paste to surface, to remove depressions and projections, and to produce smooth, dense surface. Add cement to form surface paste as necessary. Leave interior with clean, neat, and uniform-appearing finish. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 12 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E D. Joint Wrapper: Minimum width of 9 inches for 33-inch diameter and smaller minimum width of 12 inches for diameters greater than 33- inch hemmed at edge to allow threading with minimum 5/8-inch wide steel strap. Provide minimum 6-inch wide Ethafoam strip sized, positioned, and sewn such that two circumferential edges of Ethafoam are 12-inches from outer edge of wrapper. 2.04 CATHODIC PROTECTION A. Connect each joint of pipe with bonding straps or approved devices to maintain continuity of current. Provide bonding straps free of foreign material. B. Electrically isolate main line from other connections. Use insulating type joints or non- metallic pipe unless otherwise indicated on Drawings. C. Provide flange adapter with insulating kit as required when connecting new piping to existing piping, see 02640 Installation of Water Pipe, Section 3.09 B.4 and 3.10 and 16061 Joint Bonding and Electrical Isolation Section 2 .03. 2.05 INSPECTION AND SHIPPING A. Permit the Engineer to inspect pipes or witness pipe manufacturing. Inspection shall, not relieve manufacturer of responsibilities to provide products that comply with applicable standards and these Specifications. Should the Engineer elect not to inspect manufacturing, testing, or finished pipes, it in no way implies approval of products or tests. B. Manufacturer' s Notifications to Customer: Should the Engineer wish to see specific pipes during manufacturing process, manufacturer shall provide the Engineer with minimum of three (3) weeks advance notice of when and where production of those pipes will take place. C. Repair damage to pipe or protective lining per manufacture specifications before final acceptance. D. Shipping: Where required, provide pipe and fittings with sufficient interior strutting or cross bracing to prevent deflection under their own weight. 3.0 EXECUTION 3.01 INSTALLATION A. Conform to requirements of Technical Specification Section 02640 - Installation of Water Pipe. Do not install pipe without approved lay schedule. B. Install stulls prior to placement of pipe, bends, and fittings to prevent deflection during installation. Provide stulls consisting of timber struts with end blocks shaped to fit curvature of interior surface of pipe or other appropriate configuration and material. Firmly edge and secure stulls to blocks so that they will remain intact position during handling and installation. Provide stulls adequate to resist loads encountered without structural failure to Stull members or damage to pipe. Where applicable, place stalls at 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 13 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E such lengths so as to elongate vertical diameter of pipe as required to suit trench conditions encountered. C. Install pipe within six months of pipe being manufactured. D. Manufacturer shall make available services of representative, throughout project duration when deemed necessary by the Engineer, to advise aspects of installation including but not limited to handling, storing, cleaning and inspecting, coatings and linings repairs, and general construction methods affecting pipe. E. Bedding and Backfilling 1. Conform to requirements of Technical Specification Section 02226- Pipe Trench Excavation and Backfill. 2. Take necessary precautions during bedding and backfilling operations to prevent deformation or deflection of cylindrical shape of pipe by more than allowable pipe deflection. 3. Do not move trench support system (trench safety system) once bedding material is compacted. 4. Align pipe at proper grade prior to joint connection and do not shift after jointing operation has been completed. 5. Excavate outside specified trench section for bell holes, and for spaces sufficient to permit removal of slings. Provide bell holes at proper locations for unrestricted access to joint. Form bell holes large enough to facilitate joint wrapping and to permit visual examination of process. Enlargement of bell holes as required or directed by the Engineer or Engineer' s designated representative. Subsequent backfilling thereof shall not be considered as authorized additional excavation and backfill. Backfill bell holes and spaces to satisfaction of the Engineer. 6. Remove blocking after placing sufficient backfill to hold pipe in position. F. Follow non-shrink grout manufacturer' s specifications for nonshrink grouting. G. Store pipe at job-site with securely-fastened plastic end caps to maintain moist pipe interior. Promptly replace damaged end caps to avoid shrinkage or cracking of cement-mortar lining. Immediately replace damaged plastic end caps. Do not leave uncapped for more than 4 hours . H. Deviation of installed pipe in any one pipe section from line and grade shown on approved shop drawing layout shall not exceed 2 inches from grade and 3 inches from line. No deviation from line and grade at contact interfaces are allowed. I. Use adequate surveying methods, procedures and employ competent surveying personnel to ensure pipe sections are laid to line and grade and within stipulated tolerances. Measure and record, in form 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 14 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E approved by the Engineer, in-place survey data for pipe laid each day and submit copy of data to the Engineer at end of that day. Survey data to include unique pipe number, deflection angle at pipe joint and whether beveled ends were used, invert elevation at pipe joint, deviation of joint from project line, deviation of joint from project grade, inside pipe joint lap measured at top, bottom, and at springline (each side) . J. Static Electricity: 1. Properly ground steel pipeline during construction as necessary to prevent build-up of static electricity. 2. Electrically test where required after installation of pipeline is complete. 3.02 DEFLECTION A. Allowable deflection from specified diameter determined as follows: Allowable Deflection (D) 2/4000, (D= Nominal inside pipe diameter in inches. ) B. Deflection may be measured by the Engineer at any location along pipe. Arithmetical averages of deflection are not acceptable. C. If deflection exceeds that specified, remove entire portion of deflected pipe section and install new pipe as directed by the Engineer at no cost to City. 3.03 CLOSURES AND APPROVED PIPE MODIFICATIONS. A. No modifications of standard pipe for closures shall be permitted in the field. No field cutting of pipe or exposure of bar wire is permitted without written approval from the Engineer. B. Pipe manufacturer' s representative and the Engineer to entirely witness closures and approved pipe modification efforts. C. Provide minimum lap of 4 inches between member being joined and edge of butt strap. Weld on both interior and exterior, unless otherwise approved by the Engineer. D. Provide full circumferential welds on joints required to be welded. Employ independent, Certified testing laboratory, approved by the Engineer, to perform weld tests on field welds. Include cost of such testing in contract unit price for water lien. Use magnetic particle test method for lap welds or X-ray methods for butt welds, for 100 percent of joint welds. Maintain records of tests. If defective weld is revealed, repair defective weld, and retest. Use wire and flux from same manufacturer throughout an entire project. See also 02640 3.09 C Welded Joints. E. Fill wrapper in field and allowing excess grout water to seep out. Refill wrapper as necessary. When joint mortar level has stabilized and begun to mechanically stiffen, lap Ethafoam wrapper over top of joint, and secure in place. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 15 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E F. Stretch test each gasket splice to twice its upstretched length and inspect for defects. 3.04 VISIBLE CRACKS A. No visible cracks longer than 6 inches, measured to be within 15 degrees of line parallel to pipe longitudinal axis, are permitted except: 1. In surface laitance of centrifugally cast concrete, 2. In sections of pipe with steel reinforcing collars or wrappers, or 3. Within 12 inches of pipe ends. B. Repair interior lining cracks that exceed 1/16-inch (0.0625 inches) wide. C. Reject pipe with exterior coating cracks that exceed 0.01 inches wide. D. Immediately remove pipe from site if pipe has cracks exceeding limitations and cracks are not repairable. 3. 05 FIELD REPAIR PROCEDURES FOR COATING/LINING A. Areas less than or equal to 6 inches in diameter: Patch honeycomb and minor defects in concrete surfaces with nonshrink grout conforming to section 2.03 B. Use only manual or small (low pressure) air chisels to chip away mortar coating or lining. Cut out unsatisfactory material and replace with nonshrink grout, securely bonded to existing coating or lining. Finish junctures between patches and existing concrete as inconspicuous as possible. Strike off nonshrink grout flush with surrounding surface after patch has stiffened sufficiently to allow for greatest portion of shrinkage. Finish surface in accordance with lining requirements. B. Pipe with defective coating areas greater than 6 inches in diameter cannot be used. Immediately remove pipe from project. C. Reject pipe if steel cylinder is dented while making field repair. Immediately remove pipe from project. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 16 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.06 RESTRAINED PIPE REQUIREMENTS A. Restrained Pipe Required to Resist Thrust — HORIZONTAL ID of Deflection Plane of Depth of Restrained Pipe Angle Deflection Cover Length (in) (deg) . (ft) (ft) 54 90.0 Horizontal 4 111 54 45 Horizontal 4 60 54 22.5 Horizontal 4 31 54 11.25 Horizontal 4 15 (1) Provide restrained joint along each leg of bend for the length noted. B. Restrained Pipe Required to Resist Thrust — VERTICAL ID of Deflection Plane of Depth of Restrained Pipe Angle Deflection Cover Length (in) (deg) . (ft) (ft) 54 90 Vertical 4 94 54 45 Vertical 4 39 54 22.5 Vertical 4 19 54 11.25 Vertical 4 10 (1) Provide restrained joint along each leg of bend for the length noted. 02643 Bar Wrapped Concrete Steel Cylinder Pipe Page 17 of 17 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02740 - REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc. , as may be required to complete the work. 2. MATERIALS 1. GENERAL: Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall he machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. DESIGN: All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. SIZES AND PERMISSIBLE VARIATIONS: a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. WORKMANSHIP AND FINISH: Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 02740 Reinforced Concrete Culverts Page 1 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 5. CURING: Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. MARKING: The following information shall be clearly marked on each section of pipe: a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. MINIMUM AGE FOR SHIPMENT: Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. INSPECTION: The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. CAUSES FOR REJECTION: Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. REPAIRS: Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and 02740 Reinforced Concrete Culverts Page 2 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. REJECTIONS: All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. JOINTING MATERIALS: Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre-formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. l-2 PC 1" x 2 '-5" 15" 1. 9 gals. 2 PCs 1" x 2 '- 511 18" 2 .7 gals. 11 PCs 11-2 " x 31-511 21" 3.8 gals. 2 PCs 11 " x 3'-5" 24" 6.2 gals. 2 PCs 11 " x 3'-5" 30" 8.5 gals. 21,2 p c s 11- x 3'-5" 36" 9.5 gals. 3 PCs 14,4" x 3'-5" 42" 12 .0 gals. 31-2 p c s 1k4 x 3'-5" 48" 15.0 gals. 4 PCs 19" x 3'-5" 54" 20.0 gals. 41 PCs 13-" x 3'-5" 60" 25.0 gals. 5 PCs 13,4" x 3'-5" 66" 30.0 gals. 51-2 PCs 13-" x 3'-5" 72" 32 .0 gals. 6 PCs 2" x 3'- 5" 84" 35.0 gals. 7 PCs 2" x 3'- 5" 02740 Reinforced Concrete Culverts Page 3 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E b. TYLOX Types "C", "C-P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc. , shall be manufactured, constructed, installed, etc. , as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc. , or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. EXCAVATION: All excavation shall be in accordance with the requirements of Technical Specifications 02226 Trench Excavation and Backfill except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. BEDDING: The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. LAYING PIPE: Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, 02740 Reinforced Concrete Culverts Page 4 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall he done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0 '-11" 1'-1" 1'-3" 1'-5" 1 '-7" 1 '-11" 2 '-0" 4. JOINTING: a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water-tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water-tight joints will be required when using rubber gaskets. c. Joints using Cold-Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush-applied to the tongue and 02740 Reinforced Concrete Culverts Page 5 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze-out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times. ) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of Technical Specifications 02226 Pipe Trench Excavation and Backfill. If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 02740 Reinforced Concrete Culverts Page 6 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. CLEANING AND TELEVISION INSPECTION: All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised. 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will he made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects . Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing gectextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 02740 Reinforced Concrete Culverts Page 7 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 02802 - SEEDING (S-14) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern all work necessary for fertilizing, planting seeds and maintaining vegetation 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 MATERIALS 2.01 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 (o of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.02 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 o Germination The quantity of pure live seed and type required are indicated below. See drawings for mixture. LB/ACRE OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURES 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 Ischaeum 1.2 1.2 1.5 Buffalograss Pennisetum Ciliare - 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 02802 - Seeding Page 1 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 30 2.03 WATER Water shall be free from oils, acids, alkalies, and salts which may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 2.04 TOPSOIL In general the contractor is expected to side cast topsoil and then re- use as the final backfill layer. Where no topsoil is found or where additional topsoil is needed to facilitate or re-establish grass growth the contractor will provide 6 inch of topsoil. 2.05 MULCH Mulch shall be either the straw type, wood cellulose fiber type, asphaltic emulsion type or asphaltic emulsion over wood cellulose fiber type, whichever is indicated on the drawings. A. Straw Type - Straw mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls or other approved by Engineer. B. Asphaltic Emulsion Type or Asphalt Emulsion Over Wood Cellulose Fiber Type - Shall conform to ASTM specification D 977, Grade SS-1 mixed with water (60% asphalt 40% water) . C. Wood Cellulose Fiber Type - Wood cellulose fiber shall have no growth inhibiting ingredients and shall be dried with a moisture content less that loo by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds, and other approved additives, the fibers in the material will become uniformly suspended to forms a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.06 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: A. 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. B. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation and that will discharge straw mulch material thru a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near 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. 02802 - Seeding Page 2 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E C. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 3.0 CONSTRUCTION METHODS 3.01 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. A. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 3.02 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. 3.03 SEEDING The seed mixture shall be uniformly distributed at a rate specified above. A. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. B. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled sick harrow, set nearly straight. Disks shall be set approximately 9 inches apart. C. Straw Mulch With Asphalt Seeding - Seed, fertilizer, and straw mulch shall be placed as described in straw mulch seeding with the two exceptions. An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. Mechanical anchoring by disking will not be required. D. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. As asphalt-water emulsion shall be applied at a rate of 1,500 to 1, 800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be comparatively smooth. 02802 - Seeding Page 3 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E E. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lb/acre on flats, 2000 lb/acre on 3:1 slopes, and 2500 lb/acre on 2:1 or greater. 100 lb. 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. F. 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. 3.04 MAINTENANCE The Contractor will water, repair and reseed areas as required for a period of 45 days. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seedings have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.05 GUARANTEE The Contractor shall assure 950 of the seeded area has established growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square foot. 02802 - Seeding Page 4 of 4 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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 Technical Specification 02643 Bar Wrapped Concrete Steel Cylinder Pipe. 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. 09910 Painting Page 1 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 6.02 METAL A. GENERAL: All metal surfaces to he 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 02. ) : (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 50 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 he 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 850. (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. 09910 Painting Page 2 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. 09910 Painting Page 3 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. 09910 Painting Page 4 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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. 09910 Painting Page 5 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 12.0 PAINTING EQUIPMENT, MACHINERY AND METAL WORK A. EXTERIOR - STRUCTURAL STEEL, HANDRAILS, WALKWAYS AND OTHER MISC. METAL WORK (Surface Preparation - Sandblast "Near White Metal" SP-10 or NACE #2) (1) Prime Coat: (a) 1 coat: . . . . . PPG Pitt-Guard All Weather DTR #97-946/949 (4 to 7 DMT*) (b) 1 coat: . . . . . Tnemec Series 90-97 Tneme-Zinc (2.5 DMT*) (c) Approved equal (2) Intermediate Coat: (a) 1 coat: . . . . . PPG Pitt-Guard All Weather DTR #97-946/949 (4 to 7 DMT*) (b) 1 coat: . . . . . Tnemec Series 66 Epoxcline (4.0 DMT*) (c) Approved equal (3) Top Coat: (a) 1 coat: . . . . . PPG Pitthane Ultra 95-812/819 (2 to 3 DMT*) 09910 Painting Page 6 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E (b) 1 coat: . . . . . Tnemec Series 290 CRU (2 .5 DMT*) (c) Approved equal * Minimum Dry Mil Thickness 13.0 T9-K4 PAINTING EXPOSED AND SUBMERGED METAL PIPING, VALVES, ETC. A. EXPOSED VALVES, FITTINGS AND PIPES (Surface Preparation - Sandblast "Near White Metal" SP-10, or NACE 0 2) (1) Prime Coat: (a) 1 coat: . . . . . PPG Amerlock 400/2 (4 to 8 DMT*) (b) 1 coat: . . . . . Tnemec Series 61 Tneme-Liner (8.0 DMT*) (c) Approved equal (2) Intermediate Coat: (a) 1 coat: . . . . . PPG-No intermediate coat required N/A (b) 1 coat: . . . . . Tnemec-No intermediate coat required N/A (c) Approved equal (3) Top Coat: (a) 1 coat: . . . . . PPG Amerlock 400/2 (4 to 8 DMT*) (b) 1 coat: . . . . . Tnemec Series 61 Tneme-Liner (8.0 DMT*) (c) Approved equal * Minimum Dry Mil Thickness 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 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 15101 BUTTERFLY VALVES (WATER SERVICE) 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the butterfly valves for water service 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 Butterfly valves shall be rubber seated with lever operators. Valves shall be designed and manufactured in accordance with AWWA C504, Class 150B. Valves shall be designed for a minimum of 150 p.s.i. water working pressure service. 1.04 FEATURES Butterfly valves shall have 360° continuous seating, disc seat mechanically retained and adjustable in all sizes and body seat mechanically retained. 1.05 RESPONSIBILITY FOR OPERATION It shall be the Contractor's responsibility to determine that the valve can be fully operated (opened and closed) when installed. If the valve is installed and cannot be fully operated, it shall be the Contractor's responsibility to take corrective measures (at no additional cost to the Owner) to reinstall the valve so that it can be fully operated. 1.06 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. 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. 15101 Butterfly Valves (Water Service) Page 1 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1) DeZurik BAW Butterfly Valves. 2) or approved equal. 2.0 PRODUCTS/MATERIALS 2.01 BODY Cast Iron - ASTM A-126, Class B, or ductile iron ASTM A 536 short body or wafer type. The valve shall be sized with opening same as discharge pipe and have a pressures rating of 150 psi. Each valve shall be stamped with the manufactures name, valve diameter and pressure rating. 2. 02 DISC Valve disc shall be constructed of ductile iron ASTM A536 grade 65- 45-12 with 316 stainless steel edge. 2. 03 SEAT All seats shall be constructed on synthetic rubber compound such as Acrylonitrile Butadiene and suitable for bi-directional shutoff at rated pressure. Seats shall be retained in the valve body by mechanical means without retaining rings, segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360° without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360° circumference and replaceable without dismantling the actuator, disc or shaft and without removing the valve from the line. Manufacturer must certify that rubber seat is field replaceable. 2. 04 SHAFT 304 or 316 Stainless Steel. Shaft shall be one-piece and shall have a minimum diameter conforming to AWWA Class 150B Standard. Shaft seals shall be chevron or 0-ring type. A taper pin or dowel pin will be used to secure the shaft and disc. The taper pins (dowel pins) shall be stainless steel or Monel and shall be mechanically secured. 2.05 BUSHINGS Bushings shall be permanently lubricated sleeve type. 2.06 ACTUATOR Unless indicated otherwise on drawings, the valve actuator shall be lever type, integrally mounted on the valve. The housing, cover and shaft shall be sealed to prevent water entry under 25' submergence. 15101 Butterfly Valves (Water Service) Page 2 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 3.0 CONSTRUCTION METHODS 3.01 IN VALVE VAULT The butterfly valves shall be wafer type suitable for installation between ANSI 125-150 lb. flanges. All valves must be furnished with a weather-proof, lever actuator. Exterior of valves and accessories shall be shop painted for corrosion protection. 3.02 BELOW GROUND INSTALLATION The butterfly valves shall have mechanical joint ends and shall have a geared actuator suitable for buried service with necessary stem seals and gaskets to prevent entry of water into the housing. Valves shall be equipped with a valve box and stem extension. The stem extension shall have a 2" operating nut extended to within 6" of finished grade. Exterior of valves and accessories shall be coated by the manufacturer with a material suitable for underground service to protect against corrosion. Valves shall be wrapped with two (2) plys of 8-mil polyethylene. 3.03 FIELD PAINTING In addition to the manufacturer's shop painting noted in Sections 3.01 and 3.02, the exterior of valves shall be coated as described in Technical Specification Section 09910 - Painting. 15101 Butterfly Valves (Water Service) Page 3 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 15104 Gate Valves Page 1 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. 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 corrosion protection. A. INTERIOR OF 2-INCH THROUGH 24-INCH VALVE 1. Body And Bonnet: Factory applied epoxy coating conforming to AWWA Standard Specification C550. 2. Gate: Factory applied rubber encapsulated conforming to AWWA Standard Specification C509. B. EXTERIOR OF 2-INCH THROUGH 24-INCH VALVE 1. Above Ground Installation: Factory applied epoxy coating conforming to AWWA Standard Specification C550. 2. Below Ground Installation: Factory applied epoxy coating conforming to AWWA Standard Specification C550. C. FIELD PAINTING In addition to the factory coatings listed above, the exterior of the valves shall be coated as described in Technical Specification Section 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. 15104 Gate Valves Page 2 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. The stem extension shall have a 2" operating nut. 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. Valves shall be wrapped with (2) two plys of 8- mil polyethylene. 15104 Gate Valves Page 3 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 15108 VACUUM RELIEF/AIR INLET AND AIR RELEASE VALVES 1.0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the 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. Valves shall be: 1) APCO series 1800 custom combination air valve with series 150 air and vacuum valve and series 200A air release valve. 2) or approved equals 2 .0 PRODUCTS/MATERIALS 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. 15108 Vacuum Relief/Air Inlet and Air Release Valves Page 1 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Valve Component Material Valve Body Cast Iron Valve Trim Stainless steel Float and internal components Stainless steel Cover Bolts Stainless steel Shop Coatings: Outside Universal Metal Primer 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. 3.02 VALVE SCHEDULE The quantity and location of valves furnished shall be as shown in the following table and as shown on the drawings. Each valve shall have a 10", 8" or 6" inlet opening as specified and shall operate at a maximum working pressure of 150 psi. Air Surge Protection Device Drawing Valve Location Station Spacing (ft. ) 8-inch combination air vacuum/air 4+76 - Upstream of Bore intake/air release valve 10-inch combination air vacuum/air 6+45 169 Downstream of intake/air release valve Bore 10-inch combination air vacuum/air 7+33 88 High Point intake/air release valve 10-inch combination air vacuum/air 14+55 722 High Point intake/air release valve 6-inch combination air vacuum/air 22+59 804 Downstream of intake/air release valve Bore 6-inch combination air vacuum/air 24+15 156 High Point intake/air release valve 6-inch combination air vacuum/air 32+12 797 Upstream of Bore intake/air release valve 6-inch combination air vacuum/air 40+30 818 Downstream of intake/air release valve Bore 6-inch combination air vacuum/air 44+30 400 Upstream of Bore intake/air release valve 3.03 PROTECTIVE COATING The interior and exterior metal surfaces of valves (except stainless steel components) shall be shop coated for corrosion protection. 15108 Vacuum Relief/Air Inlet and Air Release Valves Page 2 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 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. If valve coating is damaged during shipment, storage or installation, Contractor will repair to satisfaction of Engineer manufacturer's recommendation. 3.04 SHUT-OFF VALVES To facilitate removal for maintenance, each valve shall incorporate a butterfly shut off valve in the inlet piping, see Technical Specification 15101 Butterfly Valves. 15108 Vacuum Relief/Air Inlet and Air Release Valves Page 3 of 3 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16000 PULL BOXES (Polymer Concrete) 1 . 0 GENERAL REQUIREMENTS 1.01 SCOPE This specification shall govern for all work necessary to furnish and install the pull boxes 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 pull boxes shall be polymer concrete and comply with the latest compressive and flexural strength requirements of ASTM Standard Specifications D695 and D790. All pull boxes shall be traffic rated as per ASTM C857 . All pull boxes shall be installed in a vertical plane at the locations shown unless otherwise indicated 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 pull boxes meet these specifications. Also, the manufacturer shall upon request furnish one (1) certified copy of the physical tests of all materials used in the manufacture of the pull boxes. 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) New Basis PCA 304848-00012 2) or approved equal. 2 .0 PRODUCTS/MATERIALS 2.01 General Description The pull boxes shall be manufactured from a polymer concrete material with straight sides, no floor, and a one (1) piece lockable cover. The cover will include a standard name plate with owner specified details. 16000 Pull Boxes Page 1 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2.02 Material The pull box material shall be an polymer concrete with a very high strength to weight ratio. It shall be nonmetallic, nonconductive, UV resistant, high impact resistant, impervious to chemicals and moisture. 2. 03 LOAD RATING The pull boxes shall be rated for incidental traffic of the type that would be experienced in parking lots and on sidewalks. The pull boxes shall conform to WUC 3. 6, ASTM C 857 and ANSI/SCTE 77. 2. 04 Dimensions/Weight 1. The pull boxes shall be 473-4 wide x 301 wide and 48" deep. 2. The pull boxes cover shall weigh 203 lbs. and the box shall weigh 550 lbs. 3. 0 CONSTRUCTION METHODS 3.01 INSTALLATION The pull boxes shall be installed below grade at the locations shown on the drawings . Each pull box will be installed in a 12"-inch bed of crushed limestone with a uniform stone size of 1-inch. The limestone shall extend under the box and 6-inches away from each side of the pull box. The top of the boxes shall be flush with the finished ground and surrounded by a 4-ft x 6-ft, 4-inch thick concrete house- keeping pad. The pad will be constructed from 3000 psi concrete and will contain 6" x 6" W2. 9 x W2. 9 welded wire fabric reinforcing steel. Each box will contain a 90-Degree sweep for the incoming and a 90- degree sweep for the outgoing conduits. The sweeps will be capped with the mule tape tied to the outside of the conduit. Each pull box will be installed with a bollard as shown on sheet 16 of 27. 16000 Pull Boxes Page 2 of 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16000 Polymer Concrete Pull Boxes DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E a LU O N M V M V �® Q LO 0 cn W co E co cov co v O J � N J Y 0 � °'�� o_ (W m o o a U 0 �- M-20 Q cn`� co O s` M jN�O J t0 N W w ' � N X E d m W �° Ngo Y o OL ` L. <n C ui0Oc6 (0 O�� > O � O � > L o (� � Q>�>U > Il Q(0-0 O-0 C� i rn Oqqt Z N N> N� ' QQE V- O)C 7 d N O O p N i O N U �~ Q N N �� :;.Lu E .N U O Cl ` Lo LLI U) U) 'J (� L N E K O M in M Of "tE OLL� N _~�� )b � �� In in cu 0'0 (n m O N .N E Q Xa UOvi" wm (n LU � NNa) - M-0 mU o M 2 o w z � a� L 0 >_ Q I d M O Q U bo co N O QO CU�(n D 0 Q�.� 7 !� m-a n � n Vvim D o oDU)z L-E�y ms _,_ Y.w co co OO.- N N M 0 U o . • . LU • • • • • • 0 0 N > O >i 0- �LL d(n2Z S J SU LL Q v U NE m rn .S c DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ai Q N � Y. Q�QQ OH QI)fw o 0z H0~U LU JOUw �Q MOK< >> ~°~J0 O L O w LLoL�z C) QZ&—Z JQJCWLO LU wo LO ai O o Ea m o z LLm d`° p wLL O � [/M COW m T \ 5 (\ X `� ~ H co x a w Y J C) a M a JN m p � m o ILLI U) (1 �� U) = o Q)� Q - � � ! o 00 0a, ILLI E -000 m W = �� n� z z2 j a)E:- �' Y �� � o 6 M H N 3 LE U o°� 5-0U a °a Z �� C7 � a) m N� � � W > = O H ww U � � U (y) (0 > LO C H LAN C m L o n as Q o c D Ln w w .2 a LU U W m .c m ai o z J 6 ca O Q a�aLi CO L co �.y U� �� (n w C7 a N c c>a J O d �Lu uEoi w w 70 L3 U n �- U F- w 0 -a �a0 LU a3a�— c d O � w m -aEa) 0 � m��>m.�o mQia o 0 > X w Q � m�E L.L.— (D — rn wLL>L-mHOHo W m co O mL Q C U N (6 Q J U O LL N zCO z O (mi (1) CL) 65 Nu' r cn U o 0 T OL E2 > > Q W �Z ���� s a 3 o o Q W L) U) (m z @ Q�t o H as co �' > o m 00 U)_0O N��� Q a a o m Q � �Uoo o W� ` � � m 2 �� H Q) (D aW o = N... DoE o O O +J(n d mmQQ 0 OH �ao r C n0) L m NL O Q>)C/)02 mmoo d'� � o so i 00 oE � > U) c M W N am ��Lo 07N0 LL N N 0 V C 0 6� > J UwU Eo mZZ °� C rn o o= ns U N �� Q U m o c�zza-o N Q� >_ op op U o mt ro�-L o-o wC) ♦ ` `U Q osLL'CL Z-) o oa-c6o H wog CO( g U c�E ° o. V c U J 0 3 N N C C U W Q �~ y N() () j N C C� ZTQ LU U) C N Q 3 m o ) M)@ t—D £>Q K TQ ��Q Q�ZZ�2 �Q >•— LLH�LLUUCAcn �� p Q 00-0- LLaLL 0ra LL g a5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16001 POLYVINYL CHLORIDE ELECTRICAL CONDUIT AND FITTINGS 1.0 GENERAL REQUIREMENTS 1.01 SCOPE: This specification shall govern for all work necessary for furnishing polyvinyl chloride electrical conduit and fittings required to complete the PVC conduit. 1.02 SPECIFICATION TYPE: This specification is a design specification as defined in Article TS-1 of the Technical Special Provisions. 1.03 GENERAL: (a) Fittings: All Fittings shall be Schedule 80 PVC fittings. (b) Piping: Ali Piping shall be Schedule 80 PVC conduit. 2.0 MATERIAL: 2.01 Schedule 80 PVC Electrical Conduit: Pipe and fittings shall be manufactured from PVC meeting ANSI/UL 651 and NEMA TC-2, ASTM F512 and NEMA TC-6 & 8 . The conduit shall be suitable for above-ground and underground installations, concrete encasement and direct burial. Conduit shall come with on bell end and be grey in color. The conduit shall be rated for use with 90- degree C conductors and come with UV protection. 2.02 PVC Electrical Conduit Couplings and Joints: (a) Schedule 80 PVC: Couplings and joints shall be solvent-weld designed to provide a rigid (or restrained) joint. 2.03 PVC Electrical Conduit Fittings: (a) Schedule 80 PVC: Fitting shall be solvent weld, designed to provide a rigid (or restrained) joint. 16001 PVC Electrical Conduit Page 1 of 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16061 JOINT BONDING AND ELECTRICAL ISOLATION PART 1 GENERAL 1.01 SUMMARY This Section includes: A. Joint bonding requirements for electrical continuity along steel, ductile iron and concrete cylinder pipe on water pipeline projects. B. Electrical isolation devices for installation at connections to existing piping, at selected below grade to above ground piping transitions, at cased crossings and at tunnels. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. A. Unit Prices No separate payment will be made for Work performed under this Section. Include cost of such Work in contract unit price for water transmission main. 1.03 REFERENCES A. ASTM A1008/A1008M - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon, Structural, High-Strength Low-Alloy, High- Strength Low-Alloy with Improved Formability, Solution Hardened, and Bake Hardenable. B. ASTM D1248 - Polyethylene Plastics Molding and Extrusion Material. C. AWWA C207 - Steel Pipe Flange for Waterworks Service. D. AWWA M9 Manual - Concrete Pressure Pipe. E. ANSI B16.1 - Cast Iron Pipe Flanges and Flanged Fittings. F. ANSI 316.5 - Pipe Flange and Flanged Fittings. 1.04 SUBMITTALS A. Submit in accordance with the requirements of General Condition Article 24, Document Management and Supplementary Conditions Article 25, Shop Drawings. B. All required computations and drawings shall be prepared by or under the direct supervision of a Professional Engineer, registered in the State of Texas with a minimum of ten years of corrosion control experience. 16061 Joint Bonding and Electrical Isolation Page 1 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E C. Submit manufacturer's catalog cuts for each item. Include the manufacturer' s name in the catalog cuts and provide sufficient information to show that the materials meet the requirements of the Plans and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. D. Submit electrical continuity and flange isolation test results to the Project Manager or designated representative. 1 .05 RELATED SPECIFICATIONS A. Section 02643 - Bar Wrapped Concrete Steel Cylinder Pipe. B. Section 16062 - Corrosion Control Test Stations. 1.06 QUALITY ASSURANCE A. Provide manufacturer's certification that all electrical continuity bonding meets the requirements of the Plans and specifications. Reference certification to applicable section of specifications and applicable standard detail. B. Provide manufacturer's certification that all isolation devices meet the published material specifications. C. All materials, fabrication, and installations are subject to inspection and testing by the City or designated representative. PART 2 PRODUCTS 2 .01 DESCRIPTION A. Joint bonding and electrical isolation materials to be incorporated into the project include, but are not limited to, the following: 1. Electrical continuity bond cables and bonding clips. 2. Flange isolation assemblies. 3. Casing spacers. 4 . End seals. 2 .02 ELECTRICAL CONTINUITY BONDS A. Applications: Applications for electrical continuity bonding include the following: 1. Bonding across bolted joint assemblies. 2. Bonding across gasketed joint assemblies. 16061 Joint Bonding and Electrical Isolation Page 2 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E B. Preparation of Bar-Wrapped Steel Cylinder Pipe for Bonding: 1. Fabrication: a. Use bar-wrapped steel cylinder pipe for this project that has been fabricated in such manner as to establish continuity between metallic components of pipe and joints. 2. Acceptable Methods: a. Establish electrical continuity as described here in. 3. Criteria for Electric Continuity: a. Internal Pipe Joint Components: Pipe manufacturer shall obtain resistance of less than 0.03 ohms between any component and steel pipe cylinder. 4. Steel Cylinder Continuity: a. Establish continuity of all joint components and steel cylinder. These components include the following: 1) Anchor socket brackets. 2) Anchor socket. 3) Spigot ring. 4) Bell ring. b. If mechanical contact does not provide a resistance of less than 0.03 ohms between components, tack weld component to provide electrical continuity. C. Electrical Bond Wires (Steel or Ductile Iron Pipe) : Electrical bond wires are to be a minimum No. 2 AWG, seven strand, copper cable with THHN insulation. Remove one inch of THHN insulation from each end of the bond wire. Provide the minimum number of bond wires as shown on Plans for steel or ductile iron pipe, see appendix for configuration of bonding wires. D. Electrical Bond Clip (Bar Wrapped Concrete Steel Cylinder Pipe) : Weld three (3) ASTM A1008/A1008M steel bonding clips, each approximately 0.13 inches thick, 2.5 inches long, and 1.25 inches wide, with 1/8- inch fillet welds to the bell and spigot of adjacent bar wrapped concrete steel cylinder pipe or steel pipe with rubber gasketed joints. Manufacture clips to maintain continuity regardless of small deflections of finished joints, see appendix for configuration of bonding clips. 2. 03 FLANGE ISOLATION A. Applications: Required applications of dielectric flange isolation assemblies include but are not limited to the following: 16061 Joint Bonding and Electrical Isolation Page 3 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1. At selected locations where new piping is mechanically connected to existing piping. 2. At selected below-grade to aboveground piping transitions. 3. At locations shown on the Plans. B. For concrete cylinder pipe, provide electrical isolation through the installation of the following materials: 1. Flange connection to Lock Joint bell adapter. 2. Flange connection to Lock Joint spigot adapter 3. Insulating Gasket: a. For piping 30 inches diameter and greater, provide Pyrcx G-10 with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal. b. For piping between 12 inches and 24 inches diameter, provide Phenolic PSI with nitrile seal, Type "E" LineBacker gasket as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal. C. Alternately, provide plain-faced phenolic gasket, as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal. Place phenolic gasket between two full- faced gaskets. Provide cloth-inserted rubber gasket material, 1/8 inch thick in accordance with AWWA C207 . Use factory cut gaskets of proper dimensions. 4 . Sleeves and Washers: a. For piping 30 inches diameter and greater, provide full length mylar sleeves with Pyrox G-10 washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal. b. For piping between 12 inches and 24 inches diameter, provide full length mylar sleeves with Phenolic washers, double washer sets as manufactured by Pipeline Seal and Insulator, Inc. , or approved equal. C. Coatings for buried isolation flanges shall be Densyl Tape system manufactured by Carboline, consisting of Densyl Mastic, Densyl Paste, and Densyl Tape, or approved equal. 2.04 CASING SPACERS A. For piping installed in tunnels or cased crossings, install casing spacers between the piping and the casing or tunnel liner to provide electrical isolation. B. Inside diameter of casing or tunnel liner must be 8 inches greater in diameter than the outside diameter of the piping. 16061 Joint Bonding and Electrical Isolation Page 4 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E C. For all piping greater than 12 inch diameter, use 12 inch wide steel insulators with 2 inch wide UHMW runners, as manufactured by Advance Products and Systems or approved equal, see Technical Specification 02341. 2.05 CASING END SEALS A. For all piping use pull-on, 1/8 inch thick, synthetic rubber end seals, Advance Products System Inc. Model AZ-Zipper, Model C, as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. The seal shall he water tight. PART 3 EXECUTION 3.01 INSTALLATION A. Installation of Electrical Continuity Bond Wires 1. Inspection: Use continuous bond wires with no cuts or tears in the insulation covering the conductor. 2. General: Attach bond wires at required locations by exothermic welding. a. Charges and Molds: Select weld charges and mold size for the specific surface configuration in accordance with manufacturer recommendations. Use Erico Cadweld, or Continental Industries Thermoweld weld charges and molds. b. Repair coating in accordance with pipe manufacturer's recommendation. Specific coating system used shall be completely compatible with pipe and factory-applied pipe coating materials. C. Remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square to effect a bright metal surface. d. Remove approximately 1 inch of insulation from each end of the wires to be exothermically welded to the pipe, exposing clean, oxide-free copper for welding. e. Using the proper size exothermic weld mold and charge as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. f. Place the metal disk in the bottom of the mold. Pour the exothermic weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge, in case that it is consistent with the manufacturer specification. g. Close the mold cover and ignite the starting powder with a flint gun. h. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire 16061 Joint Bonding and Electrical Isolation Page 5 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E breaks, repeat the procedure. i. If the weld is secure, coat all bare metal and weld metal with 2-part epoxy. 3. Post-Installation Inspection: Make post-installation inspection of all electrical continuity bonds through a visual examination of each exothermic weld connection for strength and suitable coating prior to backfilling. In addition, perform one or more of the following tests: a. Circulate current through pipe using DC power supply. Calculate resistance through known length of pipe. Resistance must not exceed 150% of theoretical resistance for pipe and bonds. b. Measure resistance through select bonded joints with a digital low resistance ohmmeter (DLRO) . Resistance of 0.001 ohms or less is acceptable. C. Record results and submit to City or designated representative for approval prior to backfilling. Any discontinuous joints are to be repaired by the contractor at no charge to the City. 4 . Backfilling of Bonded Joints: a. Backfill bonded piping in manner that prevents damage to the bond wires and all connections to the metallic structures. b. If construction activity damages a bonded connection, contractor shall install new bond wire at no charge to the City. B. Installation of Flange Isolation Devices 1. Placement: Install above-grade dielectric insulators at a minimum 12 inches and maximum of 48 inches above final grade. 2 . Assembly: Place gasket, sleeves, and washers as shown on the Plans. Follow manufacturer's recommendations for even tightening to proper torque. 3. Testing: Immediately after an insulating fitting has been installed and prior to backfill, test electrical isolation with a Gas Electronics model, 601 meter. Fully document test results. Test shall be submitted to Project Manager for review prior to backfill of pipe. 4. Painting: Do not use metal base paints on insulating fittings. 5. Encapsulation: Encapsulate below-grade insulating flanges with the Carboline Densyl tape system, or approved equal, after the insulating flange has been tested for effectiveness. C. Installation of Casing Spacers 1. Assemble and securely fasten casing spacers to the pipeline to 16061 Joint Bonding and Electrical Isolation Page 6 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E be installed in casings or tunnels. 2. Avoid inadvertent metallic contact between casing and carrier pipe. Place spacers close enough to ensure that the pipe is adequately supported throughout its length, particularly at the ends, to offset settling and possible electrical shorting. The end spacer must be within 6 inches of the end of the casing pipe, regardless of size of casing and pipe or type of spacer used. 3. Grade the bottom of the trench adjacent to each end of the casing to provide a firm, uniform and continuous support for the pipe. If the trench requires some backfill to establish the final trench bottom grade, place the backfill material in 6-inch lifts and compact each layer. 4. After the casing or tunnel liner has been placed, pump dry and maintain dry until the casing spacers and end seals are installed. 5. Install casing spacers in accordance with the manufacturer's instructions. Correctly assemble, evenly tighten, and prevent damage during tightening of the insulators and pipe insertion. 6. Insulator Spacing: a. Maximum distance between spacers to be 10 feet for pipe sizes 4 to 12 inches, and 6 feet for pipe sizes 16 inches and greater. b. For ductile-iron pipe, flanged pipe, or bell and spigot pipe, install spacers within one foot on each side of the bell or flange, and one in the center of the joint where 18 foot or 20 foot long joints are used. C. If the casing or pipe is angled or bent, reduce the spacing. D. Installation of End Seals 1. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the casing. Securely fasten stainless steel bands. 3.02 ELECTRICAL CONTINUITY TESTS A. Contractor to employ an independent certified testing company approved by City Engineer to perform testing. B. Immediately after the pipe has been installed in the casing, but prior to connecting the pipe outside the casing, perform an electrical continuity test to determine whether the casing is in fact isolated from the pipe. Have the continuity check fully documented and reviewed by the OAR prior to backfilling. C. If the electrical isolation between pipe and casing is not effective, immediately investigate the cause and remedy the situation. Do not backfill a shorted casing. 16061 Joint Bonding and Electrical Isolation Page 7 of 7 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E EXHIBIT - A SECTION 16061 EXHIBIT 1 - Details for Bonding Clips and "L" Bracket EXHIBIT 2 - Details for Details for Joint Bonding DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LYTHERM FILLER 1/8" R 1/2" NOTE STRIP 'L' BRACKET (DETAIL '2') COATING NOT SHOWN 98RACKE SPIGOT END 1/8" R PT. "A" OF PIPE 7/8' BONDING CUPS t=10 GA. 1/4' 3 Ill PER JOINT INSIDE OF(DETAIL 1) VPIPEPLANT TO CHIP OUTDOTES: MORTAR LINING1. STEEL BONDING CUP: PROVIDE BONDING CUP FABRICATED FROM ASTM A36 (COMMERCIAL QUALITY STEEL) CUT LENGTH: 2 1/2't 1/16" WIDTH: 1 1/4"t 1/16" 2. LYTHERM FILLER STRIP TO BE 1' z 1 1/2' WIDE TO OVERLAP SIDES OF CUP. 3. INSTALL BONDING CUP PER PIPE MANUFACTURERS RECOMMENDATION. 4. ARRANGE BONDING CUPS ON TOP OF PIPE, 3 INCHES APART. ELECTRICAL CONTINUITY BONDING OF BAR NOTE: THREE CUPS REQUIRED PER JOINT (T(PICAL) A WRAPPED CONCRETE, STEEL CYLINDER PIPE NOT TO SCALE '.. hQIF; INSTALL BONDING CUPS AND L-BRACKETS CONCURRENT WITH THE PIPE LAYING OPERATIONS. STEEL BONDING CLIP DETAIL(@ NOT TO SCALE 3 1" 1/2"± CLEAR TOP OF O.D. PIPE JOINT GROUT 1 1/2 Q i/2�f PLACED IN FIELD AFTER a CONNECTION IS MADE (� EXTERIOR OF PIPE J {u (4/11 4 ° °*CEMENT CEMENT MORTAR COATING poll • STEEL CYLINDER/ s STEEL PIPE m "L" BRACKET 4 , °° MORTAR LINING _SPIG VIEW_ "Ll" BRACKET DETAIL NOT TO SCALE 3 E3 NOTE: 1, LENGTH SHALL BE SUCH THAT BRACKET STICK UP ABOVE COATING IS NOT GREATER THAN 1/2". (SEE DETAIL THIS SHEET) © 2017 by Urban Engineering S:\Projects\33500up\33760\b6O2 — transmission main\PLANS\CATHODIC PROTECTION\TEST STATION DETAILS1.dwq modified by SB on Dec 07, 2017 — 8:54om EXHBIT 1 - DETAILS FOR ENGINEERING BONDING CLPS AND "L" BRACKETS Im FM". �FM MM 10=400 mM swfmn wk 0MA OMM n Mw34,.4,101 ww"A"Busma 1 JOB N0. 33760.B6.02 DATE: 10/23/2017, BY QM/L;/c 9 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 8 AWG INSULATED CABLE (TYP) PIPE CONNECTION (TYP) TEE'S OR WYE'S STRAIGHT,,,-QJNI dsw�] ,BENDS OR COUPLINGS A all CROSSES 8 AWG BOND TO FOLLOWER RING (TYP)— MIDDLE RING FOLLOWER RING ,MECHANICAL_COUPLING © 2017 by Urban Engineering S:\Projects\33500up\33760\b602 - transmission main\PLANS\CATHODIC PROTECTION\TEST STATION DETAILSI.dwg modified by S8 on Dec 07, 2017 - 8:54cm EXHBIT 2 — DETAILS FOR ENGINEERING DETAILS FOR JOINT BONDING 1M FM W.14&,ru Aw HE io=Qo 2M SNI KCaRNZ CKM,TY76W NIDE 7l W4.3taf WMAPOMMOM JOB NO. 33760.86.02 DATE: 10 23 2017 BY JDM cg DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 16062 CORROSION CONTROL TEST STATION PART 1 GENERAL 1.01 SUMMARY This Section includes test station materials, installation requirements, acceptance testing, and as-built documentation on water pipeline projects. 1.02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1.03 REFERENCES A. ASTM D 1248 - Polyethylene Plastic Molding and Extrusion Material. B. AWWA M9 Manual - Concrete Pressure Pipe. C. NACE SP0169-2013 - Control of External Corrosion on Underground or Submerged Metallic Piping Systems. D. UL 83 - Thermoplastic Insulated Wires. E. UL 486A - Wire Connectors for Use with Copper Conductors. 1.04 SUBMITTALS A. Submittals to conform to the requirements of General Conditions Article 24, Document Management and Supplementary Conditions Article 25, Shop Drawing. B. All required computations and drawings shall be prepared by or under the direct supervision of a Professional Engineer, registered in the State of Texas with a minimum of ten years of corrosion control experience. C. Submit manufacturer's catalog cuts for each item. Include the manufacturer' name on the catalog cuts and provide sufficient information to show that the materials meet the requirements of the Plans and specifications. Where more than one item or catalog number appears on a catalog cut, clearly identify the item proposed. D. During installation and construction, maintain as-built drawings of the corrosion control test stations. Revise drawings to show locations of all wiring, connections, and terminal boxes. Properly identify all items of equipment and material. Submit the as- built drawings to the OAR. 1.05 RELATED SPECIFICATIONS A. Section 013300 - Document Management. B. Section 113302 - Shop Drawings. 16062 Corrosion Control Test Station Page 1 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 1.06 QUALITY ASSURANCE A. Provide manufacturer's certifications that all components of the corrosion control test stations meet the requirements of the Plans and specifications. Reference the applicable section of the specifications and the applicable standard details on the certification. B. All materials, fabrication, and installations are subject to inspection and testing by the City. Testing and inspection by City does not relieve the Contractor of any obligation for full compliance with this Specification. PART 2 PRODUCTS 2.01 ABOVE-GRADE TEST STATIONS A. Install above-grade test stations at locations shown on the plans. See appendix for configuration of potential and cased crossing test stations. B. For the terminal box, use an orange terminal Big Fink as manufactured by Cott Manufacturing Company, Testox Series 700 by Gerome Electric or approved equal. The minimum number of terminals on the board shall be per the Plans. C. Locate test station as noted in plans and adjacent to permanent structure (e.g. power pole) , if available, for physical protection. D. Coil sufficient slack beneath test station to allow for soil settlement and to prevent damage to leads during backfilling. E. Set test stations in Portland cement concrete pad. Provide concrete pad with following dimensions pad is to be minimum of 24 inches dimeter and no less than 2'-6" thick. 2.02 TEST STATION LEAD WIRES A. All test station lead wires of all sizes shall have THHN insulation. Provide conductors with a stranded copper gauged as indicated here in or on the plans. The wires shall be sized using American Wire Gauge (AWG) , in accordance with ASTM designation B3 and B8. B. Color code for wire insulation based upon connection to underground structures: a. Water piping: white. b. Steel casings: yellow. C. Wire all terminal boards using suitably sized compression ring connectors as shown on the Plans. 16062 Corrosion Control Test Station Page 2 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 2.03 EXOTHERMIC WELD EQUIPMENT Charges and Molds: Select weld charges and mold size for the specific surface configuration in accordance with manufacturer recommendations. Use Erico Cadweld, or Continental Industries Thermoweld weld charges and molds. Repair coating to be 2-part epoxy repair kit SPC SP-2888 or approved equal. Specific coating system used shall be completely compatible with pipe and factory-applied pipe coating materials. PART 3 EXECUTION 3.01 GENERAL A. Locate test stations as shown on Plans. If the pipe is installed under a road, place the test station at the curb for easy access. B. Use continuous test station lead wires without cuts or tears in the insulation. C. Attach test lead wires to the pipe by exothermic welding. D. Use color coded test wires as indicated on the Plans. E. Wire test station terminal board configurations as shown on the Plans. 3.02 INSTALLATION A. Required applications of corrosion control test stations include locations where future testing is anticipated for the following reasons: 1. Testing to determine interference effects from and on adjacent or crossing foreign underground structures. 2 . Testing to determine sources and magnitude of stray d-c currents and required mitigative measures. B. Above-Grade Test Stations 1. Install above-grade test stations where shown on Plans. 2. Locate test station as noted in plans and adjacent to permanent structure (e.g. power pole) , if available, for physical protection. 3. Coil sufficient slack beneath test station to allow for soil settlement and to prevent damage to leads during backfilling. 4. Set test stations in Portland cement concrete pad. Provided concrete pad with following dimensions pad is to be minimum of 24 inches diameter and no less than 2'-6" thick. 16062 Corrosion Control Test Station Page 3 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E C. Test Lead Wire Attachment 1. Attach test leads to the pipe by exothermic welding following the manufacturer' s written instructions. 2 . Clean and dry the pipe to which the wires are to be attached. 3. Remove all coating, mill scale, oxide, grease, and dirt from an area approximately 3 inches square to effect a bright metal surface. 4. Remove approximately 1 inch of insulation from each end of the wires to be exothermically welded to the pipe, exposing clean, oxide-free copper for welding. 5. Using the proper size exothermic weld mold and charge as recommended by the manufacturer, place the wire between the graphite mold and the prepared metal surface. Use a copper sleeve crimped over the wire prior to connecting to the pipe. 6. Place the metal disk in the bottom of the mold. 7. Pour the exothermic weld charge into the mold. Squeeze the bottom of the cartridge to spread ignition powder over the charge, in case that it is consistent with the manufacturer specification. 8. Close the mold cover and ignite the starting powder with a flint gun. 9. After the exothermic reaction, remove the thermite weld mold and gently strike the weld with a hammer to remove the weld slag. Pull on the wire to assure a secure connection. If the weld is not secure or the wire breaks, repeat the procedure. 10. If the weld is secure, coat all bare metal and weld metal with 2-part epoxy. D. Post Installation Backfilling and Testing of Test Station Lead Wires 1. Contractor to employ an independent certified testing company approved by City Engineer to perform testing. 2 . Protect test station wires to prevent damage to the wire insulation and conductor integrity during backfilling. 3. After completion of the backfilling of the test wires to the pipe, verify the connection by recording: a. Pipe-to-soil potential b. Continuity of pipe wires using ohmmeter test C. Submit the documentation to the Engineer and OAR. 16062 Corrosion Control Test Station Page 4 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E 4. Replace any test wire found to have a high resistance connection. 5. Document location of test station including GPS and submit as part of as-built information to OAR. 16062 Corrosion Control Test Station Page 5 of 5 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E EXHIBIT - B SECTION 16062 EXHIBIT 1 - Details for Pole Mounted Potential Test Station EXHIBIT 2 - Tunnel or Cased Crossing with Pole Mounted Test Station EXHIBIT 3 - Details for Bonding Clips and 'T' Brackets DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E �J ....TESTOY SERIES 700, BY GEROME ELECT. INC. TEST STATION LABEL WITH PIPE 'PROVIDE LABEL WITH PIPE STATION STENCILED DIAMETER AND STATION BRASS MACHINE SCREWS, TO STEEL PIPE (SEE NOTE 4) WASHERS HEX NUTS J'DU. SCHAD STEEL PIPE(SEE NOTE 5) ATER 24' DIA. CONCRETE PAD 54 D XX+XX EXISTING GROUND TBB STA—KON TERMINAL 0 n ' CONNECTOR /C-10-14 p QYP. PLS.) I' 5'x5' PHENOLIC TERMINAL BOARD '... i� SEAL W/RUBBER PLUG a o PROVIDE 3'90' TOITE PIPELINE WHITE LEAN ELECTRICAL SWEEP TO PIPELINE TEST LEADS TO PIPE (PROVIDE SLACK IN CABLES) '.. TERMINAL BOARD DETAIL NOTE 2 WHITE #8 AWG LEAD WIRM, 2'SEPARATION REQUIRED NOTE 1 WATER LINE THERMITE BRAZED CONNECTION (TYP. 2 PLS.) NOTES: 1. SEE EXHIBIT 3 FOR CONNECTION TO CONCRETE PIPE. 2. PROVIDE CONTINUOUS CABLE FROM TERMINAL BOARD TO PIPE LINE. NO SPLICES WILL BE ALLOWED. 3. INSTALL TEST LEADS CONCURRENT WITH THE PIPE LAYING OPERATIONS. 4. PAINT STATION NUMBER ON PIPE USING STENCIL h BLACK PAINT. USE PAINT COMPATIBLE WITH PAINT SYSTEM APPLIED TO CONDUIT. 5. SEE TECH. SPEC 09910 FOR PAINTING REQUIREMENTS. B. SEE PLAN AND PROFILE SHEETS FOR SPECIFIC LOCATION OF TEST STATIONS. 7. PLACE 'MARKING TAPE'ABOVE TEST LEADS. ® 2017 by Urban Engineering \\urbonfs02\doto\Projects\33500up\33760\b6O2 — trcnsrniss,on rnoin\PLANS\CATHODIC PROTECTION\TEST STATION DETAILSI.dwg modified by cyg on Oct 23, 2017 — 1:45prn w—r�rw�rwrw—waw RS EXHIBIT 1 — DETAILS FOR EN ENGINEERING POLE MOUNTED POTENTIAL TEST STATION TM"M In 143.1183 Ia NM 1 37Y3 5%VMV1 M CWW DORM T%784" JOB NO. 33760.86.02 DATE: 10/23/2017 BY: JDM cg DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E TESTOX SERIES 700, BY GEROME ELECT. INC. TNT STATION ,,,,—PROVIDE LABEL WITH PIPE STATION STENCILED TO STEEL PIPE (SEE NOTE 4) 3' OLA.SCH.80 STEEL PIPE (SEE NOTE 5) v 24' DIA.CONCRETE PAD EXISTING GROUND N N 1� SEAL W/RUBBER PLUG PROVIDE 3' 9Q ELECTRICAL. SWEEP TEST LEADS TO PIPE NOTE 2 (PROVIDE SLACK IN CABLES) 12 AWG, SOLID COPPER INGLE CONDUCTOR TEST LEADS WHITE THHN INSULATION YELLOW THHN INSULATION END SEAL STEEL CASING WATER LINE NOTE 1 THERMITE BRAZED CONNECTION AND COVERED WITH THERMITE WELD COATED WITH BITUMASTIC COMPOUND AND CAP (TYP.) MOTES: 1. SEE EXHIBIT 3 FOR CONNECTION TO CONCRETE PIPE. 2. PROVIDE CONTINUOUS CABLE FROM TERMINAL BOARD TO PIPE LINE. NO SPLICES WILL BE ALLOWED. 3. INSTALL TEST LEADS CONCURRENT WITH THE PIPE LAYING OPERATIONS. 4. PAINT STATION NUMBER ON PIPE USING STENCIL & BLACK PAINT. USE PAINT COMPATIBLE WTM PAINT SYSTEM APPLIED TO CONDUIT. 5. SEE TECH. SPEC 09910 FOR PAINTING REQUIREMENTS. 6. SEE PIAN AND PROFILE SHEETS FOR SPECIFIC LOCATION OF TEST STATIONS. 7. PLACE 'MARKING TAPE' ABOVE TEST LEADS. LABEL 'CASING' WITH LABEL WITH PIPE CASING DIAMETER ANO STATION DIAMETER AND STATION T&B STA—KON TERMINAL 54 DIA. WATER 72 DIA.S1Ek1 Cm CONNECTOR C-10-14 STA. XX+xx A JIX+%%_ BRASS MACHINE SCREWS, (NP. 4 PLS. WASHERS, HEX O NUTS 5'X5' PHENOLIC � TERMINAL BOARD WHITE LEADS o O TO PIPELINE YELLOW LEADS TO CASING ® 2017 by Urban Engineering TERMINAL BOARD DETAIL \\urbonfs02\dots\Projects\33500up\33760\b602 — transmission main\PLANS\CATHODIC PROTECTION\TEST STATION DETAILSI.dwy modified by cyy on Oct 23. 2017 — 3:04pm �M EXMIT 2 — DETAILS FOR UREIM TIJMEI OR CASED CROSSM WITH POLE ENGINEERING MOIIIVTED TEST STATION '�`�I.'� 1 FIFIMff a Da00M 2728 riwnEA OR.CMVM 0(mT.TX 7804 J00 N0. 33760.B6.02 GATE: 0/23/2017 BY: JDM Cg DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61 E LYTHERM FILLER STRIP V BRACKET (DETAIL Y) COATING NOT SHOWN BELL END SPIGOT END 1/8- R PT. "A* 7/8' OF PIPE OF PIPE r BONDING CLIPS t=10 GA 3 REO'D PER JOINT X h INSIDE PIPE OF (DETAIL I PLANT TO CHIP OUT NOTES: MORTAR LINING 1. STEEL BONDING CUP: PROVIDE BONDING CUP FABRICATED FROM ASTM A36 (COMMERCIAL QUALITY STEEL) CUT LENGTH: 2 1/2"± 1/16* WIDTH: 1 1/4"± 1/16" 2. LYTHERM FILLER STRIP TO BE I" x 1 1/2" WIDE TO OVERLAP SIDES F- OF CUP. 'L' BRACKET-/ 3. INSTALL BONDING CUP PER PIPE MANUFACTURERS RECOMMENDATION. 4. ARRANGE BONDING CUPS ON TOP OF PIPE, 3 INCHES APART. ELECTRICAL CONTINUITY BONDING OF BAR NOTE: THREE CUPS REQUIRED PER JOINT (TYPICAL) WRAPPED CONCRETE, STEEL CYLINDER PIPE 1��E-1 NOT TO SCALE NOTE m INSTALL BONDING CLIPS AND L-BRACKETS CONCURRENT WITH THE PIPE LAYING OPERATIONS. STEEL BONDING CLIP DETAIL NOT TO SCALE 1/2*± CLEAR TOP OF O.D, PIPE 1 1/2 JOINT GROUT 1 1/2 PLACED IN FIELD AFTER CONNECTION IS MADE EXTERIOR OF PIPE 4 CEMENT MORTAR COATING A • STEEL CYLINDER/ STEEL PIPE V BRACKET 4 A A 0, A 9�-CEMENT MORTAR LINING SPIG VIEW "L" BRACKET DETAIL/`-2� NOT TO SCALE 3 E3 NOTE: 1. LENGTH SHALL BE SUCH THAT BRACKET STICK UP ABOVE COATING IS NOT GREATER THAN 1/2-, (SEE DETAIL THIS SHEET) Q 2017 by Urban Engineering \\Ulb:nfs02\data\P,ojectg\33500,p\3J760\b6O2 - transrn�ssion rno:r\PLAN5\CATH01)1C PRwFcrioi,e\iEst STAriON DElAILSI dwg rrodifted by cyq cm Ock 23. 2017 3:04prn EXHIBIT 3 - DETAILS FOR URBANENGINEERING BONDING CLFS AND wt: BRACKETS-7 2M SONDWR M CORM**M.TX X4M PHOW-1 MAM.3f0i WWWURgANMCOM JOB NO. 33760 86.02 ..................................................... DA F F 1 : 0 2,� BY: J-DM I —Z - -Vcg DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E APPENDIX 1 Geotechnical Report DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E GIE I" CHIINIICAL EN IIP EETdM5 . Hi TRUCflON MATERIALS *p IIW C ENGINEERING ter TESTING o m..S - ASPHALT - CONCRETE p�0 q November 8, 2016 Urban Engineering 2725 Swantner Drive Corpus Christi, Texas 78404 Attention: Mr. Doug McMullan, P.E., Senior Project Engineer SUBJECT: SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT PROJECT Corpus Christi, Texas RETL Job No. — G116199 Dear Mr. McMullan, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and geotechnical recommendations for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted herewith for your records and distribution to the design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), Texas Professional Engineering Firm No. — 2101, would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883- 4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations OCA ENGINEERING &TESTI LABORATORYINC. wwwrocktesting.conn 8817 LEOPARD STRIEET-CORPUS CHRISTI,TEXAS 7840,9-1703 10856 VANDALEI ST, AN ANTOMO,TExxks 78216.362 OMM(361)883.4885. FAX, (361)883-4711 OFIFI E:(210) 486.80010 - FAX (210) 495-8015 Nvlo.1 ROUNDVILLE LANE', ROUND RocK,TEXAS 78664 OFFICE: (612)284.8022 . FAQ:(512)128,4-7764 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM, AND GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT PROJECT CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G116199 PREPARED FOR URBAN ENGINEERING 2725 SWANTNER DRIVE CORPUS CHRISTI, TEXAS 78404 NOVEMBER 8, 2016 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 OF AN J GEIGER r,r °'M'' b 014'tl1889XAW Mark C. Rock, P.E. Brian J. Geiger, P.E. Vice President of Operations Geotechnical Engineer Cell: 361 438 8755 Cell: 906 370 5196 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E TABLE OF CONTENTS Page INTRODUCTION................................................................................................. 1 Authorization ............................................................................................ 1 Purpose and Scope.................................................................................. 1 General..................................................................................................... 1 DESCRIPTION OF SITE..................................................................................... 2 FIELD EXPLORATION....................................................................................... 2 Scope....................................................................................................... 2 Drilling and Sampling Procedures ............................................................ 3 Field Tests and Observations................................................................... 3 LABORATORY TESTING PROGRAM............................................................... 4 SUBSURFACE CONDITIONS............................................................................ 4 General..................................................................................................... 4 SoilConditions ......................................................................................... 5 Groundwater Observations....................................................................... 6 OSHA Soil Type Classification ................................................................. 6 Dewatering Construction Considerations ................................................. 7 Earthwork and Foundation Acceptance.................................................... 7 GENERAL COMMENTS..................................................................................... 8 APPENDIX Boring Location Plans A, B and C Boring Logs B-1 through B-8, B-10, and B-11 Key to Soil Classifications and Symbols DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program, and geotechnical recommendations for the proposed Nueces River Raw Water Pump Station Improvement Project located in Corpus Christi, Texas. This study was conducted for the Urban Engineering. Authorization The work for this project was performed in accordance with RETL proposal number P052114C (Revision 4) dated October 31, 2016. The scope of work and fee was approved and signed by Mr. Eugene C. Urban, Jr. P.E., representing Urban Engineering, on October 31, 2016 and returned to RETL via e-mail transmission. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide geotechnical recommendations suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of geotechnical recommendations, and preparation of this report. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide geotechnical recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by Urban Engineering and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design of the proposed geotechnical recommendations and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, RETL will provide the additional information requested as a supplement to this report. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. 1 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas This report has been prepared for the exclusive use of Urban Engineering for the specific application for the proposed Nueces River Raw Water Pump Station Improvement Project located in Corpus Christi, Texas. DESCRIPTION OF SITE The proposed project site starts at the Nueces River on the north side of US Highway 77 and continues to the south side of the highway on Leopard Street in Corpus Christi, Texas. There are many existing structures as well as above and underground utilities. The condition of the surface at the site was firm and did not pose any difficulties to the drill crew moving their equipment around the site to perform the subsurface investigation. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the boring operations, and obtaining disturbed split spoon samples and relatively undisturbed Shelby tube samples. During the sample recovery operations, the soils encountered were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." Ten borings were performed at this site for the purpose of providing geotechnical information. The original scope of work included eleven borings. However, the location of the ninth boring, which was to be performed to a depth of 25-feet, was on private property and Urban Engineering determined that this boring was unnecessary to perform. The table below provides the boring identifications, boring depths and GPS coordinates at the boring locations: SUMMARY OF BORING INFORMATION Boring Depth (ft) GPS Coordinates B-1 25 N 27.86724'W 97.63292° B-2 25 N 27.86772'W 97.63155° B-3 15 N 27.86723° W 97.63078° B-4 15 N 27.86610° W 97.62988° B-5 15 N 27.86512° W 97.62905° B-6 20 N 27.86417° W 97.62815° B-7 15 N 27.86309° W 97.62716° B-8 25 N 27.86212'W 97.62632° B-10 15 N 27.86037°W 97.62483° B-11 15 N 27.85922°W 97.62408° 2of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas The GPS coordinates, obtained at the boring locations using a commercially available GPS, are provided in this report and on the boring logs. Boring locations and depths were determined by Urban Engineering. RETL staked the borings in the field and performed the drilling operations. Upon completion of the drilling operations and obtaining the groundwater observations, the drill holes were backfilled with excavated soil and the site cleaned as required. Boring Location Plans are provided in the Appendix. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. The information provided on the boring logs includes boring location, boring depth, soil classification, soil strengths, and laboratory test results. The boring logs are included in the Appendix. Drilling and Sampling Procedures The test borings were performed using a drilling rig equipped with a rotary head turning hollow stem augers to advance the boreholes. Disturbed soil samples were obtained using split- barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split-Barrel Sampling of Soils, (ASTM D1586)." Relatively undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. The samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Observations Standard Penetration Tests (SPT)— During the sampling procedures, SPT were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140-pound hammer, falling 30- inches, required to advance the split-barrel sampler 1-foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6-inch penetrations. The "N" value is obtained by adding the second and third 6-inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Observations — Water level observations were obtained during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land-use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. 3of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas Ground Surface Elevations — The ground surface elevations at the boring locations were not provided. Therefore, the depths referred to in this report are measured from the ground surface at the boring locations during the time of our field investigation unless specified otherwise. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials, necessary in analyzing the behavior of the subgrade for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on the samples. In addition, selected samples were subjected to Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples was evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. The laboratory testing program was conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, pocket penetrometer tests, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the samples will be disposed of 3-months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. 4of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, strength and the soil parameters recommended for use when designing of braced excavations are provided in the following tables: Soil Profile Table No 1; Borings B-1 through B-3 FD F DESCRIPTION C ye Ka Kp 0-8* Fat/Lean CLAY& CLAYEY Sand 1,700 0 120 0.50 2.0 8-16 Silty SAND & Poorly Graded SAND 0 30 115 0.33 3.0 16-25 Silty SAND & Poorly Graded SAND 0 37 115 0.25 4.0 *It should be noted that the stratum depicted from the ground surface to a depth of 8-feet varied from the ground surface to a depth of 12-feet. The Fat/Lean Clay and Clayey Sand stratum at boring location B-1 may include fill soils in the upper 3-feet. Soil Profile Table No. 2; Borings B-4 through B-8. B-10, and B-11 FD F DESCRIPTION C ye Ka Kp 0-5 Fat/Lean CLAY 1,200 0 120 0.5 2.0 5-25* Fat/Lean CLAY & CLAYEY Sand 3,500 0 120 0.45 2.2 *Borings B-4, B-5, B-7, B-10 and B-11 were terminated at the 15-foot depth therefore the table above may not accurately reflect the soils that exist at these boring locations at depths greater than 15-feet. Boring B-9 was not performed. Where: D =Average Depth in feet below existing grade C = Soil Cohesion, psf(undrained) � = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf Ka= Active Earth Pressure Coefficient Kp= Passive Earth Pressure Coefficient Detailed descriptions of the soils encountered at the boring locations are provided on the boring logs included in the Appendix. The trench protection should be designed to provide the most conservative design given the design parameters provided in the tables above. It should be noted that the earth pressure coefficients provided for the design of braced excavations included in the table above are based on the soil strengths and soil densities encountered in the field and generally accepted empirical formulas correlating undrained shear strengths to drained shear strengths and the corresponding angle of internal friction for clay soils. 5of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas The active and passive earth pressure coefficients were calculated using the drained angle of internal friction as recommended in "FOUNDATION ANALYSIS AND DESIGN," written by Mr. Joseph Bowles where he states, "Drained soil parameters for stiff clays and �-C soils in general may be appropriate for lateral pressures behind braced walls where the excavation is open for a considerable length of time." Groundwater Observations Groundwater was not observed during drilling, or upon completion of the drilling operations. Therefore, based on the observations made at the time of our field investigation, it is RETL's opinion that groundwater will be encountered at depths greater than the termination depth of each of the borings. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20-feet, the deepest boring termination depth, at the boring locations: OSHA Soil Type Classification; Borings B-1 through B-3 D Soil Description OSHA Soil Type Classification 0-8 Stiff Clay Above the Water Table Type B 8-16 Medium Dense Sand Above Water Table Type C 16-25 Dense Sand Above Water Table Type C OSHA Soil Type Classification; Borings B-4 through B-8, B-10, and B-11 D Soil Description OSHA Soil Type Classification 0-5 Firm Clay Above the Water Table Type B 5-25 Very Stiff Clay Above the Water Table Type B It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for OSHA soil types are provided in the following table: 6of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4: Horizontal: 1 Vertical Type B 1 Horizontal: 1 Vertical Type C 1'/z Horizontal: 1 Vertical Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances, and other requirements to comply with safe construction practices. Dewatering Construction Considerations Based on the groundwater observations made during the drilling operations and based on our experience with other geotechnical investigations performed in the vicinity, it appears that dewatering will not be required, when installing the proposed underground utility lines to depths of 25-feet. It should be noted that the depth to the groundwater is subject to change due to climatic and site conditions; therefore, it should be made the responsibility of the contractor to verify depths to groundwater. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that the excavations be extended to final grade and the utilities, boxes, and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. The physical properties of the backfill materials shall meet the applicable standards, or specifications, and shall be placed in maximum 8-inch thick loose lifts and compacted to a minimum density of 95-percent of the maximum dry density, as determined by the standard Proctor test (ASTM D698), and the moisture content should be maintained within —1 to +3- percent of the optimum moisture content. 7of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas The Geotechnical Engineer or his designated representative should monitor the placement of bedding material and backfill materials. Any areas not meeting the required compaction should be re-compacted and retested until compliance is met. GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 8of8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E y � GIE r' CHINIICAL EN INEETdM5 Tui N ONi TRUCTNtiON MATERIALS , yENGINEERING&TEsrlN 4 m..5 - ASPHALT - CONCRETE 0 BORING LOCATION PLAN - A /A p4; I Ii iI M, i l /fit 1>✓ �j ii , November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas ROCK ENGINEEFUNG &TESTINo ABO ATCNY'm INC. rwwrocktesting.0 m 6817 LEOPARD STREET "CORPUSt CHRISTI,TEXAS 7840,9-1703 14 866 VANDALEl ST, 7AN AmNTOMO,TExxks 78216.3625 OrrM(361)883-4668. FAX: (861)888-4711 OiFIFICE':(210'),495-8000 - FAX (210)496-8015 N~,No.1 ROUNDVILLE LANEROUND RocK,TEXAS 76664 OFFICE: (511)284-8022 . FAQ:(512)128,4-7764 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E GIECr CHIINIICAL EN INEENdM5 1u N ONTRUCflON MATERIALS , yCENGINEERING&TEsrlN 4 Sm..5 - ASPHALT - CONCRETE CRETE 0 BORING LOCATION PLAN - B I V r� 0 November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas ROCKENGINEEFUNG &TESTINo ABORATORYINC. rw'wrocktestirig.0 m 6817 LEOPARD STREET m CORPUS CHRISTI,TEXAS 7840,9-1703 E700 10856 VANDALEI ST,SAN AmNTOMO,TExxks 78216.3625 OMM(361)888.4868. FAx�' (861)888-4711 Ori ICE:(210) 495-8000 - FAX (210)408-8015 N"'ND,'I ROUNDVILLE LANEROUND RocK,TEXAS 78664 OFFICE: (511)284.8022 . FAx:(512)128,4-7764 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61 E GiForECHINICAL ENGINEERM5 Tui NCONSTRUCflON MATERIALS ENGANIEERING,&TEsrlNG 4 Sot.s - ASPHALT - CONCRETE 0 BORING LOCATION PLAN C ur ]'';I I I-M I 1; 1 ININji November 8, 2016 NUECES RIVER RAW WATER PUMP STATION IMPROVEMENT Attn.: Mr. Doug McMullan, P.E. Nueces River RETL Job No.: G116199 Corpus Christi, Texas ROCK ENGINEEFUNG &TESTINo LBO RATORYA INC. wwwrocktesting.corn 6817 LEOPARD STRIEET-CORPUS CHRISTI,TEXAS 7840,9-1703 14 866 ST, 7AN ANTOMO,TE-xxks 782161.362,5 OFFIM(361)883-45,55. FAX:: (361)883-4711 OFIFICE:(210) 495-8000 - FAX (210)495-8015 No.1 ROI LANE - ROUND RocK,TEXAS 78664 OFFICE: (5112)284.8022 - FAQ:(512)128,4-7764 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-1 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATE(S) DRILLED: 10/11/2016 - 10/11/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 60 �- � t:� 20 FILL PL P o of a-0 u)0 2E DESCRIPTION OF STRATUM <X> 00 00 00 00POSSIBLE FILL:CLAYEY SAND, dry, brown, stiff. 00 ss S-1 N=10 5 00- 00 00 SANDY FAT CLAY, moist, brown,with calcareous nodules, re&92- ss N=14 18 75 19 56 64 rZA S-2 Stiff. (CH) 5 POORLY GRADED SAND, dry, brown, loose. SSN=8 5 3 S-3 SS Same as above. S-4 N=9 4 10 Same as above, moist,with clay layer, medium. ss N=13 10 28 S-5 SS POORLY GRADED SAND, dry, brown, medium. N=20 3 S-6 15 - ssSame as above,very dense S-7 N=50/1" 3 20 - ——————--————--————--—---——--—————————————————————————————————— Uj 0, 0 T SILTY SAND,dry, brown,with gravel, dense. SS S-8 N=31 4 13 (2 25 Boring was terminated at a depth of 25-feet. Z Z Q� 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering. Drilling operations 0 Tv-TORVANE RESISTANCE were performed by RETL at GPS Coordinates N 27.86724*W 97.63292'. 01 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 1+00. 01 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-2 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATE(S) DRILLED: 10/11/2016 - 10/11/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 60 �- � t:� 20 FILL PL P o of a-0 w 0 2E DESCRIPTION OF STRATUM ss 13 8 55 SANDY LEAN CLAY,dry,dark brown, stiff. S-1 ss N=18 13 Same as above, moist, brown,with calcareous nodules, very S-2 stiff. ss N=42 11 29 18 11 59 Same as above, hard. (CL) S-3 SS CLAYEY SAND, dry, brown,very stiff. S-4 N=23 8 33 10 ss Same as above. S-5 N=——22 4 — —---—4-----———---—— -—— —————————————————————————————————— T: SILTY SAND,dry, brown, medium. - ss S-6 N=19 5 15 - —----- ———---———----- ---- -- —------------------------------ POORLY -----------------------------POORLY GRADED SAND, dry, brown,with clay layer, dense. S-7 N=38 4 31 12 19 8 (Sp) 20 L) 0 . Same as above with no clay layer,very dense. SS S-8 N=50/6" 3 12 '2 25 Boring was terminated at a depth of 25-feet. Z Z Q 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering. Drilling operations 0 Tv-TORVANE RESISTANCE were performed by RETL at GPS Coordinates N 27.86772*W 97.63155'. 01 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 6+00. 0 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-3 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATE(S) DRILLED: 10/7/2016 - 10/7/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 60 �- � t:� 20 FILL PL P' of o a-0 w 0 2E DESCRIPTION OF STRATUM SS 7 13 38 14 24 62 SANDY LEAN CLAY, moist, dark brown,firm. (CL) S-1 ss N=7 13 Same as above,with calcareous nodules. S-2 SS S-3 N=16 5 22 SILTY SAND,dry, brown,with clay layer, medium. — -------————--————---- ------—------------------------------ SS -----------------------------ss POORLY GRADED SAND, dry, brown, medium. S-4 N=13 3 10 Same as above. ss S-5 N=19 5 ss Same as above,dense. S-6 N=35 4 15 Boring was terminated at a depth of 15-feet. Uj Uj Yi L) 0 (D z (D 0 1 1 1 1 1 1 1 1 1 1 1 Z Q� REMARKS: 0 N - STANDARD PENETRATION TEST RESISTANCE 'n Boring location and depth was determined by Urban Engineering. Drilling operations Tv-TORVANE RESISTANCE 0were performed by RETL at GPS Coordinates N 27.86723*W 97.63078'. P - POCKET PENETROMETER RESISTANCE Boring Location:STA 10+00. 0 2 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-4 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATES DRILLED: 10/12/2016 - 10/12/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 60 �- � t:� 20 FILL PL P o of a-0 w 0 2E DESCRIPTION OF STRATUM ss9 18 SANDY LEAN CLAY, moist, dark gray, stiff. S-1 ss N=12 21 43 17 26 65 Same as above, (CL) S-2 SH P=4.5+ 10 Same as above, brown,with calcareous nodules,very stiff. S-3 SH SANDY LEAN CLAY, moist, brown,very stiff. (CL) S-4 P=4.5+ 19 44 15 29 107 1.3 74 10 ------------------------------------------------------------- SH P=4.5+ 28 94 1.7 FAT CLAY, moist, brown, slickensided,very stiff. S-5 SH P=4.5+ 15 S-6 Boring was terminated at a depth of 15-feet. Uj Uj Yi L) 0 (D z (D 0 1 1 1 1 1 1 1 1 1 1 1 Z Q� REMARKS: 0 N - STANDARD PENETRATION TEST RESISTANCE 'n Boring location and depth was determined by Urban Engineering. Drilling operations Tv-TORVANE RESISTANCE 0were performed by RETL at GPS Coordinates N 27.86610*W 97.62988'. P - POCKET PENETROMETER RESISTANCE Boring Location:STA 15+00. 0 2 1 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-5 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATES DRILLED: 10/12/2016 - 10/12/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 620 0 �- � t:� LL PL P o of o-0 u)0 2E DESCRIPTION OF STRATUM SS 19 FAT CLAY, moist, dark gray, stiff. S-1 ss Same as above,gray. S-2 N=15 17 SH P=4.5+ 17 60 17 43 107 7.5 79 Same as above, brown,very stiff. (CH) S-3 SH FAT CLAY, moist, brown,very stiff. S-4 P=4.5+ 19 10 SH P=4.5+ 17 Same as above. S-5 ----------- -------- --------------------- ---------------- SH SANDY LEAN CLAY, moist, brown,with calcareous nodules, S-6 P=4.5+ 15 43 14 29 58 very stiff. (CL) 15 Boring was terminated at a depth of 15-feet. Uj Uj Yi L) 0 z (D 0 1 1 1 1 1 1 1 1 1 1 1 Z Q� 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering.Drilling operations Tv-TORVANE RESISTANCE 0 were performed by RETL at GPS Coordinates N 27.86512*W 97.62905'. 0 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 19+50. 0 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-6 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATE(S) DRILLED: 10/11/2016 - 10/11/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 620 0 �- � t:� LL PL P o of o-0 u)0 2E DESCRIPTION OF STRATUM SS11=4 18 FAT CLAY, moist, dark gray,firm. S-1 ss Same as above,gray, stiff. (CH) S-2 N=10 20 66 19 47 78 ssN=18 22 Same as above, brown,very stiff. S-3 SH FAT CLAY, moist, brown,very stiff. S-4 P=4.5+ 17 10 SH P=4.5+ 15 57 14 43 119 5.3 56 Same as above,with some calcareous nodules. (CH) S-5 SH P=4.5+ 21 Same as above. S-6 15 --—------------------------------ SS -----------------------------ss SANDY LEAN CLAY, moist, greenish gray,very stiff. S-7 N=30 16 52 20 Boring was terminated at a depth of 20-feet. Uj Uj Yi L) 0 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering.Drilling operations 0 Tv-TORVANE RESISTANCE were performed by RETL at GPS Coordinates N 27.86417*W 97.62815'. 01 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 24+00. 01 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-7 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATES DRILLED: 10/12/2016 - 10/12/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 60 �- � t:� 20 FILL PL P o of a-0 w 0 2E DESCRIPTION OF STRATUM SS N=15 13 SANDY LEAN CLAY, moist, dark gray,very stiff. S-1 — -------————--————---- -- -- —------------------------------ SS -----------------------------ss N=16 18 81 FAT CLAY, moist, gray,very stiff. S-2 SH P=4.5+ 17 Same as above, brown. S-3 SH Same as above. (CH) S-4 P=4.5+ 22 85 19 66 86 10 ------------------------------------------------------------- SH P=45+ 13 SANDY LEAN CLAY, moist, brown, some calcareous nodules, . S-5 very stiff. SH Same as above. (CL) S-6 P=4.5+ 17 43 12 31 113 6.2 47 15 Boring was terminated at a depth of 15-feet. Uj Uj Yi L) 0 z (D 0 1 1 1 1 1 1 1 1 1 1 1 Z Q� 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: Boring location and depth was determined by Urban Engineering.Drilling operations 0� Tv-TORVANE RESISTANCE were performed by RETL at GPS Coordinates N 27.86309*W 97.62716'. 0 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 29+00. 0 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-8 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATES DRILLED: 10/12/2016 - 10/12/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 620 0 �- � t:� LL PL P o of o-0 u)0 2E DESCRIPTION OF STRATUM SS 17 FAT CLAY, moist, dark gray, stiff. S-1 ss Same as above,gray. S-2 N=13 16 SH P=4.5+ 20 63 19 44 110 8.0 85 Same as above, brown, slickensided,very stiff. (CH) S-3 SH FAT CLAY, moist, brown,very stiff. S-4 P=4.5+ 23 10 ------------------------------------------------------------- SH SANDY LEAN CLAY, moist, brown,with calcareous nodules, S-5 P=4.5+ 14 56 very stiff. SH P=4.25 17 Same as above. S-6 15 Same as above. SH P=4.5+ 15 S-7 20 Uj L) 0 (D. ss CLAYEY SAND dry, brown,very stiff. (SC) N=26 9 28 15 13 28 S-8 25 Boring was terminated at a depth of 25-feet. Z z Q� 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering.Drilling operations 0 Tv-TORVANE RESISTANCE were performed by RETL at GPS Coordinates N 27.86212*W 97.62632'. 01 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 33+50. 0 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-10 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATES DRILLED: 10/12/2016 - 10/12/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 620 0 �- � t:� LL PL P o of o-0 u)0 2E DESCRIPTION OF STRATUM SS 19 73 FAT CLAY, moist, dark gray,firm. S-1 SH Same as above,gray,very stiff. (CH) S-2 P=3.5 19 72 18 54 112 4.9 79 5 SH P=4.5+ 20 Same as above, brown. S-3 SH FAT CLAY, moist, brown,with calcareous nodules,very stiff. S-4 P=4.25 17 10 SH P=4.5+ 14 54 15 39 116 5.3 59 Same as above, sandy,with some calcareous nodules. (CH) S-5 SH P=4.5+ 16 Same as above. S-6 15 Boring terminated at a depth of 15-feet. Uj Uj Yi L) 0 z (D 0 1 1 1 1 1 1 1 1 1 1 1 Z Q� 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering.Drilling operations Tv-TORVANE RESISTANCE 0 were performed by RETL at GPS Coordinates N 27.86037*W 97.62483'. 0 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 41+50. 0 2 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E LOG OF BORING B-11 SHEET 1 of 1 CLIENT: Urban Engineering Rock Engineering&Testing Laboratory PROJECT: Nueces Pump Station Improvements 6817 Leopard Street Corpus Christi,TX 78409-1703 LOCATION: Corpus Christi, Texas 0 Telephone: 361-883-4555 NUMBER: G116199 Fax: 361-883-4711 DATES DRILLED: 10/12/2016 - 10/12/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): ATTERBERG Hollow Stem Auger LIMITS X W GROUNDWATER INFORMATION: z 0 LU > Groundwater was not encountered during drilling. of z LU LU LU �0 Dry and Open upon completion. z LL LU 0 >- L17 > 0 C)0 M z J)U) LU 2E U) U)U) Of 0 LU LU &5 z U) LLj b W z >- 3: ZZ D < < Uj 0 of z a- 0- 0 00 -1 0 Z 0- Uj Cl) 0 a- z SURFACE ELEVATION: N/A >- Z) 2E 0, 0 Uj < < 620 0 �- � t:� LL PL P o of o-0 u)0 2E DESCRIPTION OF STRATUM SS N=11 9 FAT CLAY, dry, dark gray, stiff. S-1 ss Same as above, moist, gray. S-2 N=15 14 76 SH P=4.5+ 16 93 16 77 111 14.0 81 Same as above, brown,very stiff. (CH) S-3 SH FAT CLAY, moist, brown,very stiff. S-4 P=4.5+ 15 10 SH P=4.5+ 16 Same as above. S-5 SH P=4.5+ 14 Same as above with calcareous nodules. S-6 15 Boring was terminated at a depth of 15-feet. Uj Uj Yi L) 0 z (D 0 1 1 1 1 1 1 1 1 1 1 1 Z Q� 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi Boring location and depth was determined by Urban Engineering.Drilling operations Tv-TORVANE RESISTANCE 0 were performed by RETL at GPS Coordinates N 27.85922*W 97.62408'. 0 P - POCKET PENETROMETER RESISTANCE Boring Location:STA 46+16. 0 2 oncuGignEnvelope ID: rO919c8 cr2r61c DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E APPENDIX 2 TxDOT Permit Aooroval Form APPROVAL DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E To Mari Jimenez Date 11/14/2022 City of Corpus Christi Application No. CRP20221101154157 1201 Leopard St. District App. No. CRP20221101154157 Corpus Christi, TX 78408 Highway IH 0069 Control Section 037301 Maintenance Section East Nueces County Maintenance (Corpus Christi) County Nueces TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. CRP20221101154157 (District Application No. CRP20221101154157) dated 11/14/2022 and accompanying documentation, except as noted below. Not applicable When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a)frontage roads where provided, (b) nearby or adjacent public roads or streets, (c)trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30)days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By James Harris Title Director of Operations District Corpus Christi AIDIDIN:.IN D�UII INN. 1 /�"'l TACH IRAEII�T INN. IF:11llfi�llfiii!IIf IC ACIE'. '� °f 1 A DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Notice of proposed Installation Texas Utility Line On TxDOT Highway Right of Way rlra e"t f"'rlel'al s rlas60n Installation Application Online version 4/2006 To the Texas Transportation Commission Date 11/2/2022 c/o District Engineer Application No. CRP20221101154157 Texas Department of Transportation Corpus Christi District, Texas Formal notice is hereby given that City of Corpus Christi proposes to install a utility facility within the right-of-way of IH0069 in Nueces County, Texas as follows: (details are shown on page 2) THE CITY OF CORPUS CHRISTI IS INSTALLING TWO NEW 4-INCH FIBER OPTIC CONDUITS IN AN EXISTING CITY UTILITY CORRIDOR, FROM THE NUECES RIVER PUMP STATION TO THE O.N. STEVENS WATER TREATMENT PLANT (WTP), SEE ATTACHMENT 1. AS PART OF THIS PROJECT THE ALIGNMENT OF THE FIBER OPTIC CONDUIT WILL CROSS US HIGHWAY 77/IH 69 APPROXIMATELY 0.42 MILES EAST OF THE INTERSECTION FARM TO MARKET ROAD 624 AND US HIGHWAY 77/IH 69. THE DESIGN OF THIS CROSSING INCLUDES INSTALLATION OF A 72-INCH STEEL CASING (0.75-INCH WALL) BY GUIDED AUGER BORING (PILOT TUBE METHOD) UNDER US HIGHWAY 77/ IH 69, SEE ATTACHMENT 2. THE 4-INCH SCH 80 PVC FIBER OPTIC CONDUITS WILL BE INSTALLED ALONG WITH A 54-INCH BAR WRAPPED CONCRETE STEEL CYLINDER PIPE (AWWA C-303) CARRIER PIPE (SEE UIR CRP20220923151430) ON CASING SPACERS INSIDE THE STEEL CASING, SEE ATTACHMENT 3. EACH JOINT OF THE FIBER OPTIC CONDUIT WILL BE RESTRAINED BY SOLVENT WELDING. THE CASED CROSSING UNDER US HIGHWAY 77 /IH 69 WILL BE INSTALLED WITH APPROXIMATELY 10-FT OF COVER. A TRAFFIC CONTROL PLAN HAS BEEN DEVELOPED AND INCLUDED AS PART OF THE PERMIT PACKAGE, SEE ATTACHMENT 4. THE FOLLOWING WILL BE CONTACTED AT LEAST 48 HOURS PRIOR TO STARTING THE WORK IN STATE ROW:AREA OFFICE: JOSE SANCHEZ 830-623-1464 JOSE.SANCHEZ2@TXDOT.GOV, ERNEST LONGORIA 361-808-2322 ERNEST.LONGORIA@TXDOT.GOV, FIDENCIO LOPEZ 361-808-2525 FIDENCIO.LOPEZ@TXDOT.GOV. MAINTENANCE OFFICE: ESMAEL HERNANDEZ 361-289-1400 OFFICE 361-904-9055 CELL ESMAEL.HERNANDEZ@TXDOT.GOV OR JORDAN RANGEL 361-290-6711 JORDAN.RANG EL@TXDOT.GOV The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act,"the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under"Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 4 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after February 1, 2023 and end on or before August 1, 2023 I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Corpus Christi By Mari Jimenez Title Address 1201 Leopard St. Corpus Christi, TX 78408 Alf:::�If.::�l[:::::II�If.::�Ull` Ilio. 1 Phone No. 361-826-1851 AITACII NIIIF:I °f No. 5 E-mail address marij@cctexas.com lf'lllllfi llfiiifllf" =MAOI . 1 of 8 DocuSign Envelope I D: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61 E it i o n Details Application No. CRP20221101154157 Date 11/2/2022 Utility Installation Owner City of Corpus Christi By Mari Jimenez TxDOT District Corpus Christi District County Nueces Route IH0069 Control Section 037301 THE CITY OF CORPUS CHRISTI IS INSTALLING TWO NEW 4-INCH FIBER OPTIC CONDUITS IN AN EXISTING CITY UTILITY CORRIDOR, FROM THE NUECES RIVER PUMP STATION TO THE O.N. STEVENS WATER TREATMENT PLANT (WTP), SEE ATTACHMENT 1. AS PART OF THIS PROJECT THE ALIGNMENT OF THE FIBER OPTIC CONDUIT WILL CROSS US HIGHWAY 77/IH 69 APPROXIMATELY 0.42 MILES EAST OF THE INTERSECTION FARM TO MARKET ROAD 624 AND US HIGHWAY 77/ IH 69. THE DESIGN OF THIS CROSSING INCLUDES INSTALLATION OF A 72-INCH STEEL CASING (0.75-INCH WALL) BY GUIDED AUGER BORING (PILOT TUBE METHOD) UNDER US HIGHWAY 77/ IH 69, SEE ATTACHMENT 2. THE 4-INCH SCH 80 PVC FIBER OPTIC CONDUITS WILL BE INSTALLED ALONG WITH A 54-INCH BAR WRAPPED CONCRETE STEEL CYLINDER PIPE (AWWA C- 303) CARRIER PIPE (SEE UIR Description CRP20220923151430) ON CASING SPACERS INSIDE THE STEEL CASING, SEE ATTACHMENT 3. EACH JOINT OF THE FIBER OPTIC CONDUIT WILL BE RESTRAINED BY SOLVENT WELDING. THE CASED CROSSING UNDER US HIGHWAY 77/ IH 69 WILL BE INSTALLED WITH APPROXIMATELY 10-FT OF COVER. A TRAFFIC CONTROL PLAN HAS BEEN DEVELOPED AND INCLUDED AS PART OF THE PERMIT PACKAGE, SEE ATTACHMENT 4. THE FOLLOWING WILL BE CONTACTED AT LEAST 48 HOURS PRIOR TO STARTING THE WORK IN STATE ROW:AREA OFFICE: JOSE SANCHEZ 830-623-1464 JOSE.SANCHEZ2@TXDOT.GOV, ERNEST LONGORIA 361-808-2322 ERNEST.LONGORIA@TXDOT.GOV, FIDENCIO LOPEZ 361-808-2525 FIDENCIO.LOPEZ@TXDOT.GOV. MAINTENANCE OFFICE: ESMAEL HERNANDEZ 361-289-1400 OFFICE 361-904-9055 CELL ESMAEL.HERNANDEZ@TXDOT.GOV OR JORDAN RANGEL 361-290-6711 JORDAN.RANGEL@TXDOT.GOV Attachments Attachment 1 - Location Plan fiber.pdf Attachment 2- Site fiber.pdf Attachment 3- Details fiber.pdf Attachment 4-Traffic Control Plan fiber.pdf All:::)Il:::)EII4I:::)UM No. 1 ArIACIIIIIMIF:IINIi IINo. 5 lf'lllllBllf;;;!Ilf PAGE 2 of 8 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E rpus Christi District CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION AII:"�Ir�IE:I�II:"IMlE� Il�lo. 1 Online version 04/2021 A..�..rACll 811IEll�ll r Il��:a. 5 if lllllfi llfiii!Ilf l:1AGIE: 3 of 8 Yes No N/A ® F—] Is this proposed work or relocation due to TxDOT construction? If so then please state that in the Basic Information. ® F—] F—] Is the repair and/or installation in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD)and all applicable State and Federal laws and regulations? See the TMUTCD and other TxDOT manuals on the UIR website. See also Utility Installation Regulations on the special provisions. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® F—] F—] In the Basic Information, has the following information been provided in the description: What is being proposed?What road/highway will this installation be on?What is the distance from the nearest county or state intersection?What is the purpose of the utility or pipeline? ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® F—] F—] Have the material specifications of the utility or pipeline to be installed or repaired been included on the design sheets? ® F—] F—] Are all coordinates in North American Datum 1983 (NAD83), North American Vertical Datum 1988 (NAVD88) and/or Texas Coordinate System South Zone? Please state the system used on the sheet(s). North American Datum 1927 is no longer used by TxDOT. ® For high pressure (over 60 psi) petroleum pipeline installations, has the following information been provided on the sheets: Both ROW lines? GPS or LAT LONG coordinates where the pipeline crosses each ROW line? Distance from crossing to a county or state intersection? Distance between proposed or existing lines?The names of any existing pipelines this line will be paralleling?The angle of crossing? Type of cathodic protection to be used?A bore profile showing depth under ditches and roadway?A completed Barlow formula (see Exhibit A)signed and stamped by a certified Engineer? ® For utilities or pipelines to be installed parallel to the road, have you included or shown in the design sheet(s)the following information: proposed location; vertical elevations; horizontal alignments from ROW line; relationship to existing utilities; and total length of project? E] E] ® For all aerial installations, do the plans clearly show and differentiate between existing and new poles? ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® F—] F—] For aerial or underground bored crossings, is the location of the crossing as close to 90° degrees as practical? If the angle is more than 5 degrees from 90, provide justification in the Basic Information on why the crossing will be at the proposed angle. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® F—] For all underground installations or repairs, will non-metallic detection devices be emplaced? If not please state the reason. The pipe will be installed in a steel casing. ® F—] F—] Is it understood that a copy of the permit AND approval form must be on the job site during construction or repair? DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® ❑ Will there be abandonment of an existing utility as part of the installation of this proposed utility? If so, contact Leonel Tovar: District Utility Coordinator 361-808-2257 Leonel.Tovar@txdot.gov and inform him of the proposed abandonment. He will provide you information for the abandonment process. Once that abandonment process is completed and signed, PDF it and attach it to this installation request. The abandonment paperwork must be part of this installation request. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ II::YII)IF:INIf.:)UII No,. 't ..f.T CII.....UIFAIF:INT No. 5 1F:111: IIf iii;IIP F=IAC IE 4 of 8 DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E + M dand NouanaisNoo Sao!n.raS 5uuaaui6u3}o ;uawpodap ffi and a3sn 3e of ION sl L SVX31 X30NI NVId aw 133HS 31111 N g�w 8 9ZZDZ''01 bnm No III oN'131 SYX31r 3 ooranoi vx mIu swu m�vx 1SIHHo sncfyoo {o Am 3'd Win ,,SanaVNIH33NlON3 kUdOlUfN3H1 D8Nn doM31AN%001 H n NNW NOISSIWSNLL — NOLLVS dWnd SV3,3Soddnd 3H1 and 033H w sl 1N mmoa slHl 2MVA% MV8 21 N S333nN y NONdIN090 Ae -0 'DN NOISIUN NOIIdIH090 AS -0 'ON NOI—H o hh$ M�000 r r l %�1� 1 clil a¢a��G�G�W U/'r✓�j�d � � ilio .� C) o GGGG /✓r �� %i� u.u.. d z EEE �i wnv�n onrom___��•^i,ri�romN wawwww � y��/�i'��r'I� / /////o//���� Oj W m ac Q U a gy b, Q 3— Lo — N (3 g Q Z Z IP ¢1 a row O Q Lij o m wa '�3 zo nmaxe � N I� � Z Uo� g a°axwnD ° oxnxmo '� Qz LLJ �— w 9 �� W ILL, 3'G N�w°n mm J \\ 7 c W s WCc �m W U 44 A CL � n 1 V F S DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E + S3sodand NouanaisNoa sao!n,raS 5uuaaui6u3}o ;uawpodap +g£ ,df� Ol 00+££ �VJ.S ffi aoi assn 30 of loN SI L u�� w r SVX31 N o azoz'[a*S NO 31408d - NV1d NOISSUYSW& alVM B9o18 oN 131 SYX31 I1SIHH� sncfy0o {o Am � � w 3'd'Nr1nn ,,mama'r 3 1;,7NIH33N1�.,J'N3 a 3 g ,I M31 3X111 H�n =`= NNW NOISSIWSNV2LL — NOLLVIS dWnd M31A3a 3111 do 3sodand 3X1 and W vi 03m138 SI 1N3VYna0a SIH1 2MVM MVd MN S303nN NONdIN090 Ae 3Ltl0 'ON NOISIA3tl NOIIdIH090 78 "N11 N ,d,) Z eca < , « 1N00 6NnH0-LVN Z4133HS NO dJN00 3NI�H31VW �mw o / Im i % V. nw�� w�iz� �w`� �e � al�Yld �c`s�"s oA�V'������ii � o oy bs unanr 1Gl rs+a rss UK iffill.11H. �/ / � � t5t5 tS LS tSoLS�tS LS tS LS tS tS tS tS a ��.�� _ ru-a ota rss® FrIf�� wff 00,r�lu � t 4> E 9 LUIIIA Illill f / J r � r / � uoa imxl . I � _ w cr s "o LL-1 _ m ;O si ' �/ ` ! c�orii �i �%i caro dfil���� aj UK a w (L -� o � 3 d h, s v xe � � o %-- //r sew % 8 nH 04133HS NO dJN00 3Nf1H31VW s � o a + DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E S3S0dand rvouanaisrvoasao!naaS 6waaaui6u3}o ;uawpodap ffi and amn 30 01 ION SI L �� �r SVX31 N o zzas'01 6�Na (Z) S'7ro13a sno3Nb'773�siw 89016'0N'a3a SYX31 I1S121HD sncfyoo {o Am ad'M713nZ11 mama'r 3 E3NIFJ33NI�J'N3 3 g :Wa011LfN 3111a �n NNW NOISSIWSNVML — NOLLAS dWnd3aNn == n M31A3a x0011 N $ d0 3S dand 3111 80d W W 03m138 s1 1N3nnaoa s1111 �P 2MVM MV8 M8 S303nN y NONdIN090 1. 3Ltl0 'ON NOISIA3tl NONdIH090 A9 3Ltl➢ 'ON Id'1�n GJ i7 Z� z 11 1.1.1 �... II., az IN.".. m fi C7 <Il.u... Seo 8o ^� • �� m� 2 t - W d Lid - T'a w w IL aaa Lzu3w w /�I,:::.•... awmoa. gd n= H �o <o�aN� T3 $FAQ . s s 9 w N a-Qa3 z x d a4 3 is o n� Qs= 9 n o � _ = B m.n 1-1 �� `2w�wrc O0 Jdy Yip iz F dw F4o � saw F� 5 LU niNN w: -�D Z LU EzJ wN�€tea LU N _N s"-; s �� EHNEw ii M w 60 six a4go = x� pN a�g 1 < Mf IR Uaw L �$s IP g- i3 s9�Jrcmo 2 9 z Izw 010 g'w LU g a¢ gg F F G 5 D z 3H ILI z g o p = o w o� pp 3� o o3yia � $ -zlz— �^ �d-Iz—§ F�� �Q �i fiN amu¢ - * Opti F w ="€ x<I eg ogsw o§ N J� O -� 5g bg Ya3� zg zio 3� �� a�g�Faz6" w W zww mN mss bob w �� a € w Y y :�" W i•:}::.. S m i yoyb�a " �� B000 mRo� fiQ 30 <a p£ oaQY r8� - € O : : zz� U pQ " �= zo s -66. jog a a� p Qo age 9 L ;� �B 3 G� s s� wBQ�s "� a we �� Qwe om �_ w "� www m� pow "m w„6 =a "a 8Z, Q�� w wao ona ” R�a Na a� b� _ d E s ga �€ wows F ��z oa �g <Q o w� ap �dp Fw8 sg � k'Bnv,=" _ _� �� _ _�� � a gay Nga= =a �_ ao w og3 gQ� w gw"mow " P" EN s�� -"d8 ON- Now.Now. a�� za am m ���� _ eo� � I�p a a " m C z �m DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E + 535oddnd NOILDnWSNoo sao!n aS 5uuaaui6u3}o ;uawpodap 80A assn 3e oL ioN sl L r" g SVX31 (r) NV7d 708.LNOJ OiWEJ N fiZLOi Ol ls6y 11'0 31 91131 1SIHHD sndyoj {o Am Ido 7NIF33NJN�8OHnY 3HL 830Nn QA xa26Zoo, H�n NNW NOISSIWSNal — NOLLAS dWnd N 10 3soddnd � � NIL tlod W vi a 03SV3138 sl mmn0o0 slHl �lvM MVa aqua S3O3nN y NONdIN090 Ae 3Ltl0 'ON N01-8 NOIIdIH090 A8 3Ltl➢ 'ON NGI— I� 0 v0 GJ uJ, � ry .6L.. O y l C'P P ftVR I f l / qHF �Gm � U I- ,y � ml 091 (zJ.00t /�//ice/ Uf l pr 133MI dMI O i" J 3 /!/ A, ?• �, /��� "©lou IN ©W 1 U dr QVS �� J na //;rr ti � �!(Gr (r ,I. !, /// a Mt 1 'U /fryU� AIX �j�%� r/ Oft FIF A / o , U 9(/ e a l 0 x - i g �� ; �d ✓ S l r r ,�i 0 „...".,Cv Y".,3".,y......y...,1<.,..'V'-x,-,("Y'"(,-,y- Y ,w lir o r/� fi! pili H 1 ��� �i %� o, f VP� t � n' ! � `•/FFI L: ISI' r F1 29 q 2 N N f / �d a W. v✓ 8 �a J It nN nn a a vii 2mmn w gg o n Lo 0 0 0 0 0 o f o O O w / < EcK` w = ¢ zz '^ � �=rc�Uo� o m 1 q /G0,/ �►i 6 O N N m iO I I 4 + b � ,5 i /1/ 'fAfr fO1 /� ''1 y��; I fl%/I//i/i/ z. 0 z o 0 0 o o ooann mnm � � r [�,� -! d � z Ea�3 �m000. i� /. oU '.`o » / J e� / U �k n o0 000 �,,,, v •� tL V� "j AVMHM'sn. aL o '0 g /ryM H upNNc 6 y a z �§ ``= o= �� nw X, Q Ns =8R y ap Ir l�Urci pw 3w= 'ooU€ 3wo z. FHM.a� �z �+No H. �x�w �z 5, R � g R R 3 Z o�J �a �, n �� o�go �m � � �o� m<< e6�w =� � s 3 e � � aF I�3 w ww ��oad �_ �_ � �w W.091001 )ost ,1z w's w 3 � w= w wp ew=e s o R�'wR� =w �E3 r €€ rya, _ s � Is >/ SEE rou�m eN _ §o� a=Ba �ogmo�NN' _ s a= § o o I !%' (3V{ iaw RSllUlf tt �� 'aE' 'a oI A ' z1 N f N��« o �;�Nm= � �n< =omaq 3�<wi Aooroval Form APPROVAL DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E To Mari Jimenez Date 11/14/2022 City of Corpus Christi Application No. CRP20220923151430 1201 Leopard St. District App. No. CRP20220923151430 Corpus Christi, TX 78408 Highway IH 0069 Control Section 037301 Maintenance Section East Nueces County Maintenance (Corpus Christi) County Nueces TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of Proposed Utility Installation No. CRP20220923151430 (District Application No. CRP20220923151430) dated 11/14/2022 and accompanying documentation, except as noted below. Not applicable When installing utility lines on controlled access highways, your attention is directed to governing laws, especially to Texas Transportation Code, Title 6, Chapter 203, pertaining to Modernization of State Highways; Controlled Access Highways. Access for serving this installation shall be limited to access via (a)frontage roads where provided, (b) nearby or adjacent public roads or streets, (c)trails along or near the highway right-of-way lines, connecting only to an intersecting roads; from any one or all of which entry may be made to the outer portion of the highway right-of-way for normal service and maintenance operations. The Installation Owner's rights of access to the through-traffic roadways and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an emergency situation occurs and usual means of access for normal service operations will not permit the immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for convenience and safety of highway traffic. The installation shall not damage any part of the highway and adequate provisions must be made to cause minimum inconveniences to traffic and adjacent property owners. In the event the Installation Owner fails to comply with any or all of the requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance. It is expressly understood that the TxDOT does not purport, hereby, to grant any right, claim, title, or easement in or upon this highway; and it is further understood that the TxDOT may require the Installation Owner to relocate this line, subject to provisions of governing laws, by giving thirty (30)days written notice. If construction has not started within six (6) months of the date of this approval, the approval will automatically expire and you will be required to submit a new application. You are also requested to notify this office prior to commencement of any routine or periodic maintenance which requires pruning of trees within the highway right-of- way, so that we may provide specifications for the extent and methods to govern in trimming, topping, tree balance, type of cuts, painting cuts and clean up. These specifications are intended to preserve our considerable investment in highway planting and beautification, by reducing damage due to trimming. Special Provisions: You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection and coordination of work days and traffic control plans. Use the UIR website for the 48-hour notification. DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to keep a copy of this Approval, the Notice of Proposed Installation, and any approved amendments at the job site at all times. Texas Department of Transportation By James Harris Title Director of Operations District Corpus Christi AIC::�11::�1E:11 [..')U1M No,. "1 A"'l�"' ACIIBIII '.I�1"'f Ido. 5 WA"'III'"Ilfiiiall f:IACIE: 't of 't A DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Notice of proposed Installation Texas Utility Line On TxDOT Highway Right of Way rlra e"t Installation Application Online version 4/2006 To the Texas Transportation Commission Date 11/2/2022 c/o District Engineer Application No. CRP20220923151430 Texas Department of Transportation Corpus Christi District, Texas Formal notice is hereby given that City of Corpus Christi proposes to install a utility facility within the right-of-way of IH0069 in Nueces County, Texas as follows: (details are shown on page 2) THE CITY OF CORPUS CHRISTI IS INSTALLING A NEW 54-INCH WATER TRANSMISSION MAIN IN AN EXISTING CITY UTILITY CORRIDOR, FROM THE NUECES RIVER PUMP STATION TO THE O.N. STEVENS WATER TREATMENT PLANT (WTP), SEE ATTACHMENT 1. AS PART OF THIS PROJECT THE ALIGNMENT OF THE WATER TRANSMISSION MAIN WILL CROSS US HIGHWAY 77/IH 69 APPROXIMATELY 0.42 MILES EAST OF THE INTERSECTION FARM TO MARKET ROAD 624 AND US HIGHWAY 77/IH 69. THE DESIGN OF THIS CROSSING INCLUDES INSTALLATION OF A 72-INCH STEEL CASING (0.75-INCH WALL) BY GUIDED AUGER BORING (PILOT TUBE METHOD) UNDER US HIGHWAY 77/ IH 69, SEE ATTACHMENT 2. THE 54-INCH BAR WRAPPED CONCRETE STEEL CYLINDER PIPE (AWWA C-303) CARRIER PIPE WILL BE INSTALLED ON CASING SPACERS INSIDE THE STEEL CASING, SEE ATTACHMENT 3. EACH JOINT OF THE CARRIER PIPE (WATER TRANSMISSION MAIN)WILL BE WELDED WITH FULL CIRCUMFERENTIAL WELDS. THERE WILL ALSO BE 4-INCH SCH 80 PVC FIBER OPTIC CONDUITS INSTALLED WITHIN THE CASING PIPE (SEE UIR CRP20221101154157). THE CASED CROSSING UNDER US HIGHWAY 77/IH 69 WILL BE INSTALLED WITH APPROXIMATELY 10-FT OF COVER. THERE WILL NOT BE ANY VEHICLES, EQUIPMENT, OR PERSONNEL IN THE ROW. A TRAFFIC CONTROL PLAN HAS BEEN DEVELOPED AND INCLUDED AS PART OF THE PERMIT PACKAGE, SEE ATTACHMENT 4. MARKERS WILL BE INSTALLED AT THE ROW LINE ON EACH SIDE OF IH 69. MARKERS WILL HAVE THE CITY OF CORPUS CHRISTI'S EMERGENCY INFORMATION. THE FOLLOWING WILL BE CONTACTED AT LEAST 48 HOURS PRIOR TO STARTING THE WORK IN STATE ROW: AREA OFFICE: JOSE SANCHEZ 830-623-1464 JOSE.SANCHEZ2@TXDOT.GOV, ERNEST LONGORIA 361-808-2322 ERNEST.LONGORIA@TXDOT.GOV, FIDENCIO LOPEZ 361-808-2525 FIDENCIO.LOPEZ@TXDOT.GOV. MAINTENANCE OFFICE: ESMAEL HERNANDEZ 361-289-1400 OFFICE 361-904-9055 CELL ESMAEL.HERNANDEZ@TXDOT.GOV OR JORDAN RANGEL 361-290-6711 JORDAN.RANGEL@TXDOT.GOV The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing and in accordance with the rules, regulations and policies of the Texas Department of Transportation (TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act,"the "National Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of compliance with all governing laws, rules and regulations will be submitted to TxDOT before commencement of construction. Our firm will use Best Management Practices to minimize erosion and sedimentation resulting from the proposed installation, and we will revegetate the project area as indicated under"Revegetation Special Provisions." Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual of Uniform Traffic Control Devices will be installed and maintained for the duration of this installation. The location and description of the proposed installation and appurtenances is more fully shown by 4 files containing drawings and other pertinent information uploaded to the website. Construction will begin on or after February 1, 2023 and end on or before August 1, 2023 I certify that I am authorized to represent the Firm listed below, and that our Firm agrees to the conditions/provisions included in this notice. Utility Installation Owner City of Corpus Christi AlDIl U11` INo. 1 B Mari Jimenez A>rTAC11 NIIVNIE:IN r INo. a By WA°Ilf°Ilf;;;!III II 1A\GE 1 of 10 Title El Address 1201 Leopard St. oo"uSignEnvelope|o: pos1esoe'pu^e-4xo8-e»»n+*\enaepzpo1s Corpus Christi, TX 78408 Phone No. 301-826-1851 E-mail address DocuSign Envelope I D: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61 E it i o n Details Application No. CRP20220923151430 Date 11/2/2022 Utility Installation Owner City of Corpus Christi By Mari Jimenez TxDOT District Corpus Christi District County Nueces Route IH0069 Control Section 037301 THE CITY OF CORPUS CHRISTI IS INSTALLING A NEW 54-INCH WATER TRANSMISSION MAIN IN AN EXISTING CITY UTILITY CORRIDOR, FROM THE NUECES RIVER PUMP STATION TO THE O.N. STEVENS WATER TREATMENT PLANT (WTP), SEE ATTACHMENT 1. AS PART OF THIS PROJECT THE ALIGNMENT OF THE WATER TRANSMISSION MAIN WILL CROSS US HIGHWAY 77/IH 69 APPROXIMATELY 0.42 MILES EAST OF THE INTERSECTION FARM TO MARKET ROAD 624 AND US HIGHWAY 77/ IH 69. THE DESIGN OF THIS CROSSING INCLUDES INSTALLATION OF A 72-INCH STEEL CASING (0.75-INCH WALL) BY GUIDED AUGER BORING (PILOT TUBE METHOD) UNDER US HIGHWAY 77/ IH 69, SEE ATTACHMENT 2. THE 54-INCH BAR WRAPPED CONCRETE STEEL CYLINDER PIPE (AWWA C-303) CARRIER PIPE WILL BE INSTALLED ON CASING SPACERS INSIDE THE STEEL CASING, SEE ATTACHMENT 3. EACH JOINT OF THE CARRIER PIPE (WATER TRANSMISSION MAIN)WILL BE WELDED WITH FULL CIRCUMFERENTIAL WELDS. THERE WILL ALSO BE 4-INCH SCH 80 PVC FIBER OPTIC Description CONDUITS INSTALLED WITHIN THE CASING PIPE (SEE UIR CRP20221101154157). THE CASED CROSSING UNDER US HIGHWAY 77/ IH 69 WILL BE INSTALLED WITH APPROXIMATELY 10-FT OF COVER. THERE WILL NOT BE ANY VEHICLES, EQUIPMENT, OR PERSONNEL IN THE ROW. A TRAFFIC CONTROL PLAN HAS BEEN DEVELOPED AND INCLUDED AS PART OF THE PERMIT PACKAGE, SEE ATTACHMENT 4. MARKERS WILL BE INSTALLED AT THE ROW LINE ON EACH SIDE OF IH 69. MARKERS WILL HAVE THE CITY OF CORPUS CHRISTI'S EMERGENCY INFORMATION. THE FOLLOWING WILL BE CONTACTED AT LEAST 48 HOURS PRIOR TO STARTING THE WORK IN STATE ROW: AREA OFFICE: JOSE SANCHEZ 830-623- 1464 JOSE.SANCHEZ2@TXDOT.GOV, ERNEST LONGORIA 361-808-2322 ERNEST.LONGORIA@TXDOT.GOV, FIDENCIO LOPEZ 361-808-2525 FIDENCIO.LOPEZ@TXDOT.GOV. MAINTENANCE OFFICE: ESMAEL HERNANDEZ 361-289-1400 OFFICE 361-904-9055 CELL ESMAEL.HERNANDEZ@TXDOT.GOV OR JORDAN RANGEL 361-290-6711 AIG: IG: II :II IG: UII I INo. '1 JORDAN.RANGEL@TXDOT.GOV ArrACIIflME:1Nr No. 5 Attachments Attachment 1 - Location Plan r.pdf A"'III"'llf;;;!III IIAGII : 3 of 10 Attachment 2- Site rl.pdf DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E Huacnrnenr 3- veraus_rl.pdf Attachment 4-Traffic Control Plan_r.pdf AI[..II...IBN[..)UIM No. 1 A r rACII Nll'MIEN r No. 5 WA II'°Ilfiiiflll II::IAGE 4 of 10 DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E rpus Christi District ADDENDUM No. '1 CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION A'Il TACIIIMEII�V"'l� No. 5 Online version 04/2021 A"'III"'llfiii!Ilf ICACIE. 5 of'10 Yes No N/A ® ❑ Is this proposed work or relocation due to TxDOT construction? If so then please state that in the Basic Information. ® ❑ ❑ Is the repair and/or installation in accordance with the Texas Manual on Uniform Traffic Control Devices (TMUTCD)and all applicable State and Federal laws and regulations? See the TMUTCD and other TxDOT manuals on the UIR website. See also Utility Installation Regulations on the special provisions. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® ❑ ❑ In the Basic Information, has the following information been provided in the description: What is being proposed?What road/highway will this installation be on?What is the distance from the nearest county or state intersection?What is the purpose of the utility or pipeline? ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® ❑ ❑ Have the material specifications of the utility or pipeline to be installed or repaired been included on the design sheets? ® ❑ ❑ Are all coordinates in North American Datum 1983 (NAD83), North American Vertical Datum 1988 (NAVD88) and/or Texas Coordinate System South Zone? Please state the system used on the sheet(s). North American Datum 1927 is no longer used by TxDOT. ® For high pressure (over 60 psi) petroleum pipeline installations, has the following information been provided on the sheets: Both ROW lines? GPS or LAT LONG coordinates where the pipeline crosses each ROW line? Distance from crossing to a county or state intersection? Distance between proposed or existing lines?The names of any existing pipelines this line will be paralleling?The angle of crossing? Type of cathodic protection to be used?A bore profile showing depth under ditches and roadway?A completed Barlow formula (see Exhibit A)signed and stamped by a certified Engineer? ® For utilities or pipelines to be installed parallel to the road, have you included or shown in the design sheet(s)the following information: proposed location; vertical elevations; horizontal alignments from ROW line; relationship to existing utilities; and total length of project? ❑ ❑ ® For all aerial installations, do the plans clearly show and differentiate between existing and new poles? ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® ❑ ❑ For aerial or underground bored crossings, is the location of the crossing as close to 90° degrees as practical? If the angle is more than 5 degrees from 90, provide justification in the Basic Information on why the crossing will be at the proposed angle. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® ❑ For all underground installations or repairs, will non-metallic detection devices be emplaced? If not please state the reason. The pipe will be installed in a steel casing. ® ❑ ❑ Is it understood that a copy of the permit AND approval form must be on the job site during construction or repair? DocuSign Envelope ID: F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ ® ❑ Will there be abandonment of an existing utility as part of the installation of this proposed utility? If so, contact Leonel Tovar: District Utility Coordinator 361-808-2257 Leonel.Tovar@txdot.gov and inform him of the proposed abandonment. He will provide you information for the abandonment process. Once that abandonment process is completed and signed, PDF it and attach it to this installation request. The abandonment paperwork must be part of this installation request. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Al IE:IINIIUIIM IlNo. 1 A r FAC II 1A IF:Ir 11 Ido. 5 W °'III"Ilf;;;!III If:1ACIE 6 of 10 DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E + M dand NouanaisNoo SaD!n aS 5uuaaui6u3}o ;uawpodap ffi and a3sn 3e of ION sl L SVX31 X30NI NVId aw 133HS 31111 N g�w 8 9ZZDZ''01 bnm No III oN'131 SYX31r 3 ooranoi vx mIu swu m�vx 1SIHHo sncfyoo {o Am 3'd Win ,,SanaVNIH33NlON3 kUdOlUfN3H1 D8Nn doM31AN%001 H n NNW NOISSIWSNLL — NOLLVS dWnd SV3,3Soddnd 3H1 and 033H w sl 1N mmoa slHl 2MVA% MVd 21 N S333nN y NONdIN090 Ae -0 'DN NOISIUN NOIIdIH090 AS -0 'ON NOI—H r o<r. Z GGGG f %rr /i/ r)18 N HIP �i wnv�n onrom___��•^i,ri�romN wawwww � y�r/�i'��r'Ir / /////o//���� Oj ul �, 1��1r", I�f✓��/r r��fTU�11�0/ �i0 W m ac Q U a gy b, Q 3— v) — N Vz g Q IP ¢1 a row O Q Lij o m� N I� �Uo� ° '� Qz U J �— w ccW a w 3' J — 7 - s Cc �m W U w � n 1 CLV F S DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E + M dand NouanaisNoa ,. SaD!X aS 5uuaaui6u3}o ;uawpodap +g£ ,df� Ol OO+££ �VJ.S ffi aoi assn 30 of iON Sl L u�� w r SVX31 N o azoz'[a*S NO °° °"amu"" '°" 371d08d V WW NOISSUYSW& aIVM ,III oN 131sYX31 IISIHH� sncfH0j {o Am w ad'Nr13nVYary snanaa'r 3 1;,7NIH33N1�.,J'N3 a 3 g JNM31 3X1113aNn 3N�n =`= NNW NOISSIWSNV2LL — NOLLVIS dWnd S ddn 3111 � oaand 3X1 and JO W � vi 03SV3138 sl iumnooa SIHl 2MVM MV8 MN S333nN y NONdIN090 Ae —1 'ON NOISIA3tl NOIIdIH090 AS 3LY➢ 'ON 40ISN3H C:) 6 Ix O �I�H0-LVN � Z4133HS NO dJN00 3NI�HOlVW �iliV 1N� /, _f"'"��JffV'�hP'1� 4 i %� � s ■ �,..1 p .. 0 oil. o�ta rss wo�,r�INI �� o-o- ti R I , Fs Sri, w S N � y ILL- 21 LLI cm g, f �c�✓�� � ii �,,, � /ii�� �y /a �i/� /��t/%i caro ����/i� � ILL sn ,,,'%�7 /i% /� / iii//i/ /✓i //�j 4 a w ILI -R 3 d w W h, s v xe � � o 100X{, o¢ns® m7rgm M M. I— @qg //i 1 I j ;',/o 7,1 i 713 8M nH 04133HS NO dJN00 3NnH31VV4 s r, � o a + DocuSign Envelope ID:F0919E8E-F8AE-4AD8-B330-AAE93EF2F61E S3S0dand rvouanaiSNOO sao!naaS 5uuaaut5u3}o ;uawpodap ffi and amn 30 01 ION SI L =., �.,Im�..u—r NSVX31 swim sn0Nbuosiw zzas 01 6�Na o 89016'0N'a3a"1 I1SIHHD sncfyoo {o Am ad'M713nZ11 mama'r 3 E3NIFJ33NI�J'N3 3 g :Wa011LfN 3111a �n NNW NOISSIWSNVML — NOLLAS dWnd3aNn == n M31A3a x0011 N $ d0 3S dand 3111 80d W W 03m138 S1 1N3nnaoa 51111 �P 2MVM MV8 M8 S303nN y NONdIN090 1. —0 'ON NOISIA3tl NONdIH090 A8 3LY➢ 'ON NOI— ti � s o • �o m� 2 d €_1 �s g € - 9 - T'a w w IL P IL - w w r s:i:':' „g n 3a w /�I,:::.•... awmoaO V 3 ic 3$ o o ” o .Nr �o <o�aN� zl O�4 b s � jai= �- a:re �9F g u..1 � 1u r F3 ID 's E!� �wrc 0101 Jdy Yip �z 2:8 F w ow€J p Fow; 9 =&4'� . l � a w �9 s W co Z �g 305 oa U •'.. � w����3 3: W: a 0101oW = -moo a �aw'o� Z ".Wz,ysau W _� 8 =_iwHV 'os " LU Nw; w w M 60 w Mt s � � i8= 3:8 5 m mu�dww w zN oo r �4 tago x� pN ��9 �z dd� S12 - i3 9�J VLA-w Y! � 9� z Fig ? rc�aoFGuw _ Sr �� nna in ZZ LL 3 B O� Bw wz $ ga z z g o p = o w o� pp 3� o o3yi a- — w z ga b $ -zlz- �^ Qd- -i F. F. y= gNoff" i § "6,N oGo 9 N J O �a Ya3 �g zio bg 3��� F � �S a� opo ' - a�gFa" LLw oNg bo3 a € w Y = y :�" i•:}::.. S m i yoyb�a "� �� B000 m� o� fi- 30 <a p£ oa�Y t8= - W §-z € O ,'�:'�: pQ " zo s �� owe om �_ w "� p� � �wwwm� pow "m w„6 =a "ama� o�� 3 �W 3z m o zw w�ao on a ” a Na a, b� _ d E s �� wa �" �aNi �€ w ow s F z oa �g <o '"`w' nmz �dp Fw8 sg � k'Bnv,=" oar.+ \€o _ _� �� _ _�� � a gay Nga= =a �_ ao w og3 goy w gw"mow " P" EN s�� -"�� z o aN� a a € sa am �zp a (RR/81/el)WUI693tlY saa!n.ras 5uaaau/6u3}o ;uawpodap Td Y/m W°IW TA SINN AM mraivoi vex m swi r ms's Ta 3flsvx31 )30NI NVId UNV 133HS MUll �...' IlS1aHD SlidaOo {o Am.aw rss.et VNIH33NION3 r.3 g iisnnnar_sri, r -- O c. Ndoun NNW NOISSIWSNVML — NOLLVIS dAnd W 2MVM MV8 MN S303nN y NONdIN090 AB 3Ltl0 'DN N01S 8 NOIIdIH090 A8 3Ltl➢ 'ON NGISN3N CL ooa000000 �;�r l �'yre�;zd�;' 1� ; o �iEs wnv�n�onrom___��•^i,ri�romN wawwww � y��/�i'��r 11� / /////o//���� Oj W m Q U a gy b, Q 3MPN m U � c 0 n _ m CO z 1 Z rec xi L N CO co azo name � U aeaxm D ° QzQ W �J Q Z gs W o g = Nrtwen°x a J , " o W pN W I� a u a � LL a g rte^ z o o � LLIF �a W z D W v � � w & L W - wl LL r ❑ S N W O (ZAC/LgtlZl)WUI693tl X1 sao!naaS 5uuaaui6u3}o ;uawpodap �a�/RRAA'MTAB u�MM ��� S310N Nl1� mm sw w tlwxan m 311 SVX31N g V �°•_ I1S121Hj Slwdyco io AM aNV ONUS31 S3W1NVnO ONIFJMMON3 � N�ZII'1 NNW NOISSIWSNV2i1 — NOLLVIS dWfld � o <;tl3• Q imvi% ind m8 S3335N y NONdIN090 1. 3Ltl0 'ON 1401SA3tl NOIIdlH A8 3Ltl➢ 'ON NGISN3N SON33 3dld ONd'JN w m,BL OJ ZZOZ/Ll I 0 UZI H 12 11 m Z @ d 11z ty Egli € g a li " 6aA@ O stills 11111 E �gnu � ° AA Cl A �All C3 aS A o wv gi .A d w ? w In 0�, t �:goA � avo Wsaa1a§1tt � 1 " €A2 . a , (~! za §�z.. w - zed € Ntg € WK �� h -- 11111- 1 1 . . s - y. I� s 1N s e s €g wigs R N a �g$gg 1% a o w o It m IN _ '$ a € & w � V sss its a 99 W` �_ v tl; W MU K_E � ; R'RRR RRRR33'RR 588�88B RS� SR � Q� Amtl a 8B PINTA lollipop II a a a aaa varapplan onto Bwd Woo eggs p"18R yj c a <gs € N IS ; �= zymi�§-e; saw email0�s AS ao wP ww� o '- aw'�� Wg ao 11"" 11 e� a� aaa veg s � � < w o - u nnnnnn � nnn eg Who �� o a z¢a € _€ : ❑ _ ������ ��� y�K xa MR Hy �4 ase �g ss�o s w s 2 € ea earl s =s a mamma sEpp SHE �� �_ � � ��� �o0� m too aim Itg. m,o mj I LS _O e a @ a p �O 4 3 8 W 13 € s w s ag `s a �M m = Sm �a a& i �- s� �® g2 a e��= �w�w s p oe s� _ & _ § � w� =a � mem Asa=m o y a � �;��m � Ws � m gp >a am e= a< r3 w 'a awss' is aassw = 8 e cap €s � �osW ee o � _ � �a8ne an WAR s es Ea Baa �� a a � s s� � a �� $ e �a� ss �e A s R 5a� n ew m e � 13 a s g sac r3 � � s m € a€ °o � � W a= "s= �s' eaw`� � � � � 3 aW s � ss = s � � w �s` � �ws �m Ell"��ra � a g €m $� � � o o� �e =fie �asaaee se �- gs� � � s�� a �g � y s m� s� an s= �li� a � It s'z� � `� E l s m � �ezd &mks 4msiews KGs €es � n� � e � �s s� ss �sz€� a s€ �s= asal �� W g < gs a s Kal 1 'a n w a ae �$ n �a g= is=a, m W s a 3 Ba=s I _� s � � � � e$1 �e§ s � _� g€�se e= ��� � ��go �a Hui via l�€s� � eggo� g"����g oga�=o € i� n�s 'a€ o whish - a= d� 140 Ain; am as a _ sa yx N RI-5 sm Pm Is � RNE _ RW -99 e �Y 98 10 §t KIN US - SUE @s � 2e ls7 0 IN: It pug em e 01 8 I: sa 'Has L-1 ee ' i2 �I "geu 1h; a 3a Ia 1 1 g m WI G 111 11 _ _ _ R 4 a A A A r IS _ e a w � 0 (RR/81/011 WUIB M3tl Xl sao!n aS 5uaaau/6u3}o ;uawpodap Td WWW TA�AM o�'maivoi vex ml s�'w�'i 5i,ms's IRI . SVX31 dM A3H GNV dM IMUN00 N I1S121Ho Sncfyoo {o Am asp �ONIU3DNION NNW NOISSIWSNVU — NOLLVIS dAnd W <„ Q 2MVM Wd MN S303nN y NONdIN090 AB 1'ON NOISIA3tl NOIIdIH090 A8 3Ltl➢ 'ON Ng5N3N N o � f N a n � mo 0 w o oy U ��OPIrc, +N 6� N N Q U Z 4 Z Q W m > Q U'6 a N ¢ a a F- 1- ❑ 3 O i., „ L1 f ❑ 00 OD N U U ZO N� pZ P / Z W F N D_z ^ p ,s cPhEdfil I II f,J� (Il �//// / a m m o F a o o a a ooNr o wow w w ¢ate coiw n > �!, �R z �� �/////, / Ag',2a /l m 0 ��N �;, @�+ LN_ n // a z ci n a Lci mom o LL XVMH0IH sn /(;, o 'vlih'nX'FN41,,im, N Ifl, � O, i !r d W o +a, r 71 r d al r n /0M/ oy I R /� /f f Ur Li 0 t"',0 to ArIV �k(IQ fpr %i�r/% S 1¢o p�,. � ❑ �'�/irk/ / F�F � � �a� r.O�r � o ��� ( ¢3a� ooIN vtl-i r�o m > a w tj p /Atlf�l if / /A¢r� OWNµ 06a arN 6�0 11 QZW r a QZW a mr Il 6l11'� �� ( �❑aW8 nn tj a E�✓ i W � W 1S3NO3/N w Z k / l i 11 Ali vr of/ vIIIOIIImlpplll� �' W ��r� a W W LL ❑ S N W U) O (RW✓LO/A)6x16 a Y sao!naaS 5uuaaut5u3}o ;uawpodap 7d WM MM06 TAB(EMM N M xon to ro xwax na 3u m «. 09+f `VLS at 00+0 `b'LS cV SdX31 37UOdd JP NV7d NOISSIWSNVaL N3lVM g t�NIFJ33NIrJN3 11S121Ho sndyoo {o ADD Nd'Aun NNW NOISSIWSNftl - NOLLVIS dAnd o Q 2MVM MVd M8 S303nN y NONdIx090 AB 1'ON 140177NOIIdIH090 A8 3Ltl0 'ON NOI- MN36 Mid OW ONISx M,xL OJ ZLOZ/Ll I z SO 133HS NO U NOO 3NnHOIVY4 w n e m o m ) � �� NO 3 3N v o LLI l//11J �� � � > ro LLJ GC m J . -Ail, NOOtl15 1531 Rip syr � LSOL=u zi J a 27 /a cai o _ ;11 h'wT 11 lwo nslma xmewa $ 1�. nml wlx�o uw>r xro es Off 1 m n a C, { Pi 4 0 ,> ate 09 o T z _ '-.6G �e m o z �" ? a �a a e CS w r�", �mooal �S � o� ego € am a� s ljj a53 o _ 0 (LiDl/L8/Zl)W816 M3tlY sao!n aS 5uaaaut5u3}o ;uawpodap Td•Y81tlOAS T/806AtlIIM9M09+f SVX31 g "' 31408d T NV7d NOISSIWSNM ?J31VM a,,.�,,., NNS I1SIHHo Sndyoo {o AM atm�. ONIH33NION3 Nd'Aun _ 3 g nn�w� -- NNW NOISSIWSM I - NOLLVIS dAnd Q 2MVM 108 M8 S303nN y NONdIN090 1. 3Ltl0 'ON N017 NOIIdIH090 A8 3Ltl➢ 'ON Ng5N3N rr MN38 Mid OW MIM M,8L W =/LI I � 5 ^ R �< =W ARM g¢=� > A .8 MR 5�fnin�& MM515B " 2': g o w W s i tStS tS tS tSaLS�LSLSLSLS LSLS LS tS a bi m _ _ w ov"" s � 3 d e \ sao iffi �W �s �- \ o = m o A6i - - r90,LDDHG NO .WOO 3NI3 l j y r � 00'l9=ld m _ a 1e v Wi \l W§m J �i 1 Vk 7 CO u Y + �I f1 Ir o dg n ® E 21h rc a //� l7 Os LU 4`a N (n o� 11 x� iKi 1i; N cai>o QW m src rf] Q a d a� l _ oser v M cn l s m � ra 7 �„ Q M W t�Z cc I V 11. ILL f � /��i � a—i1 fl I cV aN 0596 v b0 133HS NO O1NO3 3NI1H0l` V4 W 0 0 (LiDl/LS/Zl)09616936 Y sao!n aS 6waaaut5u3}o ;uawpodap Td h/13106Slaw T/9 061SIIS/N N„m „§ 00+f l vis Ol OS+L YLS SVX31 g _ "' 314084 T NV7d N0ISSIWSNVaL alVM a,,. ,,., NNS I1SIHHo Sncfyoo {o ADD ,sT":tet ONILEDNIOND „�,,, to 3 irmnna3;sri?n''r Nvuun NNW N0ISSIWSNftl - N0LLAS dAnd c Q 2MVM MVd M8 S303nN y NONdIN090 1. 13Ltl0 'ON N01-8 1 l'ON NUSM MN39 Mid OW MIStl M,SL I OJ I ZL(G:/Ll I I a e 0 + NRV, W L0133HS NO a1N0o 3Nf1H01dW z f b „ a m 3 G "N T a l s'asw /JA'R r 0 M LLJ /! _ O - r co01 x ------ ----------- w X ",�� a„ 16 I , E I "� � � x � 3 � B u-✓, T,IFV. 71 z I4 �I ap/ W e $ g WW [ •� �!�Drr>ilh � r,J � J - IrU/r CL y si's �$ o -- -- -- $ gi � h, 3 1 � r A o lyra I / ✓� Lei / O%/ Ee �, -- -- -- -- a'Iry 00' o m.aeeaea�� PRV / VY LLJ Ld tj� W r� o 0yes cul " I...�. �o a m o LL y w 90133HS NO GINOO 3NnH;TW in 0 (UWLWa)vole sed m sao!n aS 6wa9aut5u3}o ;uawpodap Td h/I110A Sl611W T IM�SM SVX31 g -T 371�021d WU NOISSIWSW& al WA IlS1aHo Sndaoo {o AM _ ONIUDEINION� Nd' un NNW NOISSIWSNV2i1 - NOLLVIS dWfld c 2MVM MVa 830 S303nN NONdINO90 AB 3Ltl0 'ON 40151A3tl NOIIdIHO90 A8 3LM 'ON Ng5N3N SUMB 3dld I W =/Ll I I vd aJ.N 80133HS NO 41N0O 3NI-lH3lb W _ , r 9- 111A, IMF,01,011 f�^ry IF N ! T � LL gg lDp �l s« ,".fie � � �� � � � o� ���e .0 1 � ;��� pa � _ s VAI W Y y, CL IUB �� �1 rr rrir/j�r� rig � Fl, I f y JS o�w W..HIHoo LL o M oo uoo 0 0 w � k F�F�E,F�F�oF�.E,F�E,F�E,E,�E, p �� G� :s �r r'� xj n� ' �i�i�i tf tSatf5tf tf tf tf tf tft5 tf a � ..k'.. irv» Lu LLJ r J LL w ���>;',% ..�• �,fit�;i �I(��' Y ��If��f���>t'J �I�� � � � � � � s m �^- LL „," 0 �� HYN, 90 3HS N d,1N NI s s 0 S d W U) O (UWLWU)vole sad m sao!n aS 6wa9aut5u3}o ;uawpodap ad VU MMMxe TM MMM N un moo sdu ro ewxaN na 3 , °'""°,° SVX31 OO+SZ 'V'18 Ol 00+81 b'1S er 37U08d -8 NV7d NOISSIW8NM alVM $ ilsiaH� sndbo� so 11�� o �3NIFJ33NItJN6 aD Nix 3 � N�ZII1 NNW NOISSIWSNVdi — NOLLVIS dAnd o a,. Q MiVM MVa MM S303nN NOIldIa090 AB 3Ltl0 'ON N0151A3a NOIIdla090 18 3LM 'ON N0151A1a ONIM M,SL I W mz/Ll 1 1 NO o 3NnHOIVA 60 JMHS NO 4JNOO 3NnFiO1VW � "as O'OL= nndl asxos.—d rniwl €'dNQ � I w h.- wSe� / Lu �dworo'I1N: ���FI> o-o- LL, LLI 1 o w > . Li Cu a o z r g I'� E4 PEI R s 3 g rm gra a aas I W � G LLo S _ - W Z L0133HS NO 4JNO3 3NnHO1dW s 0 s W in 0 (aor✓uVz�)wore spaxi saD!n as 5uaaaut5u3}o ;uawpodap 1�7 yI[� /� 1(� y�[� v�R/I110A W61W T/H R�IIRR AM MR= w TES Homaivoi vex m swi 5i�e�a�w.ss 00+8Z *vjs Vl OO+re *VLS SVX31 31408d T NV7d NOISSIWSNVaL ?J31VM N usiaH� sndADDvoo so � � F7NIt�33N1�J'N3 — _ 3 irmnn n sn, r Ch Nvoun NNW NOISSIWSNVU - NOLLVIS dAnd oil Q 2MVM MV8 M8 S303nN y NONdIN090 AB 13Ltl0 'ON N01-8 1 1-NUSM SGM0 3dld W no/Ll I I '� .. �' z w�I p�3k3HS P Oa OL 3HS NO dJNOO 3NI�HOIVW an-223��w"fn�wm�'� tStS tS tS tSaZS�ZS ZS ZS ZS ZS ZS ZS ZS a ��k 4 �ao in, r� I w o a I; yy/ us —T-7F7F"7-- n/ vo, ien,W„x1111 :..� �>. a ' ,f��/F�� i �.;� s. � E�� � 7 e xrr 1111 I o, o ,', t BY V-g ig w 59 <> �o�� Q $ e w 0 _ a 19 _� /��r E = a To Rei06, "o CD _� yi C. r Al i a r 7 r re m�U d LL u e w % 111 W g p u aJ /21 cf\f N se LL 3 3NI ` 1VW 80133HS NO O.JNOO 3NI-lHOIVW W 0 (Rn//A/Zl)WUIB M3tl Xl sao!n aS 6waaaut5u3}o ;uawpodap Td h/I110AW TA�IIIIMSM MIRM!5tMW �3u „ r 00+£'f *VLS Ol OO+SZ b'1S SVX31 _ "' 371d021d NV1d NOISSIWSNV2iL ?J31VM a>.'.' I1SI8H� Sl1d210? {O lll� as DNIU33NIDN3 �u 3 W irmnn n; Nin NNW NOISSIWSMdZLL - NOLLVIS dAnd Q 2MVM MVd M8 S303nN y NONdIN090 AB 13Ltl0 'ON N01-8 1 l'ON NUSN3N SGM0 3dld W no/LI I O �� VR 0.133HS NO a,IN00 3WHC VW ypt/ , 4p, 9 + I. 1J 10 2i x� 3 w W s: \ a o z= Rig o � Ell � � 1"�yw ujG� I I I OZ 11d, g� Yg s Y I w is. R ` El 581 0] � �•• /� Z� N h v3 z Q 00 NI V 60 IMHS NO a.1N00 3NI-lH3IVW LL n a W 0 (aor✓uVz�)wore spa m sao!naas 6waaaut5u3}o ;uawpodap 1�7^ yI[� /� 1(�^ y�[� Td�R/I110A S/OIW T/H 06 TO SM omaivoi v�xm swi 5i�e�a�w.ss 00+R *VIS Vl 00Th *VL1. SVX31 31408d T NV7d NOISSIWSNVaL ?J31VM N usiaH� sndADDvoo so � � F7NIt�33N1�J'N3 a 3 g iisnnnaj�sri, r — — a S$ c. Ndoun NNW NOISSIWSNVU — NOLLVIS dAnd W 2MVM MV8 M8 S303nN y NONdIa090 AB 13Ltl0 'ON 1401-8 1 '014 NUSM MNN Mid OW ONIStl M,RL W ROZ/Ll I I 6" «n j� 11400 6NnHO-LVN Z4133HS NO dJNO3 3NI-IHOIVW ......T Hl- HENa ��w`�� ����ii � o oy C unow ID11R1@vII E 1 � G d _ ro 0 co Sn N - y $c tl y al o QB J w oILI e la P � $ r g �� M a xe m ois o ,is P "•-^war....,- a=, E�LW m � w «� re1a•rum b°,io,?;. mow, err. nH 04133HS NO OJNOO 3NnHOIVV4 s a W 0 (RR/81/011 WUIB 9kY saa!n.,aS 6waaau/6u3 }o ;uawpodap 7d WnMM FM 7/H Mplll�'M Dr�D ro �N r"s SI>X31 OOti1► *VLS Ol 00+9r b'1S C4 g �'•^°= ISIaHo sndaoo so .Allo 37UOdd -P Old NOISSIMSW& alVM ONIHEDNIrJ`N3 N g ;wsnnnar sn`"""v -- a Nvuun NNW NOISSIWSNV L — NOLLVIS dAnd o 2MVM MV8 M8 S303nN NONdIN090 AB 3Ltl0 'DN NOISIA3tl NOIWIH090 A8 3Ltl➢ 'ON NOISN3N 1 IF- 1Bl PHS NO C NOO 3NnH01dW •' / m w w�wwwwwwww �N l,7 � I A> o-o- I. W it S > d / / I w§ Im R6 Y z tp v ra 3 D � ✓'�1 �f, � 1, � � � o � a 11 l �� � a� vom1/6 S � I r v ✓� �r � firl �. �� � a IPLl� aU 3 Oltl 0.13PHS NO G NOO PNIIHOIVV4 s o x s a w in 0 (uor/[WTI)Ow mo m sao!n as 5uuaaut5u3}o ;uawpodap �d,N�l1 T, N r 4N3 Ol 00+£t TO HSVX31 :f �°"�°�S 31408d T NV W NOISSInSW& 2131VM N _a,,. , I1SIHHo Sncfyoo {o ADD ONIU33N1�JN3 �u M irmnnn;sn, r a NvuZII'1 NNW NOISSIWSNVtIi — NOLLVIS dWfld Q 2MVM MV8 MN S303nN y NONdINO9O AB 3[tlO 'ON NOISIA3tl NOIIdIHO9O A8 3Ltl➢ 'ON NGISN3N Mli MLIRL OJ I ROZ/Ll I boa gg a. L ro H01, tSt5 t5at55t5t5t5t5 t5 t5 t5 t5 a �� � 8 �_ �,y b� og Ea z8G O II� �I II ii cFA> o- s$ 3 � G pigLU [ ,u yyyy CL ko^j ,, '� nm murod 1b191I 5tg V � W LU r 9w� S LL �7 U� ,�A- ^-_«--moo n- r'�` ''*•,� {�', _ 8�� O� Ri Y o r 18 1p,92 i 1 � g�� 6'lL v S , I l�/ / l- H8,o O 4������1V�1 ZL 133HS NO dJNOO 3Nf1HO1VW o LL ❑ S d W O (RR/81/011 W01693tlY saa!n.,as 6waaau/6u3 }o ;uawpodap M TMa I 08+6 'V1S Ol 8£+6 'HIS N svx31 SN01103S _ g �. .., �p usiaHo sndaoo so Am s,s 11N1�133N1ON3 irmnnar_sn. Nin NNW NOISSIWSNV2i1 - NOLLVIS dWfld Q 2MVM MVa M8 S303nN y H NONd19090 AB 3 tl0 'DN N01-8 NOI dIH090 3 3 V➢ 'ON NOISLI3N 3 L as a Ye���// u•a+0 VE W � LS'-A 113 Nd L7 +0 .U9d ss Wu Ad V / zz'e o ma L x 7oll���ll . K �pl PIS+ (�I� !I op +p 3s 7 `� � Lt9L+0 tlJS &1, Ir lW. f / � oero r�su va �, I � V 89' +0 YB Nl ,�f fl y`a a ^'c�f e I17�tPi x d f f L9'osA313 — ' .�+o mGs .o� Q 19'N3 Nd / s x / J� '� kE [tit v( 1 + M cut'rF" ' cs x 6 L—5491' at 'Z5' 3 Vd ft +0 .GS Vd OWN�Ldl Ie/ Z'LS Leo6:AM3 a ✓ y a /� w+0 'vis Ad W L9:A313 M d �j 000+0 Ltd + jjt lffF / / LU �M / �OM �JI� ( J 111 o Ill W Z79 c &� IS Lo vu Nd Z9'L+0 1Z9 ;1313 Vd �¢ W l'CLW Y15 IG1 'pL+ V15 Vd `` " \ Jl �� U 16'75 0 Y Ltd r U 9 'Lt+pV19/g@� Q 9S: Q1 C `ryT�t 9M-M13 M Ad- WBW 13d w peL ` SC'L+0 •N s/Vd / Ad i—— —— —— f'Qw^ r 3 9d LU F m F 0 $ LL G696 J3➢ r O L019 Dpp+p Y16 + 'pp+p N15 + L o O N S W CL 0 0 (RR/81/OII WUIB M3tl Xl sao!n ag 5uaaau/6u3}o ;uawpodap 3d hNItlOA W TA�MM omaivoi a swami r '� MI�tl�T033M SVX31 (�) S7ro13a sno3Nb'773osiw a,'..'f,,,, I-LslaHo Sncfyoo io Am as ONIH33NI�J'N3 �u 3 irmnn n;sn, r NWan NNW NOISSIWSNVU - NOLLVIS dAnd W Q 2MVM MVa M8 S3O3nN = y � NOadIN090 AB 3Ltl0 'ON N01-8 NOIId—. A8 3Ltl0 'ON NGI— 8Z g >o 3LON 33 N r�'<goEgg'&j ag Cu$o =Z zMy W. 1' Z. ga ao W �: '-fwo-o � o } =a N w �oF g - id d ��� =.881'�, � 5i E& �1. 6 ILiNOVB HON3NL 1N3Na39N3 H25 �N c si w IX F? +$ wry uz RN 2 LL ao 001 8 a s% w P-a a a a s a o ZHam Q Wo� �`o ohm=g g zIlo i�oW `< 9m LL w eog <ON 8�3 mho F o m s w 3 meelap� B se"Yo w so azw WLL� �waa Y ® oxo 'o all LLo es ILiHOtl9 HaN3 1N-3_ tl z. Ed Jyy o osa 1�1 a 9= m 9 O w & W a x Q u F ma 9 3LON 335 � .I 9 di a ' s wLu Fz F a W� As El w Goo IJNOtlB HON3i"I —N-3 Y 0 b o a LU 3 Z;��o d G � n „LEIS!Z ..ZLILZ W ww n woo - Q Q �� tli®'Fin w� R8i E _8 EQ � G'JG z � 8'.b �� w LU Z/t ft E N W U) O (RR/81/OII WUI693tl X1 sao!n ag 6waaau/6u3}o ;uawpodap Td WWW T/H�N omaivoi vex a swami 5, '� ,b�tl�TO SVX31 (z) S7ro13a sno3Nb'773osiw '' , I-LslaHo Sncfyoo {o Alm41'.= fm NIH33NI�J'N; iNl r W WZII1 NNW NOISSIWSNVtIi — NOLLVIS dWfld Q 2MVM Wd M8 S333nN y NONdIN090 AB 3Ltl0 'ON N01-8 NOIId—. A8 1'ON NGI— � s g� A H � l � pz • max m� 2 �5z G� G= a o 5 V N r Li d <w 3 _ a 3 � w m ; a4 � _ IL IL Pw „ - w W w /�I::.•...V awmoa�3 r... go n= H x 0a6 c�t.6G J 3 g Big a YypBf' g 8 G ea iz �f �l VmW€J s � p ofy �a o§ ~awe 9 W S o =&4'm 8 9 2: l � a w ' W HE E! Ww -Wo a �aw'o� Z LU ".Whs<u W _� d 8 =_: SwN� No W a Mf s i8=a mOr G a o� _� oo 84 sago xm pN ��9 I_ O E tl3m!,. o MEid w8 a o #s rc€askow - o z LL fi o0 BW w _ $ ga o pp w §_� ogm W a W '="F �aehm I 3m 3 'op.81 a� LL �mpo$ w" �dH �§ €da i€ ozw gN a r� - amu¢ w W =�€ x<� 'a ops § w IasG=" w w sasa "6 �g3� <m � dbb �6" € w " 9sx6 , oW -IN 3- dao " v §mw � �I€ = �o� rc wLL < S. -Z. m"! a� p � o a�� 9 � ;� �B 3 G-w Z �s sm z.3 WeB�os m!g a - Bye �m awe" om W �_ w w pg� wWw fpm mwmj "mX QE pa "a �m�§ Px 3 �W 3z m o �` z w w�� wao ona �m" R:a Na a� b� _ 2 �w _ d E s �� Wa �" �a §€ W �Ws F €� oa " < zt o w� aIm ��m FWe :gam �B„�s oaw €” $ o =�=o �� " �;§ , a gay agar =a g=w ao w <g og3 go�aw g w�� la ��� EN U. ,� o aN� a a € sa eon �zp a 0 0 (RR/81/OII WUIB M3tl Xl sao!n ag 6waaau/6u3}o ;uawpodap Td h/I1tl0AW T/M�MM omaivoi vex a swami 5, '� ��tl�TO SVX31 (s) S7ro13a sno3Nb'773osiw '' , I-LslaHo Sncfyoo {o Am41'-= fmvuun NIH33NI�J'NiNl =n <0; r W NNW NOISSIWSNVtIi - NOLLVIS dWfld Q �p 2MVM Wd M8 S333nN y NONdIN090 AB 3Ltl0 'ON N01-8 NOIId—. A8 3Ltl➢ 'ON NGI— g m w m ie EB J g% b g w N Z ------------ b a o o mim N 3U r y m y m� m� —V g Z FQ peva' _ b co R 5. 52 goo d m a g394�t� s6`b ^a gg S 'e m miR p; 44papEG 3 W i 0- a. SR� � s � 5Stl6 4a 88 pfl a .mlh m W� w L 1 Ld 22 A kb� LLLdR = N1N wg � w w lop € a ws Lu 4 m ONO � �£�s W 3 m z LL � .ems •-. ..�, Q w wl g g gy6 3 3 34 Rs m��s��(nm LLl U) O (RR/81/011 WUIB 9k Xl saD!"as 5uaaau/6u3 }o ;uawpodap 'm " r svx31 S71Vl30 NOIlN3/1321d NOIJ11770d N I1s121Ho Sndyoo {o Am s,s ONIH33NION3 3 " N�r1ift NNW NOISSIWSNV>li - NOLLVIS dWfld MMVM MVa M8 S303nN y NONdIN090 1. 3Ltl0 'DN N01-8 NOIWIH090 A9 3Ltl➢ 'ON N01— _£ ig m �w ML a w LU pg �s " a § oam o $gaZX g zff ok Chi a�€� i0im q VHW HIM UHHUX M. _r1-H m m� H6, a a X o n <a e w o 0 J22 LU O s i x Nun 6 ppp� N _ g W 3` Hi § a N - N Q �2 W w Q LL W W LL ❑ S N W U) O s,;D!"ag 6waaaut5u3 }o ;uawpodap ffi ixHi•�noo sw ro sxwndae ra 3w 1 V Z.w;ATM SVX31 (l) NV7d 7081NOO OUdVaL C3NIt�33Nl�JN3 ilsidH� snddOO JO A1IJ `116 S 00 3 Ndumn NNW NOISSIWSNVU — NOLLVIS dAnd 2MVM MVU MN S303nN y NOUINOMO AB MYO 'ON NOISIA3N NOILdMOS30 m Mn 'ON NaSMU 'u mNdoai /Jd7i'If�l/6l' °' -.�"� � 1 l�UOOMl11H /. � s9 H ✓/ J//// / 77 U a x t2 awnxaw -r WWW 14 1, z � I VOA J H Z� DIlMi�jNfA1N v o �IU'��1� /r �( y a o X leg r / 1��' N /k%w.. l r ��GO/o�� , v w � Lsibbi gg N9,M�"a����� /kIN MO �6%`-�Ifk E �G -"'�►V1SIA » ,1� e„' g wm a E o 0 0 JUr/���i��il G 0 0 0 a&Y S n n a a vii vol o m �r %1 LL wV m E = oo F_ % = a'a = '"'3. 1� €per m �edw� '&Eri�a�oae � go<� o o C, o o a ASK`, :Eh kms �� :uc a a o w � n n m =o oRm m� a� V� �= wo o�eN0 6�Zg�” 3ww=�oUdg 'a�z�o 2 N N a o o /�,�;� i Il fd�` Jr f E8ww"a� p��� 6���� GoI o a'<o�s��o��9Ws-N �� � E _ � �0 ?'.'I'� 3� G w3� nil Fo �bF= E� a 8 ���= W3 �smowa� �en�me"a� o����3Fom�m�3aoda'a3_o88' �3 3 �i,,rr nor"'q'ikyl waw � l «� ,u ..o l B I lilt =q m br n f iiG P I q I j j r� e m �0'3 n m o m k w 9°a ��a� I I �� MHO8 m q I $ �N oowo w $ § i1�Y'111%%MIP//J 0 SH S E b I I d • $< / �' �D� nrdllU>!y 1�/ r e � swssasw 4, / g uy BIWNNfAII�r�/ , �r/J� E }2 4rik eJ / �� •u /� r /G/� /�li 0 10 Q3$ 8 � � � I ✓rr11�"{P / I ��i Ul��� � � F � S �y, r 0 sao!n aS 6waaaut5u3}o ;uawpodap SVX31 sr9NIFJ33Nl�JN� I1S121Ho sncfyoo {o Allo �3 � g � 1659ZL 7""'"""'a, Nvumr1 NNW NOISSIWSMdal — NOLLVIS dAnd o 2MVM Wd M 8 S303nN y N NONdIN090 AB 3Ltl0 'ON NOISA3tl NOIIdIH090 A8 3Ltl➢ 'ON NCI- n e e€ __,� r(00461gm�,11U, J o M N 0 m (IUUIII�� N /; iJ P /r $ v JIM rill ✓,� r ��a %/� l / /�'' �w n io a s �n �n H r �� ✓m�'+O � K r X Z pN Io� o oma 8 // �� �'r / O ✓ ��o �' � §z o n n O � F C m N a a vii io n n �. /' ' ZO �fl�✓,�i' o ///�� L �W y� o Q W EJ �/ $ S SFE n N N o 0 0 0 o Ir I } c0i 4r ifid O'm a n i rol z: �g z; ��, �$W �YJ v /'�'� rc� D„z Y g77 Meow Q '2� $ 2-3��, /d � Rassssw e � o � o rru� n �F ii s �E e1fOr,/ ^ i' o m0 $_� '%, rirrr € w A� Bp6o2�; F� `� 5 �� �� v �� Iii; 9 w �o �� RF o� s� � z �opq�< odor a- <U � p;3 Ngo" w w BwNY pIt /,r'r �am�o w� R �a ' �e= - / tq==w �� 2w o o = gOnMV � _ ft _ N g 0 ��� � L[d✓MN9kl SO i�='^ G or-46H �" f3=�oFdo �jozo�i -6gN joza �r�h'✓ I ,r M Z, HUB ��� 0, � I ; /fid/ k✓ ��rd � ✓ � /� P- W, � i✓��i/�� :.Q 1 r. d� r -V ��� o � li �If N� /�/y // � / , '� �1 �i �/ r' /a/ �� U W!J1� �ei,���r��I � ,'+off ����°, i � / ll'v �/%j%/ r� � � dTa n � � ,/ �/ m IJ y� /�:f o ,'fPify w n M � ' /r', sa ✓9 f� lips, °,,, v�r�,.�ii ;✓^sp ��w..rIH � r. �111A1AM F, �rD/ ;/ �� '� ��%�% w �� �If r r /i prr r f��i til 4 r / w ,��/�l� r / _ go $ �i J a e imil w �a 0 sao!n aS 6waaaut5u3}o ;uawpodap ixH:nnnoo RILL ro�xRnaaa ra au o10"orm`vo"i a"�'i mu s9tl°w°'i si�°a"i'""° SVX31 (r) NV7d 708.LNOD OUdVaL N o ONIH33NI ND �u IlSIHH,? sncfy0j {o Am 0 3 Nduun NNW NOISSIWSNftl — NOLLAS dAnd N 2MYA% 108 MN S303nN y NONdIN090 AB 3Ltl0 'ON N01S 8 NOIIdIH090 A8 3Ltl➢ 'ON NGISN3N 8 w� K, T TP i/ ✓ �r n /� ';..� �� wA % 5 NOW / dui ':: ew.+xaw sn s 4 0 Jg a wi .r 133a1SYd031� o". A J / Kr H o w /; r C5 O f �4a/ gym= y Cif R %%/� M /,e'� r° adoxi�l 8 - o , z i r r /rr f � 14111 pG po i u1, �axw111111111 V irk Y X k g till r l W,`4t✓ RNMMaa��e�n r o so 0000 GszGou EiK O O o J � tlb k " g �r - jot JjG /%lf ��aon o00 oofIrrl I Jiii � 9 _� f✓////////� gn m n a' m A��rJ� I S O it ?• V % U IL AY,4111M�Sn­' o �"IM I fulluof r 'E FFF /�/��l /A ///lif 17�d�Lu fv � 6 n„ w � 3m 3 � i w m $`•n m �a vol n m �n g� tl o6 � I»'� x � �� Y w a� o " o it wLI w � . `= �€W„ �z " nw =� oa s =8Ry aw �YJ �e wos ��o��� z 'oox� Y� o � M 3Do € QVaz �No zp �x�w is pug , . K Y RgR J finy € f ♦ f ohoo �Y Q e� iso I3m�,� = �orc<=�< $aa tit rc^ ia 3 8 : �' �juF K, • IB U _ v �� w'8 o w3 � „mow= =�o aP . � �= o$R1'�R� �� �„ xw m ,� �$'" 'm Z. �a�a@ "gy d. R � � (� rcimu»yrc: LL 138 �� MJF w1-=w omx�=off, 6 ��No N $ �o � E _ Marc uAj � € z �oLL� �a��� ' dq R 8 R �Jb w p� til 1 '�llGrf F .Z.__ aim€o €��wU�Ww �w�p as g a IS - [yey _ '9=wo � .Q=" � �o LL do 'djo�� �da=ainSOa�'ow �6�d�caa99 �p nr 8 of LL� �Grcw�z Fo Fi�a� a€wpF Z. g � �6.6R,�Zzo � wm sgw� < o g3 � z W in 0 sao!n aS 6waaaut5u3}o ;uawpodap ixHi•�noo sw ro�xwraaae ra au o10"orm`vo"i a"�'i mu s9tl°w°'i si�°a"i'""° SVX31 (t) NV7d 708.LNOD OUdVaL N o VNIH33NI ND �u IlSIHH,? sncfyoj {o Am Q 3 Nduun NNW NOISSIWSN&I — NOLLVIS dWfld N 2MVM MV8 MN S303nN y NONdIN090 AB 3Ltl0 'ON NOISIA3tl NOIIdIH090 A8 3Ltl➢ 'ON NGISN3N bK bK �H �d �T p� m d!ijZ. goggmo € 6 _ r E§ U ' dw O ® 3is Se •. eR z N J QO �B w Q •••• Bell J J U gg • � d 9� •� U �N Hui n'v`�< vni�"��n w z N BN,{ •� U m is r € � ��'r° NM 4 Ndl� m � �,� �FHg • a 3 � $ n • O w 3mE 0 n m w e o N n f B Z El 6%ok n n- - o v> N N f f ro o m a a s Ep W �eFy7 w Zm � � N - OOONO ^ � J um k_ .n N a uQi v�mIR u8n naa �n� �o �n 'g / o � e 'arcH o�MP ? oN A a R mz°w m Ip 9�I; Z. LSA o � f RZ W $�O oi'oYJm � i� o� �<< Nli NDZ ORM Bw�a � a rc t38 &x Sw I wIgWoo= €" � °: oo �o�� �wa �=jos a3Ndp o� y ZZ, Z-0 m $<6� m€moi - a K.zey €owp �Ro Q e[� 3v a;o�a3§1:`� m6owSnwm�d ]�r.o�p mmo - w NSE 8208 H 88 amo �CB� N $ ��wS wd wee 8 BE —I,- MM=osaa��asw� ZI LL ❑ S N W U) O (RW/61/01)W01693671 sao!n aS 6waaau/6u3}o ;uawpodap 51N13a amwis '10 Td IxI110A A'61W T/9 0�alllx SM "� llN1A051LLW addR33LL SVX31 x m3ais arra Hume lean a>.'.'"° Ift IlSINHo sncfyoo do Am usla o sndaoo�o ulo � tN NIH33NI�J'N3 irmnn n sn, r �h NNW NOISSIWSNVU — NOILVIS dWnd Q `Jimvi% tAvd 21 N S303nN y NO-- AB 3Ltl0 1'ON N01-8 I 1 NOIIdIx090 F8 1'ON NGI— o m m w - J 4m i a fip� �_ �w� = W= w �o $ �� �m m� �w�� �p�w Fw+ 6 - p� 8�=0 1T q �w .8-j1, mma Jo . e W j a sw wM € �s a" =wm§g m€N„� m m mw s s m o m mea �� _ � a soowR Non�� a .€ c~) �og4 o 1s. =Fflz ha=w= 1m��a m<< a�a� m sew v w a=a .-6- � o=w=044 =,,i E �jmw Viz_ ,m �d m �g: � -� mho _ , e �mm € €$AI=m m=a W J ws��s=� s�� z�Iom'� s reFap� a o ► o � s Q z 3 �eB€”mi �=Im=m_o�WWe �€� � m�aLL� w s ` tea Q =aom M m zN§ �a ��x4 pa Ai2Go j2 m n 'm<B _ $ =s w moo <�> ��zY; N„g m��ko�@� ��m � U.0 Z6& wa �mwN s�wpRE o €wz.a _ m W � ��": � -€ om ami w xa.wm ah 1 m se= w emw � � s �o - .a wm L 14m wm ww 1 oo om _:how g �� aaas Como je�saaIfa$gg€� s� F z _ �� �s� �� MUM aoa IMM ass= s s G. W (3<ox ads) Q L 11 Q d J J �d = r Q �i o r •z > 0—n,a) ~ � _ 91xVA HIOVA O3 Mt 83 W rE- <t .83� w �.a WI ox6 0: I�' \ d`e m b p rl a� m� zpas a z Z maw P Ow awe m O 1 J aI'o �i a � .B '� V S a. LLI Tr .j LU m w a o I N 8 Z m J " W � _ 6m V ww=� J m� o m obo f f � a -m mss€� F y m sg o z � z1 �oa w 8umm W W x3 a J u m Q m '16 m m � J O 8 \1 au s �� neoa QLLI H e E� €o W p $ 1� ILZ IL O d' V V O 8 Woa .L •6�4 l Z -p� Ng 1 •f J_ .z d ow � .e1 .e1 ism 3�m Q 'NIW (lVnsn) 'NIW .9 ,9 n o W A—as.a °� T �f J m Dp Z € J ` Q I LU oho J O i o Q F Ro9� a�= LU .e� m of 2- a =19 am a// o z _ W t 4 m \ Z_ / t7 � : o= O Z o $ m.w 9 / F W _ o //\ N J O w m u E Ow'NIW o \ N F ;o I W�l & as &3.a =i. W J Lz = _ off / z OQ = v ao a z a III ~3 .f •z a p *xdW.bZ //„ a N m m -I r W o W91aw W R F�'g p z H cc 6 5 .z/1 z Z wa .b o g �w3= (/�/� = i r oa Z. m > .f FEZLU - may mem - V 03 �m U) � mQk N` w •z I W a�a�E (91avN:: F H _ ^ W m LU mm ..v� 0 a p mC I 7 O �� W S; m 9. d � _ _ _ L 777f, p; m LAS =y� C .. b ` �>k , O 12 s W o I U c m � a s a 11 €. W ”" W h 6C .z L4, m M me." m e t G J m�L 0. gz d o� of Z � H a - m _ � mm w 12a rJ rn (soz-(-s) 0 (RR/81/01)WU1693tl X( 3d sao!naS 6waaau/6u3}o ;uawpodap do ( h0TH � N ,ammtl �x SVX31 siroj3a aaaNvls kv �uaa ILSIaHo sndmoD eo uIB o�3 Wt> «aLIS111Ho sncfyoo { Am ONIH33NION3 Nvoun NNW NOISSIWSNViLL — NOLLVIS dAnd ry Q 2MVM 108 M8 S3O3nN y NOLLdIa090 AB 3Ltl0 'ON 40151n38 NOIIdIa090 A8 1'ON NCI— Q^N Hill iiiiiii �W >V p U Y w U KZ� p O Q Nri app w Rs = ge o h�so�wW� a do�� 00 � opoH . 6 €„=m<R���x� Raw o 0 0- a w <„ � �o w€at�bE-Hill HE � Sao < �v goo�boWoz 0�9 w, p 9 E?y o sN Zw eyeFsp a;� X30�s pig s zv �u m No a�&d 3z-15gp o8w 3 r� 3v 0 MINYA 91NYA 0311 sR0 (9) NlYN3015 531— 0A0 (—n) .L Ows').g (0) .Z 3 a0'0N00'151X3 a0j �� '5LLl .3—n—3d0E p N.'003a SV & LL z lE � Q In 8 (03a1n03a 11) (malnma aU I �b xr3ae 3ard� I Nlw I u� 91}IYn o1� ti� WE 91atln Qm h Zi w � V 4 a c z l € lz- Z. Z g� 9 W� 3 Q Q 85 yU Sw la 04 14 l o 14 l0j N C mG g p0 91avn ( E w V � 91avn g`R —`QK� a 5 U t* (Y) gIR F 'N" ( goo op WIN (03aIn03a aU .0-,f .0-.f xv3ae 30Ya0 (03a1n03a a0 xv3ae 3aYaa m5 Z L LL g o -.o Ga _ w �y w LL ❑ S N W U) O (RR/81/011 WUIB 9kY sao!"aS 5uaaau/6u3 {o ;uawpodap s JO z 7d WnMM A'B7M 7M QQdBIIIX SM MiI1LD]SILL N)9NU/itli TI33LL i m ur nls Slrol3a 02ro0Nd1S 210 •� SdX31 usiaHo sndaw )dio eo uia g w IlSRIH� S(id210o !o lll� ONIU33NIrE N3 — NVuun NNW NOISSIWSNVUL — NOLLAS dAnd o <;aB• Q MiVA% /AVH ?J H S303nN NONdIa090 AB —0 ON NOISIA3a NOILdIa0530 AB —0 ON NOISN3a -(dAl) @� \ 3Nf1 N0-MHBV I/ Q � J W W _ 0 � s Zs W = so a II W 1V rc Q a .9 CdW o .a o� F� 3s g� =I€o oxo .9 W Z is = 5�wa— 'S_ _ �W = o � g p av 2A W �qgSPR P. C 3NI7 ALa3d08d - 8' m ` I �r oo os $U V ; 3Nn—08d •r I 00 e a w y � pso 4--4 - Iz spa �1ys - ` W yg s. y --- - - --- W Co I m 0 �z �S v wt _ W o� Q Blf =a w I oG " a z. a w � € 3 �0 ¢ C M z Izo w - ow $El W gbu 0 (RR/81/01)WUIB'9k X( sao!"aS 5uuaau/6u3 }o ;uawpodap 3d�WAIIOAWdWT/H4�lIM'AM o � � � siro�a aavaNvls kvruaa N SVX31 lisldHO sndmoD eo uloLJ s.s !1N1�133N1E)N3 " N�r1 NNW NOISSIWSNVUL — NOLLVIS dWfld o MMfik MVa M8 S303nN NOOdIa090 AS —0 ON NOI— NOIWIa090 .V3 -U ON NOISIA3a Z e O _ o i o Z �� `/o V w j v V V 83 a z <18-> � ? bBIL Ns ':ss 6F6F a.� k e P + y I � l W Lyl \ W Jy xvN I:OL \Q (xv3ae 30Va0) 'e'0 C04 i u0s y 67) 1r o 30NVa ^44 3dO 5 W I � 3 s e� � c I e'0 I I o a I LL (%v3ae 3- 44 —, p W 44 'ZF oa n w W i L:0040 %VN 3dN I� o I:01 3dDlS l:Ol j•i o {I4 4.4 zi 1i 5 = LL a^ re'0 w 3� 1:001 (S) (0) 31— o i I (s) $ m S W 0 a� W61/01)W16 MU A saotnaaS 5uuaau/6u3{o ;uawpodap s do ' A�u6r�6�owx m w, SYX31 S�IVi30 M MINVIS �131VM N�]O1S (V -< LLSINHO SndNOD d0 ALD IlSIdH� SnddOO !O A110 fNvuun NIH33NIDN3 — -— NNW NOISSIWSNd2LL - NOLLAS And mim mvu m?j S303nN NOLLdItlO530I M I I ON NOI77NOI.-30 =771 -0 1 ON NOIS6,3tl dFF \6 F o v 3 y QLl y 3 � q a ".ONIN�3d. �mo -4Q Q� � � �I hnr Z-H! ;e o _ wm Ee ��—� Q°0 zip - �� �w �Iw6� ��� 3' m o6 �� S 1SS1 6yA •n Q\ W Q 'n$ LU 44 m z C) �IHIE ••9� „BI �I.� €�<g� v G z o f g14W o �pg il w @ano do aoa n Q = 0 o��&���y�� I�II h��u �PoA��•o� Q W - 0 888 W 0 0 a� W61/01)W16 MU A saotn aS 5uuaau/6u3{o ;uawpodap s do z ' A�u6r•6�owx m w, SYX31 S�IVi30 M MINVIS �131VM N�]O1S (V -< LLSINHO SndNOD d0 ALD IlSIdH� SnddOO !O A110 fN NIH33NIDN3 — _ 4O vunn " o -- NNW NOISSIWSNd2LL - NOLLAS And N mim mvu m?j S303nN NOLLdItlO53OI M I I ON NOI77NOI.-3O =771 -0 1 ON NOIS6\3tl .9 'NIM.O—,b ,B z it:5 9 o m r t4 9F�9N .O-,4 i � i o9ryd 1= H. Q -I _ �� 5g —_ -- - s" � ; _ og =� =off �C add ° wC <=o n z ��_ �w w • lz of X � (511ld 33s1) �h, NIW.9 I9Y NoJ U2 we w n =� ago a o* 0=3 em2o � a=x e <o `l - W o3 tom § maW —L—J — O LL 1-4 iMgym ___ o _ wap s Z .1 zz, =5 I" v off" Z Q we o Q ��o 5M�E LL = nom w5 V p qm ,Vmss N,-.aa ®N w � �` d Xan .g q� z15I ° g m z ,o-,z ,a1 s9lurn ,e �' $b¢ k' z u'9 w$w'S' wp w n os o uBow o w� m5 R Gp Y—L J— VEll41 $=p fop a who ZQ wC s ZQ rM m� ,24 a4" „ m66 a g w8 S ---- m --- a�� n W � m w _ z p w nLT 9a ,OL S31}lVn „B e' w�grc zm z, LN.- NIW.9 =j��N� E anw<mo 40 P'lo .e —� sil F IM9gi g 6 oompW O"',8E za arw cn p ` > O Qop �lz t.4 a z vgad s n g z 4, El z $§3 e LL g Q w 1� gz p0 t,Plz w o•� Ewe $ o Q . o w y\ �„ass ^ J> as o y 1 o \ oma I _ oo w� V o m a S e s W 0 0 21 '(6W61/O1)W16saotna5uuaaut5u3{o ;uawpodap f AO f S-lIV130 MMINV1S 2J31VM M2JOlS (V Sb'X31 w JisidH� snddOD JO Alii IislaH�sndao�do uI� ON1833NION3 — _ Nvubn -- NNW NOISSIWSNY LL - NOLLAS And mim mvu m?j S303nN NOLLdImO53OI AB —0 ON NOISIA3B NOI.-3O =771 -0 1 ON NUS6,3m 14 ?f3 owcU .. ` 8 'NIN • Q R Wg �« o �� W \ ko �� if1O'NINA 0 a Q 6 Q.� ' $ moi w �� $W \ 4 •�aS ORS$ S4 W spa ysg8 � 8 8 oaf -k SII d I I wap e � W Hm��R c��3 wQ ' �P Rum oamF� d� X31 � o wK \ S I 4,4 W h W w egg " a w .x s •• tip glw F eano eo movee — m w H IN --��- _- �\ o - s 0 NIN .0 P5„ ���ti � 01 oat;U mss& ce�tlmgY&88 �..N�= Bek-- E 'NIN v h IL8 X-1g — W 1-jr B-1 y vQaWs =oNVm4 nNmare,eriN .zl ���I o� fq �N" _� � zo w am� Rim oga€ gg� g s.LI .e sal mm m & &^ s 4-4 �o s Z 411 — Z- 6NERMo ea (dw a c .z�� o� Uz 0 W _ Y � — < 9Ga 41 V s � o F4 V21 °' m� ® s� .a .c-.I .a q5 nlemove 1ttJIJ �zw � .Z4 H. .9 IN.Z'N .. QSZS �6� � - w b. in 0