Loading...
HomeMy WebLinkAboutC2023-149 - 7/25/2023 - Approved DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page 1 of 2 A CERTIFICATE OF LIABILITY INSURANCE 707/27/2023 (M �,,,....- 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 Willis Towers Watson Certificate Center NAME: Willis Towers Watson Insurance Services West, Inc. c/o 26 Century Blvd PHONE 1-877-945-7378 FAX 1-888-467-2378 A/C No Ext): A/C,No): E-MAIL P.O. Box 305191 ADDRESS: certificates@willis.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Starr Indemnity & Liability Company 38318 INSURED INSURER B: Texas Mutual Insurance Company 22945 FCS Construction LP 9550 John W Elliott or, Ste 106 INSURERC: Illinois Union Insurance Company 27960 Frisco, TX 75033 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: W29739144 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 EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDD/YYY MMIDD/YYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE � OCCUR PREMISES ES(TO RENTED 300,000 PREMISES Ea occurrence $ A MED EXP(Any one person) $ 10,000 Y Y 1000025632221 09/06/2022 09/06/2023 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- X LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y Y 1000198596221 09/06/2022 09/06/2023 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE 1000584571221 09/06/2022 09/06/2023 AGGREGATE $ 1,000,000 DED RETENTION$ $ WORKERS COMPENSATIONX PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER B ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? No NIA Y 0001293452 09/06/2022 09/06/2023 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Contractor's Pollution Liability CPY G27413833 005 09/06/2022 09/06/2024 Agg. Poll Conditions $3,000,000 Per Poll Condition $3,000,000 SIR $25,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) FCS Job #: 23-059 RE: Cefe F. Valenzuela Landfill Sector 2A Cell Development City of Corpus Christi is Additional Insured with respects to General Liability and Automobile liability policies. Primary and Non-contributory applies in favor of Additional Insured with respects to General Liability and Automobile Liability policies. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi AUTHORIZED REPRESENTATIVE Attn: Lois Hinojosa 1201 Leopard Street Corpus Christi, TX 78469 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 24474905 BATCH: 3069381 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 AGENCY CUSTOMER ID: LOC#: ACoR" ADDITIONAL REMARKS SCHEDULE Page 2 Of 2 AGENCY NAMED INSURED Willis Towers Watson Insurance Services West, Inc. FCS Construction LP 9550 John W Elliott or, Ste 106 POLICY NUMBER Frisco, TX 75033 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Waiver of Subrogation applies in favor of Additional Insured with respects to General Liability, Automobile and Workers Compensation policies as permitted by law. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 24474905 BATCH: 3069381 CERT: W29739144 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 * Starr Inde Twit Liability Company Dallas, TX 1-866-519-2522 AMENDMENT — NOTICE OF CANCELLATION FOR THIRD PARTIES Policy Number: 1000198596221 Effective Date: 9/6/2022 at 12:01 A.M. Named Insured: This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. Auto Dealers Coverage Form, Business Auto Coverage Form, Business Auto Physical Damage Coverage Form, Commercial General Liability Coverage Form, Contractor's Pollution Liability Coverage Form, Electronic Data Liability Coverage Form, Excess Liability Policy Form, Garage Coverage Form, Liquor Liability Coverage Form, Motor Carrier Coverage Form, Owners And Contractors Protective Liability Coverage Form-Coverage For Operations Of Designated Contractor, Pollution Liability Coverage Form Designated Sites, Products/Completed Operations Liability Coverage Form, Product Withdrawal Coverage Form, Professional Liability Coverage Form, Railroad Protective Liability Coverage Form, Site Pollution Liability Coverage Form, Special Protective And Highway Liability Policy-New York Department Of Transportation, Truckers Coverage Form, Underground Storage Tank Policy Designated Tanks. It is agreed that in the event the"Insurer"cancels the policy for any reason other than non-payment of premium, the "First Named Insured" must,within five(5)days of receiving the notice of cancellation, provide the"Insurer", either directly or through the retail broker, with a written list of certificate holder(s) ("Schedule")that the"First Named Insured" is contractually obligated to notify in the event that the policy is cancelled. The"Schedule" must specify the name and current email address of a contact for each certificate holder. The"Insurer"will endeavor to provide notice of cancellation to the certificate holder(s) listed in the "Schedule" by email. The "Insurer" agrees to provide such notice of cancellation at a rate of $10 per notified certificate holder up to a maximum of$25,000 for this policy. This notification of a pending cancellation of coverage is intended as a courtesy only. The "Insurer's"failure to provide such notice will neither extend the policy cancellation nor negate cancellation of the policy; nor will this failure result in obligation or liability of any kind upon the"Insurer", its agents or representatives. This endorsement does not affect, in any way, coverage provided under this policy, the cancellation of this policy or the effective date of cancellation. The following definitions apply to this endorsement: 1. "First Named Insured" means the named insured shown in the Declarations Page of this policy. 2. "Insure" means the insurance company shown in the header on the Declarations Page of this policy. 3. "Schedule" means the written list of certificate holder(s). All other terms and conditions of this Policy remain unchanged. SIIL-102 (10/14) Page 1 of 1 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 m ` Starr Indemnity & Liability Company Dallas,TX 1-866-519-2522 Additional Insured - Where Required Under Written Contract or Written Agreement Endorsement Policy Number: 1000198596221 Effective Date: 09/06/2022 at 12:01 A.M. Named Insured: FCS Construction, LP This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the declarations page. Please read the endorsement and respective policy(ies) carefully. Business Auto Coverage Form THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. It is hereby agreed that SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, is amended to include the following: d. Any person or organization whom you become obligated to include as an additional insured under this policy, as a result of any written contract or written agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said written contract or written agreement. All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY& LIABILITY COMPANY Steve Blakey, President Nehemiah E. Ginsburg, General Founsel SICA 1016 (04/14) Page 1 of 1 Copyright© Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 COMMERCIAL AUTO Starr Indemnity & Liability Company SICA-1017 (0919) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS AMENDATORY ENDORSMENT Policy Number: 1000198596221 Effective Date: 9/6/2022 at 12:01 A.M. Named Insured: FCS Construction, LP This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. BUSINESS AUTO COVERAGE FORM SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, c., is amended by the addition of the following: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask any insurer that has issued other insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions of this Policy remain unchanged. SICA-1017 (0919) Copyright©Starr Indemnity&Liability Company. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 POLICY NUMBER: 1000198596221 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: FCS Construction, LP Endorsement Effective Date: 09/06/2022 SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 AMENDMENT - NOTICE OF CANCELLATION FOR THIRD PARTIES Policy Number: 1000025632221 Effective Date: September 6, 2022 at 12:01 A.M. Named Insured: FCS Construction, LP This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. Auto Dealers Coverage Form, Business Auto Coverage Form, Business Auto Physical Damage Coverage Form, Commercial General Liability Coverage Form, Contractor's Pollution Liability Coverage Form, Electronic Data Liability Coverage Form, Excess Liability Policy Form, Garage Coverage Form, Liquor Liability Coverage Form, Motor Carrier Coverage Form, Owners And Contractors Protective Liability Coverage Form-Coverage For Operations Of Designated Contractor, Pollution Liability Coverage Form Designated Sites, Products/Completed Operations Liability Coverage Form, Product Withdrawal Coverage Form, Professional Liability Coverage Form, Railroad Protective Liability Coverage Form, Site Pollution Liability Coverage Form, Special Protective And Highway Liability Policy-New York Department Of Transportation, Truckers Coverage Form, Underground Storage Tank Policy Designated Tanks. It is agreed that in the event the "Insurer" cancels the policy for any reason other than non-payment of premium, the "First Named Insured" must,within five (5) days of receiving the notice of cancellation, provide the "Insurer", either directly or through the retail broker, with a written list of certificate holder(s) ("Schedule")that the "First Named Insured" is contractually obligated to notify in the event that the policy is cancelled. The "Schedule" must specify the name and current email address of a contact for each certificate holder. The "Insurer" will endeavor to provide notice of cancellation to the certificate holder(s) listed in the "Schedule" by email. The "Insurer"agrees to provide such notice of cancellation at a rate of$10 per notified certificate holder up to a maximum of$25,000 for this policy. This notification of a pending cancellation of coverage is intended as a courtesy only. The "Insurer's" failure to provide such notice will neither extend the policy cancellation nor negate cancellation of the policy; nor will this failure result in obligation or liability of any kind upon the "Insurer", its agents or representatives. This endorsement does not affect, in any way, coverage provided under this policy, the cancellation of this policy or the effective date of cancellation. The following definitions apply to this endorsement: 1. "First Named Insured" means the named insured shown in the Declarations Page of this policy. 2. "Insurer" means the insurance company shown in the header on the Declarations Page of this policy. 3. "Schedule" means the written list of certificate holder(s). All other terms and conditions of this Policy remain unchanged. SUL 102(10/14) Page 1 of 1 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 Primary and Non-Contributory Condition Policy Number:1000025632221 Effective Date: September 6, 2022 at 12:01 A.M. Named Insured:FCS Construction, LLC This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. SECTION IV—CONDITIONS, condition 4. Other Insurance is amended as follows: 1. The following is added to paragraph 4.a. of the Other Insurance condition: This insurance is primary insurance as respects our coverage to the additional insured,where the written contract or written agreement requires that this insurance be primary and non-contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured is a Named Insured. All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY& LIABILITY COMPANY Steve Blakey, President Nehemiah E. Ginsburg, Genera(^' ounsel OG 107(04/11) Page 1 of 1 Copyright©C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 POLICY NUMBER: 1000025632221 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization to whom you become obligated to waive your rights of recovery against, under any contract or agreement you enter into prior to the occurrence of loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 51 J, Starr Indemnity & Liability Comipaln iy POLICY NO: 1000025632221 Effective Date: September 6, 2022 at 12:01 A.M Dallas, TX 1-866-519-2522 Named Insured: FCS Construction, LP THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Omnibus Additional Insured — Owners, Lessees or Contractors — Scheduled Person or Organization Endorsement This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby agreed as follows: 1. The following applies to construction contracts requiring: a. ISO Additional Insured endorsement CG 20 10 10 01; or b. ISO Additional Insured —Owners, Lessees or Contractors-(Form B)endorsement CG 20 10 11 85 or its equivalent on the insurance policy: SCHEDULE Name of Person or Organization: Where required by written contract (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended This insurance does not apply to "bodily to include as an insured the person or injury" or "property damage" occurring organization shown in the Schedule, but after: only with respect to liability arising out of your ongoing operations performed for that (1) All work, including materials, parts insured. or equipment furnished in connection with such work, on the B. With respect to the insurance afforded to project (other than service, these additional insureds, the following maintenance or repairs) to be exclusion is added: performed by or on behalf of the 2. Exclusions additional insured(s) at the site of OG 242 (07-17) Page 1 of 1 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Starr Indemnity & Lability Company Dallas, TX 1-866-519-2522 the covered operations has been has been put to its intended use by completed; or any person or organization other (2) That portion of "your work" out of than another contractor or which the injury or damage arises subcontractor engaged in performing operations for a principal as a part of the same project. 2. Subject to paragraph 1. above, the following applies to construction contracts requiring ISO Additional Insured endorsement CG 20 10 07 04 on the insurance policy: SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Where required by written contract Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended This insurance does not apply to "bodily to include as an additional insured the injury" or"property damage"occurring after: person(s) or organization(s) shown in the 1. All work, including materials, parts or Schedule, but only with respect to liability for equipment furnished in connection with "bodily injury", "property damage" or such work, on the project (other than "personal and advertising injury" caused, in service, maintenance or repairs) to be whole or in part, by: performed by or on behalf of the 1. Your acts or omissions; or additional insured(s) at the location of the covered operations has been 2. The acts or omissions of those acting on completed; or your behalf; in the performance of your 2. That portion of "your work" out of which ongoing operations for the additional the injury or damage arises has been insured(s) at the location(s) designated put to its intended use by any person or above. organization other than another B. With respect to the insurance afforded to contractor or subcontractor engaged in these additional insureds, the following performing operations for a principal as additional exclusions apply: a part of the same project. 3. Subject to paragraphs 1. and 2. above, the following applies to all other construction contracts, including specifically those contracts requiring ISO Additional Insured endorsement CG 20 10 04 13 on the insurance policy: OG 242 (07-17) Page 2 of 3 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 51 J, Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Where Required By Written Contract Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended 1. All work, including materials, parts or to include as an additional insured the equipment furnished in connection with person(s) or organization(s) shown in the such work, on the project (other than Schedule, but only with respect to liability for service, maintenance or repairs) to be "bodily injury", "property damage" or performed by or on behalf of the "personal and advertising injury" caused, in the additional covin ur op(s) at ns a has location been whole or in part, by: completed; or 1. Your acts or omissions; or 2. That portion of "your work" out of which 2. The acts or omissions of those acting on the injury or damage arises has been your behalf; put to its intended use by any person or in the performance of your ongoing organization other than another operations for the additional insured(s) at contractor or subcontractor engaged in the location(s)designated above. performing operations for a principal as a part of the same project. However: C. With respect to the insurance afforded to 1. The insurance afforded to such these additional insureds, the following is additional insured only applies to the added to Section III — Limits Of Insurance: extent permitted by law; and If coverage provided to the additional 2. If coverage provided to the additional insured is required by a contract or insured is required by a contract or agreement, the most we will pay on behalf of agreement, the insurance afforded to the additional insured is the amount of such additional insured will not be insurance: broader than that which you are 1. Required by the contract or agreement; required by the contract or agreement to or provide for such additional insured. B. With respect to the insurance afforded to 2. Available under the applicable Limits of these additional insureds, the following Insurance shown in the Declarations; additional exclusions apply: whichever is less. This insurance does not apply to "bodily This endorsement shall not increase the injury" or"property damage" occurring after: applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this Policy remain unchanged. OG 242 (07-17) Page 3 of 3 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 S 51 J, Starr Indemnity elmnity Liability Comipaln iy POLICY NO: 1000025632221 Effective Date: September 6, 2022 at 12:01 A.M Dallas, TX 1-866-519-2522 Named Insured: FCS Construction, LP THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Omnibus Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. COMMERCIAL GENERAL LIABILITY COVERAGE PART It is hereby agreed as follows: 1. The following applies to construction contracts requiring: a. ISO Additional Insured endorsement CG 20 37 10 01; or b. ISO Additional Insured —Owners, Lessees or Contractors-(Form B)endorsement CG 20 10 11 85 or its equivalent on the insurance policy: SCHEDULE Name of Person or Organization: Where required by written contract Location and Description of Completed Operations: Where required by written contract Additional Premium: INCL (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II —Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products- completed operations hazard". OG 243 (07-17) Page 1 of 3 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 S 51 J, Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 2. Subject to paragraph 1. above, the following applies to construction contracts requiring ISO Additional Insured endorsement CG 20 37 07 04 on the insurance policy: SCHEDULE Name Of Additional Insured Location And Description Of Completed Person(s) Or Organization(s): Operations Where required by written contract Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". 3. Subject to paragraphs 1. and 2. above, the following applies to all other construction contracts, including specifically those contracts requiring ISO Additional Insured endorsement CG 20 37 04 13 on the insurance policy: SCHEDULE Name Of Additional Insured Location And Description Of Completed Person(s) Or Organization(s): Operations Where Required By Written Contract Where Required By Written Contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II—Who Is An Insured is amended However: to include as an additional insured the 1. The insurance afforded to such person(s) or organization(s) shown in the additional insured only applies to the Schedule, but only with respect to liability for extent permitted by law; and "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the 2. If coverage provided to the additional location designated and described in the insured is required by a contract or agreement, the insurance afforded to Schedule of this endorsement performed for that additional insured and included in the such additional insured will not be "products-completed operations hazard". broader than that which you are OG 243 (07-17) Page 2 of 3 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Starr Indemnity & Liability Comipaniy Dallas, TX 1-866-519-2522 required by the contract or agreement to the additional insured is the amount of provide for such additional insured. insurance: B. With respect to the insurance afforded to 1. Required by the contract or agreement; these additional insureds, the following is or added to Section III — Limits Of Insurance: 2. Available under the applicable Limits of If coverage provided to the additional Insurance shown in the Declarations; insured is required by a contract or agreement, the most we will pay on behalf of whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this Policy remain unchanged. Signed for STARR INDEMNITY& LIABILITY COMPANY �' BeKi��u�reveSey, resnt ehemiah B. in burg- rasel OG 243 (07-17) Page 3 of 3 Copyright©Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 TexdbMutual WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE 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 9/6/22 at 12:01 a.m.standard time,forms a part of: Policy no. 0001293452 of Texas Mutual Insurance Company effective on 9/6/22 Issued to: FCS CONSTRUCTION LP DBA: STABLECORE ( � This is not a bill Authorized representative NCCI Carrier Code: 29939 9/4/22 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800)859-5995 1 Fax(800) 359-0650 WC 42 06 01 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 TexdbMutual WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured 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 9/6/22 at 12:01 a.m.standard time,forms a part of: Policy no. 0001293452 of Texas Mutual Insurance Company effective on 9/6/22 Issued to: FCS CONSTRUCTION LP DBA: STABLECORE ( � This is not a bill Authorized representative NCCI Carrier Code: 29939 9/4/22 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 00 61 13 PERFORMANCE BOND BOND NO. 800154934 Contractor as Principal Surety Name: FCS Construction,LP Name: Atlantic Specialty Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 9550 John W Elliott 605 Highway 169 North,Suite 800 Frisco,Texas 75033 Plymouth, MN 55441 Physical address(principal place of business): Owner 605 Highway 169 North,Suite 800 Plymouth,MN 55441 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: New York 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): Proiect No. 21035 952-852-2431 Cefe F.Valenzuela Landfill Sector 2A Cell Development Telephone(for notice of claim): 1-800-321-2721 Local Agent for Surety Name: Jack Crowley Award Date of the Contract: July 25,2023 Address: 500 N.Akard Street,#4300 Dallas,TX 75201 Contract Price: $7,193,841.34 Telephone: 817-360-1922 Bond Email Address: jack.crowley@wtwco.com Date of Bond: July 27,2023 The address of the surety company to which any notice of claim should be sent may be obtained C (Date Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll-free number. 1-800-252-3439 Performance Bond 00 61 13-1 Cefe F.Valenzuela Landfill Sector 2A Cell Development Project No.21035 6/11/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs,administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: /r Signature: VAXR"', Name: CaVName: Holly Cleve er Title: Title: Attorney-in-Fact Email Address: C. VC.e e4SC0Ce) Email Address: holly.clevenger@wtwco.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 Cefe F.Valenzuela Landfill Sector 2A Cell Development Project No. 21035 6/11/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 006116 PAYMENT BOND BOND NO. 800154934 Contractor as Principal Surety Name: FCS Construction,LP Name: Atlantic Specialty Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 9550 John W Elliott 605 Highway 169 North,Suite 800 Frisco,Texas 75033 Plymouth, MN 55441 Physical address(principal place of business): Owner 605 Highway 169 North,Suite 800 Plymouth, MN 55441 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: New York 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): Project No. 21035 952-852-2431 Cefe F.Valenzuela Landfill Sector 2A Cell Development Telephone(for notice of claim): 1-800-321-2721 Local Agent for Surety Name: Jack Crowley Award Date of the Contract: JuIV 25,2023 Address: 500 N.Akard Street,#4300 Dallas,TX 75201 Contract Price: $7,193,841.34 Bond Telephone: 817-360-1922 Email Address: jack.crowley@wtwco.com Date of Bond: July 27,2023 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept. of Insurance by calling the following toll-free number.1-800-252-3439 Payment Bond Form 00 61 16-1 Cefe F.Valenzuela Landfill Sector 2A Cell Development Project No.21035 6/11/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators,executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void,otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: VIIICUI), A[Wkill Name: (}�!j Name: Holly Clevemer Title: Title: Attorney-in-Fact Email Address: G me (j Email Address: holly.clevenger(a)_wtwco.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Cefe F.Valenzuela Landfill Sector 2A Cell Development Project No.21035 6/11/2021 "DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52m �mwm m� m m�omu oumm�ummmo m [iiAact i N s U R A N C ts KNOW ALL,MEN BY THESE PRESENTS,that ATLANTIC SPECIALTY INSURANCE COMPANY,a New York corporation with its principal office in Plymouth, Minnesota,does hereby constitute and appoint: Jack M.Crowley,Deborah English,Luke J.Nolan Jr.,Laurie Pflug,Holly Clevenger,each individually if there be more than one named,its true and lawful Attorney-in-Fact,to make,execute,seal and deliver,for and on its behalf as surety,any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof;provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and tike execution of such bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof in pursuance of these presents,shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012: Resolved: That the President,any Senior Vice President or Vice-President(each an"Authorized Officer")may execute for and in behalf of the Company any and all bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and affix the seal of the Company thereto;and that the Authorized Officer may appoint and authorize an Attorney-in-Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto;and that the Authorized Officer may at any time remove any such Attorney-in-Fact and revoke all power and authority given to any such Attorney-in- Fact. Resolved: That the Attorney-in-Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof,and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and,further,the Attorney-in-Fact is hereby authorized to verify any affidavit required to be attached to bonds,recognizances,contracts of indemnity,and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September,2012:. Resolved: That the signature of an Authorized Officer,the signature of the Secretary or the Assistant Secretary,and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney-in-Fact for purposes only of executing and sealing any bond, undertaking,recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the sane force and effect as though manually affixed. IN WITNESS WHEREOF,ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this first day of January,2023. „INC 5.: SEAL =: 1986 0 By STATE OF MINNESOTA �h,w v � I Sarah A.Kolar,Vice President and General Counsel HENNEPIN COUNTY t On this first day of January,2023,before me personally came Sarah A.Kolar,Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY,to me personally known to be the individual and officer described in and who executed the preceding instrument,and she acknowledged the execution of the same,and being by me duly sworn,that she is the said officer of the Company aforesaid,and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. ` ALISON DWAN NASH-TROUT NOTARY PUBLIC-MINNESOTA My Commission Expires x*'*mac January 31,2425 Notary Public 1,the undersigned,Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY,a New York Corporation,do hereby certify that the foregoing power of attorney is in full force and has not been revoked,and the resolutions set forth above are now in force. Signed and sealed. Dated_ 27th day of_ July ,2023. IN SEAL " 1986 c; �... , ... .....„„..„„, uomuwoww.wiwwowiWi..... :w' :5; T}vs Power Januar 312025 � L B B ...w.dary 31,rney expires Kara arrow,Secretary Please direct bond verifications to a�ertnC.tl�.aSprar till�tpH �iG 4.4«uta. rruuumua gym•, umm�ummm mmmuoum'am u�1Nm�mwmmmw�ww. wlma, nommumumNuuuuuuu u�' n� 000uSignEnvelope ID:aFo7naEzoE10-4oaE+AnA4-84o1Eo41AEno IMPORTANT NOTICE AVISKJNWPORTANTE Toobtain information urmake acomplaint: Para obtenerinformaoionopara someba unoqueie: You may contact your agent. Puede oomnnunivaroecon ouagen8a. You may call your Insurance Carrier's toll-free Uotedpuede Uamara\ nunnavodote|ufonogratis desu telephone number for information or to make comnpuhiadeoegurns para informacionopara oomebmr m complaint at: una que]aa|: 1-800-321'2721 1-800-321`2721 You may also write boyour Insurance Carrier Umbedtynnbienpuede esoribiraouoompohio at desagunooen: Atlantic Specialty Insurance Company Atlantic Specialty Insurance Company Paralegal Paralegal 605 Highway 169 North, Suite 800 005 Highway 189 North, Suite 800 Plymouth, K8N55441 Plymouth, K8N55441 1-781-332-7671 1-781-332-7671 You may contact the Texas Department of Puede cornunicmnaecon e| Depmrtammntode8agunosde Insurance tuobtain information on Texas puna obtenerinfornnaoion oneroade oompaniao, companies, coverages, rights orcomplaints onbertunaa. demchoeoqu jmaa|: at 1-800-252-3439 1-000-252-3439 You may write the Texas Department of Puede eeohbiralDeportannentodeSegupoode Insurance: Texas: P.O. Box 14Q1O4. Austin, TX78714-Q1O4 P.{}. Box 14Q104' Austin, TX 78714 Fax: (G12)490-1O07 Fax: (512)4QO-1OO7 VVob: vwmw.hditexma.gov VVeb: vm^^w.hdibexaa.gnv PREMIUM OR CLAIM DISPUTES: Should 0KSPUTAS SOBRE PRIMAS o RECLAMOS: EUtieme you have adispute concerning your premium umadisputa oonoernienteaeuprima oounreoamo. dobe orabout aclaim you should contact the agent uomunivaroecon e|mgenteprimero. Sinoaereeumivo |e first. |fthe dispute ienot resolved, you may disputa, puede emtonueacVnnunicGnaecon e| contact the Texas Department ofInsurance. depadammnbo (TD|). ATTACH THIS NOTICE T0YOUR POLICY: UNAESTE AV|SC} A SWPOL|ZA: Este avieoessolo This notice iafor information only and does opanapropoaitodeinhrnnaoionynnaeoonviehaenparte not become opart orcondition ofthe attached oondioiondel doournentnadjunho. document. VCM p*wruno1 101n DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 0 °b�nnwo�Ay"v 1852 00 52 23 AGREEMENT This Agreement, for the Project awarded on July 25, 2023, is between the City of Corpus Christi (Owner) and FCS Construction, LP(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: Cefe F.Valenzuela Landfill Sector 2A Cell Development Project No. 21035 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Road Corpus Christi,Texas 78411 a rein ha rd@ ha nson-inc.com 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 240 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 270 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. Agreement 005223- 1 Project No. 21035-Cefe F. Valenzuela Landfill Sector 2A Cell Development Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 $3.000 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 $1.000 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. Total Base Bid Price $ 7,193,841.34 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. Agreement 005223-2 Project No. 21035-Cefe F. Valenzuela Landfill Sector 2A Cell Development Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 CAR'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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Project No. 21035-Cefe F. Valenzuela Landfill Sector 2A Cell Development Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Agreement 005223-4 Project No. 21035-Cefe F. Valenzuela Landfill Sector 2A Cell Development Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 Project No. 21035-Cefe F. Valenzuela Landfill Sector 2A Cell Development Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST DoSgnedby. CITY OF CORPUS CHRISTI - DocuSigned by- 0 023 8/4/2023 E,,'�'3,,G.u1B26,,1,47,... Rebecca Huerta Jeffrey Edmonds, P.E. City Secretary Director of Engineering Services M2023-108 AUTHORIZED 7/25/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL E Docusigned by; cu I iNU tt('A�t 8/4/2023 Er—;/s is 6FO 209F2A822443... Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR DocuSignedR(by: ��w4+5 �l>Lvze 8/4/2023 (Seal Below) By: Curtis Davee Note: Attach copy of authorization to sign if Title: Vice President— Estimating person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 9550 John W Elliott Financial Officer Address Frisco Texas 75033 City State Zip 214-975-0808 214-975-0811 Phone Fax cdavee@friscocs.com EMail END OF SECTION Agreement 005223-6 Project No. 21035-Cefe F. Valenzuela Landfill Sector 2A Cell Development Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 00 30 01 BID FORM Project Name: Cefe F.Valenzuela Landfill Sector 2A Cell Development Project Number: 21035 -",Owner: City of Corpus Christi OAR: -Desi g er Hanson Professional Services Inc. 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: FCS Construction,LP (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: Curtis Davee (printed name of person signing Bid Form) Title: VP Estimating (title of person signing Bid Form) Attest: (signature) State of Residency: Texas Federal Tx ID No. 20-1661939 Address for Notices: 9550 John W Elliott Frisco, Texas 75033 Phone: {469}576-1205 Email: iscocs.com Bid Form ADDENDUM#2 00 30 01-Page 1 of 3 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No.21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 00 30 01 BID FORM Basis of Bid Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION (MAX 5%)/DEMOBILIZATION LS 1 $355,000.00 $355,000.00 A2 BONDS AND INSURANCE (MAX 2%) LS 1 $141,000.00 $141,000.00 A3 STORM WATER POLLUTION PREVENTION LS 1 $125,000.00 $125,000.00 A4 EXCAVATION CY 106,065 $2.55 $270,465.75 A5 COMPACTED STRUCTURAL FILL CY 43,000 $2.50 $107,500.00 A6 UNDERDRAIN TRENCHES LF 6,136 $52.00 $319,072.00 A7 UNDERDRAIN RISER AND SUMP EA 1 $20,000.00 $20,000.00 A8 UNDERDRAIN GEOCOMPOSITE (DOUBLE SIDED) SF 4,800 $2.25 $10,800.00 A9 JUNDERDRAIN PUMP& DISCHARGE PIPING EA 1 $55,000.00 $55,000.00 A10 CONSTRUCTION OF DEWATERING EVAPORATION POND CY 9,400 $9.20 $86,480.00 All ROADWAY/BERM CONSTRUCTION CY 18,100 $9.40 $170,140.00 Al2 ROADWAY/BERM 18" RCP LF 152 $99.00 $15,048.00 A13 ISUBGRADE PREPARATION AC 28 $1,850.00 $51,800.00 A14 RECOMPACTED CLAY LINER CY 96,000 $6.45 $619,200.00 A15 TEXTURED GEOMEMBRANE SF 90,131 $0.85 $76,611.35 A16 SMOOTH GEOMEMBRANE SF 1,210,741 $0.52 $629,585.32 A17 LEACHATE COLLECTION GEOCOMPOSITE (SINGLE SIDED) SF 1 1,210,741 $0.50 $605,370.50 A18 LEACHATE COLLECTION GEOCOMPOSITE (DOUBLE SIDED) SF 90,131 $0.82 $73,907.42 A19 LEACHATE RISER AND SUMP EA 1 $70,000.00 $70,000.00 A20 LEACHATE TRENCH LF 6,476 $135.00 $874,260.00 A21 LEACHATE COLLECTION PUMP& ELECTRICAL SERVICE EA 1 $130,000.00 $130,000.00 A22 LEACHATE FORCE MAIN LF 4,200 $20.00 $84,000.00 A23 ELECTRICAL/SUMP PANELS 1A-1, 1A-2,& 1B/C EA 3 $20,000.00 $20,000.00 A24 PROTECTIVE COVER CY 88,000 $8.20 $721,600.00 A25 LEACHATE COLLECTION SYSTEM (LCS) RISERS&HEADWALLS EA 6 $6,500.00 $39,000.00 A26 BOX CULVERT((3) 10'X 6') LF 102 $3,200.00 $326,400.00 A27 CRUSHED CONCRETE FLEXIBLE BASE SY 5,800 $45.00 $261,000.00 A28 DRAINAGE IMPROVEMENTS LS 1 $66,000.00 $66,000.00 A29 POND#1 EXPANSION CY 5,000 $14.60 $73,000.00 A30 POND#2 CONSTRUCTION CY 15,000 $8.00 $120,000.00 A31 POND#2 36" RCP LF 64 $250.00 $16,000.00 A32 LANDFILL FENCE I LF 2,500 1$120.00 $300,000.00 A33 LANDFILL GRID MARKERS I EA 10 J$800.00 $8,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A33) $6,881,240.341 Part B-ALLOWANCES(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 ALLOWANCE FOR UNANTICIPATED WORK ITEMS LS 1 $312,601 $ 312,601.00 SUBTOTAL PART B-ALLOWANCES(Item 131) $ 312,601.00 Bid Form ADDENDUM#2 00 30 01- Page 2 of 3 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED QUANTITY AMOUNT BID SUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A28) $6,881,240.34 SUBTOTAL PART B-ALLOWANCES(Item 131) $312,601.00 TOTAL PROJECT BASE BID(PARTS A THRU B) $7,193,841.34 Bid Form ADDENDUM#2 00 30 01- Page 3 of 3 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CEFE F. VALENZUELA LANDFILL SECTOR 2A CELL DEVELOPMENT PROJECT NUMBER 21035 w E .. . G, °°°o°°°°°°°°°°°°°°°°°°°°°°a°°° %., '%.k °JOSE°Ra°MARTINEZ°JR°°� FAQ° 89,385 00 . 64541 C t POR ONAL F p0 r � �..� a III p ii n a ::JII S,, eci f ii ca p ii U'ill S gull 11 , 2023 pii'nlll III HANSON Engineering 1I Nanning 1I Alked Sell Hanson Professional Services Inc. 4501 Gollihar Rd, Corpus Christi, TX 78411 Phone: 361-814-9900 TX Firm No. F-417 April 11, 2023 ........................................................................................................................................................................... �II11:= �11: 11II: 11: 11:=II IIIL... Record Drawing Number: SLF 142 SII II II : � IIII: IIS II ASSII: 11 II:3d..II: II::: 06/15/2025 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) 00 72 00 General Conditions(Rev 6-2021) 00 73 00 Supplementary Conditions(Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev5-2020) 01 29 01 Measurement and Basis for Payment(Revs-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(Rev 8-2019) Part S Standard Specifications 022020 Excavation and Backfill for Utilities 022022 Trench Safety for Excavations 022100 Select Material 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications 01050 Field Engineering 01410 Construction Quality Control Table of Contents 000100- 1 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 1/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Division/ Title Section 02002 Storm Water Pollution Prevention Plan 02200 Excavation and Placement of Fill 02240 Silt Fence 02250 Recompacted Clay Liner 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02838 Landfill Fence 11300 Leachate and Groundwater Pumps 13250 Synthetic Flexible Membrane Liners - HDPE 13300 Drainage Geocomposite Installation 13350 Geotextile Installation 16010 Electrical General Requirements 16053 Identification for Electrical Systems 16170 Grounding and Bonding 16402 Electrical Wiring Systems 16421 Utility Service Entrance 16470 Panelboards Appendix All Testing Reports as Applicable 1 Soil Boring Logs 2 Groundwater Surface Map 3 Soil and Liner Quality Control Plan END OF SECTION Table of Contents 000100-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 1/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 P//OCUREMENT A d 8 1REMENT DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 fff dd J 00 52 23 AGREEMENT This Agreement, for the Project awarded on is between the City of Corpus Christi (Owner)and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Cefe F.Valenzuela Landfill Sector 2A Cell Development Project No. 21035 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Hanson Professional Services Inc. 4501 Gollihar Road Corpus Christi,Texas 78411 a reinhard@hanson-inc.com The Owner's Authorized Representative for this Project is:TBD 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 240 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 270 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. Agreement 005223- 1 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 $3,000 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 $1,000 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. Total Base Bid Price $ 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. Agreement 005223-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 CAR'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. ARTICLE 7—CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 005223-3 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents,and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. 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. Agreement 005223-4 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL Assistant City Attorney Agreement 005223-5 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 ATTEST(IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if Title: person signing for CONTRACTOR is not President Vice President, Chief Executive Officer, or Chief Financial Officer Address City State Zip Phone Fax EMail END OF SECTION Agreement 005223-6 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 12/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology.....................................................................................................10 1.01 Defined Terms.............................................................................................................................10 1.02 Terminology................................................................................................................................15 Article 2—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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 singularform, 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 CAR'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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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. ARTICLES—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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 CAR'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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 5.05.8. 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 by the 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 contraryto 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 50% 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 E. Contractor may submit a Change Proposal,or Owner may file a Claim,seeking an adjustment in the Contract Price within 30 days of CAR'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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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. 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 CAR'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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 forthis part ofthe 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 Article 25 for approval of product Certified Test Report 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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. 27.05 Float Time A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path,the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. General Conditions 007200- 123 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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.38 consists of the following organizations: City of Corpus Christi,Texas Hanson Professional Services Inc. B. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor's professional liability insurance. NONE ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 Supplementary Conditions 007300- 1 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 May 4 November 3 June 4 December 3 3. A total of 34 rain days have been set for this Project. An extension of time due to rain days will be considered only after 34 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. 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: NONE a. REFER TO APPENDICES b. The Contractor may rely on the following Technical Data in using this document: 1) City of Corpus Christi Solid Waste Facility, Nueces County,Texas TNRCC Permit Application No. 2269 Volumes 1-5. This Permit is available to the Contractor for obtaining additional geotechnical information upon request to the City of Corpus Christi Engineering and/or Solid Waste Department. 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 ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions 007300-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 5. 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 X 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 X Required ❑ Not Required Installation Floater Equal to Contract Price Required if installing city-owned equipment ❑ Required X Not Required Supplementary Conditions 007300-3 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." 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: "General Decision Number:TX20230021 01/06/2023 Superseded General Decision Number:TX20220021 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). Supplementary Conditions 007300-4 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 JIf the contract is entered Executive Order 14026 linto on or after 3anuary 30, generally applies to the 12022, or the contract is contract. renewed or extended (e.g. , an The contractor must pay loption is exercised) on or all covered workers at lafter 3anuary 30, 2022: least $16.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2023. 1 I_ JIf the contract was awarded onl . Executive Order 13658 Jor between 3anuary 1, 2015 andl generally applies to the 13anuary 29, 2022, and the contract. contract is not renewed or The contractor must pay alll lextended on or after 3anuary covered workers at least 1 130, 2022: 1 $12.15 per hour (or the applicable wage rate listed ) on this wage determination, if it is higher) for all hours spent performing on that contract in 2023. 1 I_ The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination,the contractor must still submit a conformance request. Supplementary Conditions 007300-5 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 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. ---------------------------------------------------------------- ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher Supplementary Conditions 007300-6 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 minimum wage under Executive Order 14026 ($16.20) or 13658 ($12.15). Please see the Note at the top of the wage determination for more information. 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 https://www.dol.gov/agencies/whd/government-contracts. 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 Supplementary Conditions 007300-7 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 ""SUM' 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 Supplementary Conditions 007300-8 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based.The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100%of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state.The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. Supplementary Conditions 007300-9 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 ---------------------------------------------------------------- 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 National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory,then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes,then an interested party(those affected by the action) can request Supplementary Conditions 007300- 10 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 DECISIO" ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES Supplementary Conditions 007300- 11 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Hanson Professional Services Inc. 361-814-9900 Jon M. Reinhard, P.E. 361-414-6493 Traffic Engineering 361-826-3547 Police Department 361-882-2600 361-826-1800 (361-826-1818 after Water/Wastewater/Stormwater 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 ryl-i nk 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- 12 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description 02002 Storm Water Pollution Prevention 02200 Excavation and Placement of Fill 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02838 Landfill Fence 11300 Leachate and Groundwater Pumps 13250 Synthetic Flexible Membrane Liners-HDPE 13300 Drainage Geocomposite Installation 13350 Geotextile Installation 01410 Construction Quality Control 16010 Electrical General Requirements 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures SC-25.12 RESUBMISSION REQUIREMENTS B. 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: Engineer VII $235/hr. Engineer V $170/hr. Supplementary Conditions 007300- 13 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01050 Field Engineering 02002 Storm Water Pollution Prevention 02200 Excavation and Placement of Fill 02250 Recompacted Clay Liner 02500 Crushed Concrete Flexible Base 02735 PVC Pipe and Fittings 02736 High Density Polyethylene (HDPE) Pipe and Fittings 02838 Landfill Fence 11300 Leachate and Groundwater Pumps 13250 Synthetic Flexible Membrane Liners-HDPE 13300 Drainage Geocomposite Installation 13350 Geotextile Installation 01410 Construction Quality Control 16010 Electrical General Requirements 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 028020 Seeding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300- 14 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 4/2022 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 DIMION 0/1' E�IERAL REQIJIREM�NT�, ;,,, DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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: 1. The project will consist of Sector 2A construction(approximately 27.9 acres) of a Subtitle D landfill sector for the City of Corpus Christi at the Cefe F.Valenzuela Landfill.This will include subgrade preparation, excavation, compacted fill, dewatering system installation, composite liner installation, leachate collection system installation, berm construction, dewatering evaporation pond, protective cover, installation of concrete box culverts, installation of reinforced concrete pipe, drainage improvements, pond expansion and construction, landfill fence, storm water pollution prevention plan, and associated electrical services. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. NONE. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents,the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NONE. Summary of Work 011100- 1 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 10/2018 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 10/2018 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 A. NONE 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A-2—Bonds and Insurance 1. A maximum of 2%of the bid price to be used for the purchase of bonds and insurance required for the Project. Alternates and Allowances ADDENDUM#2 012310- 1 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 B. Allowance B-1—Unanticipated Work Items: 1. The sum of$312,601 to be used for the purchase of Unanticipated Work Items. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances ADDENDUM#2 012310-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 Al—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 0129 01- 1 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 A2— Bonds and Insurance (Maximum Allowance of 2%) 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 for this Project, not including the routine 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. C. Bid Item A3—Storm Water Pollution Prevention: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50%of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50%completion has occurred, minus retainage. D. Bid Item A4— Excavation: 1. This item includes excavation in Sector 2A to subgrade elevations. 2. Measuring for payment is on a cubic yard basis. E. Bid Item A5—Compacted Structural Fill: 1. This item includes filling and compacting in Sector 2A to subgrade elevations. Measuring for payment is on a cubic yard basis. F. Bid Item A6—Underdrain Trenches: 1. This item includes installation of groundwater underdrain trenches. It includes all pipe sizes, fittings,gravel, and geotextile. High density polyethylene pipe (HDPE) is permissible. 2. Measuring for payment is by the linear foot basis. G. Bid Item A7—Underdrain Riser and Sump: 1. This item includes the groundwater underdrain riser and sump. It includes gravel, geotextile, and pipe riser including all pipe sizes and fittings. 2. Measuring for payment is by each basis. Measurement and Basis for Payment 0129 01-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 H. Bid Item A8— Underdrain Geocomposite (Double Sided): 1. This item includes the installation of groundwater drainage geocomposite near the sump area. 2. Measuring for payment is on a square foot basis. I. Bid Item A9— Underdrain Pump& Discharge Piping: 1. This includes the groundwater pump, required electrical services for operation, and associated discharge piping to the south portion of future Sector 3A, dewatering evaporation pond for dewatering operations. 2. Measuring for payment is by each basis. J. Bid Item A10—Construction of Dewatering Evaporation Pond: 1. This item includes constructing a berm approximately 6 ft. in height and 3 ft.wide with 3:1 side slopes for a distance of 1,500 ft. only if groundwater volumes require it.This includes seeding of all side slopes for erosion protection. 2. Measuring for payment is on a cubic yard basis. K. Bid Item A11—Roadway/Berm Construction: 1. This item includes constructing a new roadway/berm approximately 6 ft. in height and 30 ft. wide with 3:1 side slopes for a distance of 1,550 ft. east of future Sector 3A into Sector 2A.This includes seeding of all side slopes for erosion control. 2. Measuring for payment is on a cubic yard basis. L. Bid Item Al2—Roadway/Berm 18" RCP: 1. This item includes the installation of an 18" RCP equalization culvert at the north end and south end of the roadway/berm. 2. Measuring for payment is by the linear foot basis. M. Bid Item A13—Subgrade Preparation: 1. This item includes preparing the subgrade to specifications and ready for placement of recompacted clay liner. 2. Measuring for payment is by the acre basis. N. Bid Item A14—Recompacted Clay Liner: 1. This item includes the installation of a recompacted clay liner on the floor and slopes of Sector 2A to specifications and ready for placement of geosynthetics. 2. Measuring for payment is on a cubic yard basis. O. Bid Item A15—Textured Geomembrane: 1. This item includes the installation of a flexible membrane liner(HDPE FML-textured) on the slopes of Sector 2A to specifications. 2. Measuring for payment is on a square foot basis. P. Bid Item A16—Smooth Geomembrane: Measurement and Basis for Payment 0129 01-3 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1. This item includes the installation of a flexible membrane liner(HDPE FML-smooth) on the floor of Sector 2A to specifications. 2. Measuring for payment is on a square foot basis. Q. Bid Item A17—Leachate Collection Geocomposite (Single Sided): 1. This item includes the installation of a leachate drainage geocomposite in Sector 2A to specifications. 2. Measuring for payment is on a square foot basis. R. Bid Item A18—Leachate Collection Geocomposite (double Sided): 1. This item includes the installation of a leachate drainage geocomposite in Sector 2A to specifications. 2. Measuring for payment is on a square foot basis. S. Bid Item A19—Leachate Riser and Sump: 1. This item includes the installation of a sump in Sector 2A, geosynthetics, gravel, and pipe riser to specifications. 2. Measuring for payment is by each basis. T. Bid Item A20—Leachate Trench: 1. This item includes the installation of leachate trenches, pipe, gravel, and geotextile. 2. Measuring for payment is by the linear foot basis. U. Bid Item A21—Leachate Collection Pump& Electrical Service: 1. This item includes the installation of the leachate collection pump and required electrical services for operation. 2. Measuring for payment is by each basis. V. Bid Item A22—Leachate Force Main: 1. This item includes the installation of the HDPE leachate force main from Sector 2A to a stub-out near Sector 3C. 2. Measuring for payment is by the linear foot basis. W. Bid Item A23 —Electrical/Sump Panels 1A-1, 1A-2, & 1B/C: 1. This item includes removing wire in existing underground conduit alongside the perimeter roadway to each sump panel, installing a new service disconnect and meter for each sump panel, and pulling wire from each sump panel across and underneath the road to the new service. 2. Measuring for payment is by each basis. X. Bid Item A24—Protective Cover: 1. This item includes the placement of 2 ft. protective cover over finished Sector 2A to specifications. 2. Measuring for payment is on a cubic yard basis. Measurement and Basis for Payment 0129 01-4 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Y. Bid Item A25—Leachate Collection System (LCS) Risers& Headwalls: 1. This item includes the installation of 6" leachate collection system cleanout risers and headwall concrete structures at the sump location and at five other leachate collector cleanout riser pipe locations. 2. Measuring for payment is by each basis. Z. Bid Item A26—Box Culvert((3) 10'x 6'): 1. This item includes the installation of three precast concrete box culverts (HL 93 loading) including concrete apron, riprap, headwall and curb per drawings and specifications. 2. Measuring for payment is by the linear foot basis. AA. Bid Item A27—Crushed Concrete Flexible Base: 1. This item includes the installation of crushed concrete flexible base material on the box culverts,the 50 ft.transition on either side of the box culverts to the perimeter roadway existing elevations, and on the new roadway berm.This includes all geosynthetics per drawings and specifications. 2. Measuring for payment is by the square yard basis. BB. Bid Item A28—Drainage Improvements: 1. This item includes drainage improvements for the drainage swale between Sector 2A and the perimeter roadway that flows into the box culvert or storm water inlet.This includes seeding of the entire drainage swale for erosion control. 2. Measuring for payment is on a lump sum basis. CC. Bid Item A29—Pond#1 Expansion: 1. This item includes expanding the south end of existing Pond#1.This includes seeding of all side slopes for erosion control. 2. Measuring for payment is on a cubic yard basis. DD. Bid Item A30—Pond#2 Construction: 1. This item includes construction of Pond#2.This includes seeding of all side slopes for erosion control. 2. Measuring for payment is on a cubic yard basis. EE. Bid Item A31—Pond#2 36" RCP: 1. This item includes the installation of a 36" RCP culvert at Pond #2.This includes riprap for erosion control. 2. Measuring for payment is on a linear foot basis. FF. Bid Item A32—Landfill Fence: 1. This item includes the installation of an 18 ft.tall litter containment fence including footings, posts, wire fabric, bracing, concrete, connections, and hardware to the west and south of Sector 2A. Measurement and Basis for Payment 0129 01-5 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. Measuring for payment is by the linear foot basis. GG. Bid Item A33—Landfill Grid Markers: 1. This item includes the removal of 10 existing timber pole landfill grid markers with existing signs between Sectors 2A and 3C. Remove existing grid marker signs and relocate them on the new landfill fence west of Sector 2A. Install 10 new required landfill grid marker signs on the new landfill fence south of Sector 2A. 2. Measuring for payment is each basis. HH. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 0129 01-6 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 5/2020 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 0133 01 Submittal Register 01050 FIELD ENGINEERING Record Data 01410 CONSTRUCTION QUALITY CONTROL Record Data 02002 STORM WATER POLLUTION PREVENTION Record Data 02200 EXCAVATION AND PLACEMENT OF FILL Record Data 02250 RECOMPACTED CLAY LINER Record Data 02500 CRUSHED CONCRETE FLEXIBLE BASE Record Data 02735 PVC PIPE AND FITTINGS Record Data 02736 HIGH DENSITY POLYETHYLENE(HDPE)PIPE AND Record Data FITTINGS 02838 ILANDFILL FENCE Record Data 11300 LEACHATE AND GROUNDWATER PUMPS Record Data 13250 SYNTHETIC FLEXIBLE MEMBRANE LINERS-HDPE Record Data 13300 DRAINAGE GEOCOMPOSITE INSTALLATION Record Data 13350 GEOTEXTILE INSTALLATION Record Data 16010 ELECTRICAL GENERAL REQUIREMENTS Record Data 027402 REINFORCED CONCRETE PIPE CULVERTS Record Data 027404 CONCRETE BOX CULVERTS Record Data 028020 SEEDING Record Data 030020 PORTLAND CEMENT CONCRETE Record Data 032020 REINFORCING STEEL Record Data 038000 CONCRETE STRUCTURES Submittal Register 01 33 01-1 Cefe F.Valenzuela Landfill Sector 2A Cell Development,Project No.21035 10/2018 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Implementation of the Storm Water Pollution Prevention Plan and removal of existing timber pole landfill markers (reuse/relocate existing signs if in good condition); 2. Sector 2A a. Excavation of the cell; b. Dewatering system installation; C. Placement of structural backfill; d. Installation of the recompacted clay liner; e. Installation of the flexible membrane liner (FML); f. Placement and installation of leachate collection system including piping; g. Construction of the sump and installation of the liquids removal riser including pumps and electrical and control systems; h. Placement and installation of protective cover; I. Box culvert installation, drainage improvements, and pond construction; J. Construction of the landfill fence and installation of all the landfill markers on the fence; B. Work shall be completed within the specified time for these items: Description Time Cefe F. Valenzuela Landfill Development of Sector 240 2A, Project No. 21035 Substantially Complete Calendar Days Cefe F.Valenzuela Landfill Development of Sector 270 2A, Project No. 21035 Final Completion Calendar Days C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. Special Procedures 013500- 1 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 10/2018 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks [1 month] prior to beginning the Work. 1.03 CRITICAL OPERATIONS(NONE) 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 Operation Liquidated Critical Operation Out of Operation can be Shut Down Damages ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. Special Procedures 013500-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 10/2018 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of [operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.04 OWNER ASSISTANCE (NONE) 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-3 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 10/2018 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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(NOT REQUIRED) 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 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES(NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. 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(NOT REQUIRED) 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 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING (NOT REQUIRED) A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls 015000-3 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE(NOT REQUIRED) 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 (NOT REQUIRED) 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 Cefe F.Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 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 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. 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 Temporary Controls 015700-2 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 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 Temporary Controls 015700-3 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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(NOT APPLICABLE) A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. Temporary Controls 015700-4 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 Petronilla Creek. 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. H. Disposal of groundwater by the Contractor will include pumping to the south portion of Sector 3A within the Landfill Unit 1 footprint. Under no circumstances shall groundwater be pumped outside the perimeter of the Landfill Unit 1 footprint. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER(NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be [US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. Temporary Controls 015700-5 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER(NOT APPLICABLE) 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). When applicable, [Contractor] [Owner] 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 Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Rev 8/2019 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SY DAR „vSFiE )F) ) DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water,the Contractor,prior to additional excavation, shall control it. After stable conditions have been achieved,unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height;and to a depth equal to the height of pipe, 6 inches minimum,for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer,and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing,pumping,or by installation of well-points,as conditions warrant. Removal of well- points shall be at rate of 1/3 per 24 hours (every third well-point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets,together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility,such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance,the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement-stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten(10)inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans,but not less than 95%Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one(1)foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement),wetted if required to obtain proper compaction,and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95%Standard Proctor density,unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four(24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe)to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement-stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698)following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement-stabilized sand backfill,shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non-expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps,rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit(L.L.): <35 Plasticity Index (P.L)Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 027402 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 be 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. Desi;n. 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. 5. Curin;. 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: 027402 Page 1 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 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 027402 Page 2 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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. 1�/z pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x2'-5" 18" 2.7 gals. 1�/z pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 "x 3'-5" 24" 6.2 gals. 2 pcs 11/2 "x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2" x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 3�/z pcs 13/4"x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4"x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 5�/z pcs 13/4"x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2"x 3'-5" 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. 027402 Page 3 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 City Standard Specification Section 022020 "Excavation and Backfill for Utilities," 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. Beddin;. 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, 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 be 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 027402 Page 4 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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'-1l" 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 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 027402 Page 5 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 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. 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 in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be 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. 027402 Page 6 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 geotextile 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. 027402 Page 7 of 7 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing, furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed,is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS 1. Concrete. Unless otherwise shown on the plans,Class "C"concrete shall be used for cast-in- place boxes,conforming to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures",except that Class "S"concrete will be required for top slabs of direct traffic cast- in-place boxes. Concrete for precast (machine-made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28-day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotextile for subsurface drainage with an average opening size(AOS)of 0.22mm and in accordance with AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000"Concrete for Structures" shall govern for cast-in-place 027404 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 concrete box culverts and for precast(formed)boxes except where otherwise specified herein. Forms for precast(machine-made)boxes shall be made of steel. Forms for cast-in-place boxes and precast(formed)boxes may be either wood or steel. Forms shall be mortar-tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast(machine-made)boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure 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 shall not be acceptable for use in precast(machine-made)boxes. 4. TESTING AND CERTIFICATION 1. Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch(I"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast-in, cut into the fresh concrete after form removal or drilled,and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an"Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not because for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 approved manner. Small damaged or honeycombed areas which are purely surficial in nature may be repaired. Excessive damage,honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices,further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement-stabilized sand containing a minimum of 11/2 sacks of Standard Type I or Type 11 Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans,the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". All box joints shall be wrapped with geotextile fabric. The wrap shall beat least two (2)feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures,the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor,materials,tools,equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark and warranty. The fertilizer is subject to testing by the State Chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12-12-12 (percent of nitrogen, phosphoric acid and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop, and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of"Commercial Seed" required to equal the quantity of"Pure Live Seed" shall be computed by the following formula: Commercial Seed=Pure Live Seed x 10,000 %Purity x % Germination The quantity of pure live seed and type required are indicated below. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama(premier) Bouteloua Curtipendula 0.6 - 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K-R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture-A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture-B: Recommended for sandy soil planted between December 1 thru May 1. Mixture- C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt-coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion-resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments, shall be done as indicated on the drawings and as specified below. Clearing—Refer to City Standard Specification Section 021020, "Site Clearing and Stripping". Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking,plowing, or other approved methods until soil condition is acceptable. Topsoiling — If the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings,topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at the rate specified above. Broadcast Seedin; - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt-water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2)Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for 'Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt-water emulsion shall be applied at a rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 comparatively smooth. Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seed, fertilizer, water and other approved materials are added. Application shall be 1500 Ib./acre on flats, 2000 Ib./acre on slopes up to 3:1, and 2500 Ib./acre on slopes steeper than 3:1. One hundred (100)pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt-water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydown/ storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter— TxDOT Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the flexural or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 Page 1 of 13 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (2) Mixing _Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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-�/z 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 Agate 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 0to5 0to20 15to50 35to75 70to90 90to100 97to100 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 TABLE 3 Slump Requirements Concrete Desi_ng ation 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 H Cement is used with Class C Concrete, the 7-day beam break requirement will be 550 psi; with Class A Concrete,the minimum 7-day beam break requirement will be 460 psi. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer. 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete-General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stockpiles. Aggregate stockpiles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. (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 _Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. _ (a) General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified: Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 43, 44, 45 4d 46, 47, 48 5d All bends in main bars and in secondary bars not covered above: Grade 60 Grade 75 43 thru 48 6d 49, 410 8d -- 411 8d 8d 414, 418 10d -- 032020 Page 3 of 6 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dien. a 3/4" 7/8" Bar or Smaller--Pfaxn. Dimon. Bair s 1/2� 1** Baor Larger --P+an_ D+men. ; 1` s 3/ H= over 6`.--a�mere.+ Zero or -+/Z N = G" and less-{3iensn. • Zero or -#/4•• =D CL H i1 7/8- Bar or Smolier--Edon Dimon. = 1/2' _ f r 1" Bar or Largor—Plan Dimon. ; 1 Piro$ or Circular Tis Tie or st&"p Plan Oimen.31 Plan Oi--=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 4 of 6 Rev.10-30-2014 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 TABLE 1 Minimum Lap Requirements L,a 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 meetthe requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types)",exceptthatthe 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1. Class 1-a. (Two-Component, Synthetic Polymer,Cold-Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self-leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two-Component, Synthetic Polymer,Cold-Pourable, Self-Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials,when tested in accordance with TxDOT Test Method Tex-525-C,shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77°F.: 150 gm. cone, 5 sec., max., cm.................. 0.90 Bond and Extension 75%, O°F, 5 cycles: Dry Concrete Blocks............................ Pass Wet Concrete Blocks............................ Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200°F................................. None Water Content%by weight, max................. 5.0 Resilience: Original sample min. % (cured)................. 50 Oven aged at 158°F min. % .................... 50 For Class 1-a Material Only: Cold Flow (10 min.)............................ None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016-inch asphalt impregnated paper,filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth,flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex-524-C,the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed- cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752"Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 PROPERTY METHOD REQUIREMENT Color ASTM D1752, Type 1 Black Density ASTM D1752, Type 1 40 lb./ft' Min. Recovery ASTM D1752, Type 1 90% Min. Compression ASTM D1752, Type 1 50 to 500 psi Extrusion ASTM D1752, Type 1 0.25 inch Max. Tensile Strength ASTM D1752, Type 1 20 psi Min. Elongation 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. (3) Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete",Type 1 clear or translucent, or Type 2 white-pigmented. The material shall have a minimum flash-point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm,continuous,uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall,when applied to the damp concrete surface at the rate of coverage specified herein,be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check,peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex-219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 j oints to be filled with expansion j oint material,shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber j oint 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 betaken 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 preventbulging 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (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 j oists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork All moldings,panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing,the required water shall be applied to the surface by fog spray only,and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work,the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms,reinforcing steel placement,and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started,the Contractor shall provide ample covering to protect the work. In case of drop in temperature,the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet,except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors,pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind,if necessary,to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes,troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary,the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold 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 j oints 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically,at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to butnot againstthe 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 maybe 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (b) The temperature at the surface of all concrete in piers, culverts walls,retaining walls,parapets,wingwalls,bottoms of slabs,and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed,prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms,and is equipped with approved steam curing facilities,may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed,but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for j ob 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 anyone 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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 II 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 subj ectto the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine-ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Pondin;. 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curin;. 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Membrane curing shall not be applied to dry surfaces,but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans,the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be applied after the surface finishing has been completed,and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities,pinholes or other defects,or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage,an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing,curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev.3-25-2015 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 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:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1- DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 01050 FIELD ENGINEERING 1. GENERAL This specification shall govern the field engineering and surveying required by the Contractor for the project. 2. SUBMITTALS At the request of the Owner, the Contractor shall submit documentation verifying the adequacy of survey work. 3. SURVEYING The Contractor shall be responsible for construction staking during the project. The Owner shall be responsible for construction certification surveys and as-builts. 4. PROJECT RECORD DOCUMENTS The Contractor shall maintain the following record documents: 4.1.Log of Survey Work The Contractor shall maintain a complete and accurate log of control and survey work as it progresses. This information shall be provided to the Engineer upon project completion. 4.2.Field Notes The Contractor shall maintain a complete set of field notes at the project site at all times. 5. SURVEY REFERENCE POINTS 5.1.Survey Datum The control datum for the survey is indicated on the project drawings. 5.2.Verification and Protection of Reference Points The Contractor shall verify the locations of the Owner's survey control and reference points prior to starting work. He shall promptly notify the Owner of any discrepancies discovered. The Contractor shall protect the Owner's survey control and reference points prior to starting site work. These points shall be preserved during the construction. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 01050 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 5.3.Loss, Damage or Destruction of Reference Points The Contractor shall promptly report to the Owner the loss, damage or destruction of any reference point or any relocation required because of changes in the work. All dislocated, damaged, or destructed survey reference points shall be reestablished by the Contractor based on original survey control, at no cost to the Owner. 6. SURVEY REQUIREMENTS The Contractor shall use appropriate surveying procedures and equipment to establish the lines and grades for the project. Lines and grades shall be controlled from the established reference points. 7. VERIFICATION AND QUANTITY SURVEYS The Engineer shall perform surveys to verify the adequacy of the work and determine the quantities of the various types of work performed. The Engineer shall calculate and certify the quantities of each item for payment purposes. Verification surveys will be performed on the following components to satisfy the requirements of TCEQ and the facility permit: a. Final excavation grade/bottom b. Top of recompacted clay liner C. Survey of geomembrane seams d. Top of protective cover layer The Engineer shall provide the Contractor with an electronic spreadsheet of the proposed survey grid for verification points. The Contractor shall provide the Engineer with two working days notice when a particular liner system component is ready to be surveyed. Any points identified by the survey check that require adjustment shall be brought to the proper elevation by the Contractor and then re-surveyed. The additional survey costs shall be paid for by the Contractor. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 01050 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 01410 CONSTRUCTION QUALITY CONTROL 1. GENERAL The Owner or Engineer shall select and employ an independent Quality Control Organization (QCO) to perform the specified inspection and testing. The QCO may be a sub-consultant to the Engineer. The Owner or Engineer shall pay the QCO directly for inspection and testing fees, except as noted in Section 9, "Retests", below. The QCO shall report to the Owner unless the QCO is a sub-consultant to the Engineer; in which case the QCO will report directly to the Engineer. Employment of a QCO shall in no way relieve the Contractor of his obligation to perform work in accordance with the requirements of the Contract Documents. 2. QUALITY CONTROL ORGANIZATION QUALIFICATIONS The Quality Control Organization (QCO) shall have the following qualifications- 2.1. ualifications:2.1.Regulatory The QCO shall comply with the regulatory requirements of the Texas Commission on Environmental Quality (TCEQ) and shall comply with all applicable provisions of the Contract Documents. 2.2.Authorization The QCO shall be authorized to operate in the State of Texas. 3. QUALITY CONTROL ORGANIZATION PERSONNEL The QCO shall be an individual or firm(s) independent from the Owner. The QCO shall provide the personnel and equipment required by the Contract Documents for performing the necessary tests and inspections on behalf of the Owner. The QCO may also serve as the Quality Control Laboratory (QCL). The QCO shall assign the following personnel to the project: 3.1.Quality Control Engineer The Quality Control Engineer (QCE) shall be responsible for inspections and tests for the Owner's quality control of the specific component being constructed. This individual shall be a professional engineer, licensed to practice in the State of Texas and being experienced in the design, construction, and quality control testing for water treatment plants. 3.2.Quality Control Inspector The Quality Control Inspector (QCI) shall be the qualified on-site representative of the QCE. This individual shall be experienced in observing the type of construction required by the project. The QCE shall be allowed to serve as the QCI. If the QCE Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 01410 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 does not serve as the QCI, the QCI shall be an engineering technician with at least four (4) years experience in quality control activities or shall be a graduate engineer with one (1) year experience in quality control activities. In the event that additional quality control personnel are required, the additional personnel may have less than the above referenced experience if they are directly supervised on-site by personnel meeting these qualifications. 3.3.Quality Control Laboratory The Quality Control Laboratory (QCL) shall be an independent third party laboratory experienced in performing the tests required by the Contract Documents. Independent third party shall mean a laboratory that is independent of ownership or control by the City or any party to the construction of the project, or manufacture of the materials used in construction. The QCL may be the same entity providing the QCE and QCI. 4. QUALITY CONTROL ORGANIZATION RESPONSIBILITIES The QCO shall have the following responsibilities: • Provide qualified personnel at the site and serve as the primary contact between the Contractor and the Owner. The Owner will serve as the primary contact for the QCO. • Inspect the work in progress; • Prepare periodic construction progress reports; • Secure the necessary samples from the work; • Test the samples taken in accordance with specified standards and prepare test reports; • Ascertain compliance of materials and procedures with the requirements of the contract documents; • Notify the Owner, the Engineer, and Contractor of observed irregularities or non-conformances of work items; • Perform additional inspections and tests as required by the Owner; • Attend the preconstruction conference; • Conduct and coordinate progress and problem resolution meetings; and, • Prepare the necessary reports upon facility completion, indicating that the construction conforms to the requirements of the Contract Documents. These reports shall be signed by the Quality Control Engineer (QCE) employed by the QCO. 5. LIMITS ON QUALITY ASSURANCE ORGANIZATION AUTHORITY The QCO may not release, revoke, alter, or enlarge on the requirements of the contract documents. They may not approve or accept any portion of the work, or assume any of the duties of the Contractor, Engineer, or Owner. The QCO does not have the authority to stop the Work. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 01410 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 6. CONTRACTOR RESPONSIBILITIES The Contractor shall cooperate in the making of all tests and permit access to all portions of the work for such purposes. The Contractor shall provide the incidental labor and facilities to provide access to work to be tested, to obtain and handle samples, and to facilitate tests and inspections. The Contractor shall notify the QCO twenty four (24) hours prior to the expected time for operations requiring inspection and testing services. The Contractor (at his sole expense) may employ the services of a separate qualified testing organization to conduct any additional inspections and/or tests required or desired by the Contractor beyond the specified requirements. However, these additional inspections and/or tests may not be used to demonstrate compliance with the Contract Documents unless prior written authorization is obtained from the Engineer. 7. RECORDKEEPING AND REPORTING REQUIREMENTS 7.1.Documentation The QCO shall prepare and maintain daily inspection reports on the forms provided for that purpose as a part of this Specification. With the written approval of the Engineer, the QCO may use an alternate inspection report form that provides equivalent information. A separate form shall be prepared for each day that construction, inspection or testing work is performed at the site. These forms shall be transmitted on a weekly basis to the Owner and the Engineer. 7.2.Reporting of Test Results The QCO shall report any and all test results to the Owner, the Engineer and the Contractor. When requested by the Engineer, the QCO shall provide a written interpretation of the test results. 7.3.Notification of Problems or Issues If during the course of any inspections or tests, the QCO identifies any problems or issues or requires clarification, the QCO shall submit a written notification to the Owner. The Owner shall determine and be responsible for any directives or instructions issued to the Contractor regarding actions required to address these problems or issues. 8. ISSUE OR CONFLICT RESOLUTION 8.1.Notifications Any party to the construction process (the Contractor, the Owner, the Engineer, or the QCO) contract may issue a Request for Information (RFI) to obtain clarifications or information to determine whether a changed condition, conflict, non-compliance or error may be present in the work. Upon the discovery of any potential changed condition, conflict, non-compliance or error, the discovering party shall notify the Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 01410 -3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Owner in writing. The Owner shall prepare a written response to each such notification. 8.2.Clarifications The Owner shall issue clarifications for any items requested by either the Contractor or the QCO where the Owner determines that no change in the contract documents is warranted. The Contractor or the QCO shall acknowledge in writing each such clarification issued. An executed contract change is required to institute any change to the contract price. 8.3.Engineering Design Revisions In the event that the Owner determines that any issue requires a design revision, the Engineer shall prepare and issue a written design revision using the form provided for that purpose as a part of this Specification. This form shall include a statement by the Engineer as to whether the proposed change is sufficient to warrant an adjustment in the contract price. However, the issuance of this form does not constitute a contract change order. The Contractor shall acknowledge in writing each such design revision issued and shall reply to the Engineer indicating whether the Contractor believes the design revision requires an adjustment in contract price. Any design change for which the Contractor believes an adjustment in the contract price is required shall also require an executed contract change order prior to implementing the design revision. 9. RETESTS Wherever retesting is required because of failure of a portion of the work to meet test requirements, such retesting shall be done at the expense of the Contractor. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 01410 -4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02002 STORM WATER POLLUTION PREVENTION 1. GENERAL Discharges from small construction activity (equal to or greater than 1 acre and less than 5 acres) and large construction activity (equal to or greater than five (5) acres of land in Texas) must comply with Texas Commission on Environmental Quality (TCEQ) General Permit to Discharge under Section 402 of the Clean Water Act (hereinafter "General Permit"). The contractor is considered the operator or permittee responsible for complying with the General Permit since the operator/permittee has operational control over construction plans and specifications and has day to day control of those activities at the construction site necessary to ensure compliance with the General Permit and stormwater pollution prevention plan. The contractor is responsible as the permittee and should be knowledgeable of all provisions and rules in the General Permit in addition to this Stormwater Pollution Prevention Plan (SW3P). All construction activity involving clearing, grading, excavating, access roads, laydown areas equal to or greater than one (1) acre must comply with a stormwater pollution prevention plan that is maintained on-site by the contractor/operator. All construction activity equal to or greater than one (1) acre but less than five (5) acres must post on-site a Construction Notice. All construction activity greater than five (5) acres must submit a Notice of Intent (NOI-attached) to the TCEQ at least 2 days prior to the construction activity and a Notice of Termination (NOT-attached) form within thirty (30) days after the site is stabilized and all erosion controls are removed. The Construction Site Notice and NOI must also be submitted to the local city two (2) days prior to construction if the stormwater discharges to a regulated Municipal Separate Storm Sewer Systems (MS4). The TCEQ TPDES General Permit No. TXR150000 should be reviewed for additional details. 2. EROSION CONTROLS The CONTRACTOR shall utilize stabilization practices and structural controls for erosion control measures as soon as any construction begins. Construction will be halted prior to and during major weather events such as heavy rains. Stabilization practices will include preserving existing vegetation whenever possible. The CONTRACTOR shall control dust blowing and movement on construction sites and roads to prevent loss of soil surface, to reduce onsite and offsite damage, to prevent health hazards, and to improve traffic safety. The CONTRACTOR shall implement dust control measures immediately whenever dust can be observed blowing on the project site. The CONTRACTOR shall install silt fencing along the side of entrances and exits to the site. After Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 construction has permanently ceased on the site, areas with no surface cover will be allowed to revegetate naturally. 3. TOPSOILING When topsoiling, the CONTRACTOR shall maintain erosion and sedimentation control systems, such as dikes, swales, grade stabilization structures, waterways, and sediment basins operational. 4. PROTECTION OF TREES The CONTRACTOR shall protect trees designated to remain in construction areas. Heavy equipment, vehicular traffic, and stockpiles of construction materials, including topsoil, are not permitted within the drip line of any tree to be retained. A licensed tree expert shall care for tree trunks, exposed roots, and limbs of trees designated to be retained, which are damaged during construction operations. Specimen trees shall be boxed or fenced. 5. PROTECTION OF WETLANDS AND WATER BODIES This project may involve impacts on wetlands or natural water bodies. The CONTRACTOR shall make efforts to avoid and/or minimize adverse impacts to the wetlands. As prescribed in Texas Natural Resource Conservation Commission "State Water Quality Certification of Section 404 Permits", several best management practices (BMP's) should be implemented. These BMP's include the following: Erosion Control, Post-Construction TSS Control, Sedimentation Control, Contaminated Dredged Material, Wetland Mitigation Requirements, and Coastal Zone Management Act. Dredged material shall be placed in such a manner that prevents sediment runoff into water, including wetlands. Water bodies can be isolated by the use of one or more of the required BMP's identified for sedimentation control. The BMP's must be maintained and remain in place until the dredged material is stabilized. Hydraulically dredged material shall be disposed of in contained disposal areas. Effluent from contained disposal areas shall not exceed a TSS concentration of 300 mg/L. 6. WASHING AREAS The CONTRACTOR shall not wash vehicles such as ready mix concrete or dump trucks and other construction equipment at locations where the runoff will flow directly into a watercourse or storm conveyance system. Special areas shall be designated for washing vehicles. These areas shall be located where the wash water will spread out and evaporate or infiltrate directly into the ground, or where the runoff can be collected in a temporary holding or seepage basin. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 7. MAINTENANCE AND INSPECTION The CONTRACTOR will maintain erosion control devices on site and maintain structural erosion control practices. This includes cleaning out sediments collected by silt fencing and perimeter dikes when 50% of the device capacity is exceeded, or when designated by the OWNER's inspector. The CONTRACTOR will clean paved surfaces that have been covered by runoff at the earliest date possible after rainfall events. In addition, erosion control devices should be repaired no later than seven (7) calendar days after surrounding exposed ground has sufficiently dried. Areas adjacent to streams and drainage ditches have priority. The site shall be inspected by the OWNER's inspector every 14 days or before anticipated weather events. Areas that should be inspected include disturbed areas, areas used for storing materials, structural controls, areas where vehicles enter and exit sites, and areas that have been temporally stabilized. The inspector will evaluate the condition and proper function of erosion control devices, identify maintenance requirements and identify any additional corrective measures needed. A summary report of the inspection should then be completed. This report should contain the names of the personnel conducting the inspection, the dates of the inspection and any problems or incidences of non-compliance. If necessary the Pollution Prevention Plan should be augmented to include any recommendations made in the inspection report. 8. EQUIPMENT MAINTENANCE AND REPAIR The CONTRACTOR shall conduct maintenance and repair of construction machinery and equipment on confined areas specially designated for that purpose. Such designated areas should be located and designated so that oils, gasoline, grease, solvents, and other potential pollutants cannot be washed directly into receiving streams or storm water conveyance systems. The CONTRACTOR shall provide these areas with adequate waste disposal receptacles for liquid as well as solid waste. Maintenance areas should be inspected and cleaned daily. At locations throughout the site where designated equipment maintenance areas are not feasible, the CONTRACTOR shall take care during each individual repair or maintenance operation to prevent potential pollutants from becoming available to be washed into streams or storm sewer conveyance systems. The CONTRACTOR as necessary shall provide temporary waste disposal receptacles. The CONTRACTOR shall be responsible for monitoring all onsite vehicles and equipment for leaks and perform regular preventative maintenance to reduce the chance of leakage. Petroleum products shall be stored in tightly sealed containers that are clearly labeled. 9. WASTE COLLECTION AND DISPOSAL The CONTRACTOR shall not discharge solid materials, including building materials, into waters of the U.S. including any drainage areas, streams, water bodies, or bays. The CONTRACTOR shall formulate a plan for the collection and disposal of waste materials on the construction site. This plan shall designate locations for trash and waste receptacles and establish a special collection Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 schedule. Methods for ultimate disposal of waste shall be specified and carried out in accordance with applicable local, state, and federal health and safety regulations. Special provisions shall be made for the collection disposal of liquid wastes and toxic or hazardous materials. The CONTRACTOR shall keep receptacles and other waste collection areas neat and orderly to the extent possible. Waste shall not be allowed to overflow its container or accumulate for excessively long periods of time. Trash collection points shall be located where they will least likely be affected by concentrated storm water runoff. %CONSTRUCTION CHEMICALS AND SPILLS The CONTRACTOR shall isolate sites where chemicals, cements, solvents, paints or other potential water pollutants are stored to areas where they will not cause runoff pollution. The CONTRACTOR shall store toxic and/or other hazardous chemicals and materials, such as pesticides, paints, and acids, in accordance with manufacturer's guidelines. The CONTRACTOR shall protect groundwater resources from leaching by placing plastic mat, packed clay, tarpaper, or other impervious material on any areas where toxic and/or hazardous liquids are to be opened and stored. The CONTRACTOR shall use and store pesticides used during construction in accordance with manufacturer's guidelines and with local, state and federal regulations. Overuse shall be avoided and great care shall be taken to prevent accidental spillage. Pesticide containers shall never be washed in or near flowing streams or storm water conveyance systems. Immediately after discovery, the CONTRACTOR shall clean and treat spills of toxic and/or hazardous substances in accordance with local, state, and federal regulations. The CONTRACTOR will clearly post on-site, the manufacturer's recommended methods for spill cleanup and CONTRACTOR's personnel will be made aware of the procedures and the location of the information and cleanup supplies. Any spills should be immediately contained to avoid spill runoff to drainage areas, streams, or water bodies, or excavation and construction areas. All spills should be immediately reported to the project OWNER or OWNER representative. The CONTRACTOR shall keep materials and equipment necessary for spill cleanup in the materials storage area onsite. Equipment and materials shall include but are not limited to brooms, dustpans, mops, rags, gloves, goggles, kitty litter, sand sawdust, and plastic and metal trash containers specifically for this purpose. 11.SANITARY FACILITIES The CONTRACTOR shall provide the construction site with adequate sanitary facilities for workers in accordance with applicable health regulations. 12.POLLUTION PREVENTION MEASURES 12.1 FILTER FABRIC FENCE: This Item describes the installation of erosion and sedimentation control filter fabric fences utilized during construction and prior to the final development of the site. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 -4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 A. Products: Woven or nonwoven geotextile filter fabric made of polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have a grab strength of 100 psi in any principal direction (ASTM D-4632), Mullen burst strength exceeding 200 psi (ASTM D-3786), and the equivalent opening size required for the native soil and any off-site materials used on the project. Filter fabric material shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life at a temperature range of 0°F to 120°F. Representative Manufacturers: Mirafy Inc. or equal. B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this Specification Section. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow oil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing system. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, CONTRACTOR shall maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream or floodplain. Off- site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state and local regulations. Unless otherwise indicated, compact embankments, excavations, and trenches by Mechanically blading, tamping, and rolling soil in a maximum of 8-inch layers. Compaction density shall be at a minimum of 90 percent Standard Proctor ASTM D-698-78 density. Make at least one test per 500 cubic yards of embankment. The CONTRACTOR shall prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 5 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 construction. Damages caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operations under this Contract in conformance with the erosion control practices described in that Item. C. Construction Methods: Provide filter fabric fence systems at locations specified on PLANS in accordance with enclosed drawing. Filter fabric fence systems shall be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulated. Attach the filter fabric to 1 inch by 2 inch wooden stakes spaced a maximum of 3 feet apart and embedded a minimum of 1 foot. The wooden stakes shall be installed at a slight angle toward the source of anticipated runoff. Trench in the toe of the filter fabric fence with a spade or mechanical trencher so that the downward face of the trench is flat and perpendicular to the direction of flow or for V -trench configuration as shown on the attached drawing. Lay filter fabric along the edges of the trench. Backfill and compact trench. The filter fabric should be provided in continuous rolls and cut to the length of the Silt Fence to minimize the use of joints. When joints are necessary, the fabric should be spliced together only at a support post with a minimum 6-inch overlap, and sealed securely. Inspect sediment filter barrier systems after each rainfall, daily during periods of prolonged rainfall, and at a minimum once a week. Repair or replace damaged section immediately to restore the requirements of this Item. Remove sediment deposits when silt reaches one-third of the height of the fence in depth. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. 12.2 INLET PROTECTION BARRIERS: This Item describes the installation of erosion and sedimentation control inlet protection barriers utilized during construction and prior to the final development of the site. A. Products: Filter Fabric shall conform to requirements within this specification item. B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this Item. No clearing Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. The CONTRACTOR shall maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing system. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, CONTRACTOR shall maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials site. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment off site at location not in or adjacent to stream or floodplain. Off-site disposes will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state, and local regulations. The CONTRACTOR shall prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control system shall be repaired immediately. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operation under this Contract in conformance with the erosion control practices described in that Item. C. Construction Methods: Install inlet protection barriers of the type specified on PLANS. Inspect inlet protection barriers after each rain, daily during period of prolonged rainfall, and at a minimum once a week. Repair or replace damaged barrier components to restore the requirements of this Item. Remove sediment deposit when the sediment has accumulated to one- half the height of the barrier. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. 12.3 STRAW BALE FENCE: This Item describes the installation of erosion and sedimentation control straw bale fences utilized during construction and prior to the final development of the site. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 7 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 A. Products: Provide Products as listed in sub-paragraph Construction Methods, below. B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated and shall be constructed in accordance with the requirements shown on PLANS and set out in this Item. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction this contract until acceptance of the project or until directed by the OWNER to remove and discard the existing systems. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream of floodplain. Off-site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state and regulations. Equipment and vehicles shall be prohibited by the CONTRACTOR from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control practices described in that Item. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operation under this Contract in conformance with the erosion control practices described in the Item. C. Construction Methods: Provide straw bale fences at location specified on PLANS in accordance with enclosed drawing. Straw bale fences shall be installed in such a manner that surface runoff will percolate through the system in sheet flow fashion and allow sediment to be retained and accumulated. Wire, nylon, or polypropylene rope tied across the hay bales Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 shall bind bales. Jute or cotton binding is not allowed. Bales shall be placed in a row with ends tightly abutting the adjacent bales. Place bales with bindings parallel to ground surface. Each bale shall be embedded in the soil a minimum of 4 inches, where possible. Bales shall be securely anchored in place by 3/8-inch rebar stakes driven through the bales. The staked in each bale shall be angled toward previously laid bale to force bales together. Fill the gaps between bales with straw to prevent water from escaping between bales. Wedge carefully in order not to separate bales. Inspect straw baled fences after each rainfall, daily during periods of prolonged rainfall, and at a minimum once a week. Repair of replace damaged section immediately to restore the requirements of the Item. Remove sediment deposits when silt reaches one-third of the height of the fence in depth. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. 12.4 STABILIZED CONSTRUCTION EXIT: This Item describes the installation of erosion and sedimentation control stabilized construction exits utilized during construction and prior to the final development of the site. The CONTRACTOR shall provide temporary stabilized construction exits, access paths, and entrances. Vehicles leaving the construction area shall have their tires cleaned to remove sediment prior to entrance onto public right-of-way. Washing shall occur on stabilized areas that drain into sediment traps. Stabilized construction exits shall be at least 14 feet wide for one-way traffic and 20 feet wide for two-way traffic. Provide systems including wood mats, mud mats, and steel mats. The stabilized temporary construction access paths shall be inspected daily and maintained with additional similar materials to bring the access system to originally constructed condition. A. Products: Separation Geotextile shall be woven or nonwoven geotextile fabric made of polypropylene, polyethylene, ethylene, or polyamide material. Geotextile fabric shall have minimum grab strength of 270 psi in any principal direction (ASTM D4632) and the equivalent opening size required for the native soil and any off-site materials used on the project. Both the geotextile and threads shall be resistant to chemical attack, mildew, and rot. Coarse Aggregates shall consist of crushed stone, gravel, crushed blast furnace slag, or combinations thereof, conforming to the gradation requirements below. Particles shall be composed of clean, hard, durable materials free from adherent coatings, salt, alkali, dirt, clay, loam, shale, soft or flaky materials, or organic and injurious matter. Sieve Size Percent Retained Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (Square Mesh) (By Weight) 2'/" 0 2" 0-20 1'/2' 15-50 %11 60-80 No. 4 95-100 B. Execution: Provide erosion and sedimentation control systems at the locations shown on PLANS. Such systems shall be of the type indicated. No clearing and grubbing or rough cutting, other than as specifically directed by the OWNER to allow soil testing and surveying, shall be permitted until erosion and sedimentation control systems are in place. Maintain existing erosion and sedimentation control systems located within the project site installed by others prior to start of construction under this contract until acceptance of the project or until directed be the OWNER to remove and discard the existing system. Inspect and repair or replace components of all erosion and sedimentation control systems as specified for each type of system. Unless otherwise directed, maintain the erosion and sedimentation control systems until the OWNER accepts the project. Remove erosion and sedimentation control systems promptly when directed by the OWNER. Discard removed materials offsite. Remove and dispose sediment deposits at the project spoil site. If a project spoil site is not designated on PLANS, dispose of sediment offsite at location not in or adjacent to stream or floodplain. Off-site disposal will be the responsibility of the CONTRACTOR. Sediment to be placed at the project site should be spread, compacted and stabilized in accordance with the OWNER's directions. Sediment shall not be allowed to flush into stream or drainage way. If sediment has been contaminated, it needs to be disposed of in accordance with existing federal, state, and local regulations. The CONTRACTOR shall prohibit equipment and vehicles from maneuvering on areas outside of dedicated rights-of-way and easements for construction. Damages caused by construction traffic to erosion and sedimentation control systems shall be repaired immediately. CONTRACTOR shall employ protective measures described in Item General Source Controls to avoid damage to existing trees to be retained on the project site. Conduct all construction operation under this Contract in conformance with the erosion control practices described in that Item. C. Construction Methods: Provide stabilized access roads, subdivision roads, parking areas, and other on-site vehicle transportation routes when shown on PLANS. Provide stabilized construction exits, and truck washing areas when approved by Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 10 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 OWNER, of the sizes and locations shown on PLANS. Construction traffic shall not be allowed to leave construction site and move directly onto public roadway, alley sidewalk, parking area, or other right-of-way in areas other than at locations of stabilized construction exits. Vehicles leaving construction areas shall have their tires cleaned to remove sediment prior to entrance onto public right-of-way. When washing is needed to remove sediment, CONTRACTOR shall construct a truck washing area. Truck washing shall be done on stabilized areas that drain into sediment traps. Detail for stabilized construction exit is shown in Drawing attached at the end of this Item. Use the same specifications for construction of all other stabilized areas. Roadway width shall be at least 14 feet for one-way traffic and 20 feet for two-way traffic and shall be sufficient for all ingress and egress. Furnish and place geotextile fabric as a permeable separator to prevent mixing of coarse aggregate with underlying soil. Exposure of geotextile fabric to the elements between laydown and cover shall be a maximum of fourteen days to minimize damage potential. Roads and parking areas shall be graded to provide sufficient drainage away from stabilized areas. Use sand bags, gravel, boards, or similar methods to prevent sediment from entering public right-of-way, storm drain, ditch, and watercourse. The stabilized areas shall be inspected and maintained daily. Provide periodic top dressing with additional coarse aggregates to maintain the required depth. CONTRACTOR shall repair and cleanup damaged measures used to trap sediment. All sediment spilled, dropped, washed, or tracked onto public right- of-way shall be removed immediately. The length of the stabilized area shall be as shown on PLANS, but not less than 50 feet. The thickness shall not be less than 8 inches. The width shall not be less than full width of all points of ingress or egress. Stabilization for other areas shall have the same course aggregate, thickness, and width requirements as the stabilized construction exit, except where specified otherwise on PLANS. Alternative methods of construction may be utilized when shown on plans, indicated on a special provision to this Item, or when approved by the OWNER. These methods include the following- 1. ollowing:1. Cement Stabilized Soil: Compacted, cement stabilized soil, limestone aggregate or other fill material in an application thickness of at least 8 inches. 2. Wood Mats or Mud Mats: Oak or other hardwood timbers placed edge to edge and across support wooden beams which are Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 11 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 placed on top of existing soil in an application thickness of at least 6 inches. 3. Steel Mats: Perforated mats placed across perpendicular support members. D. Measurement and Payment: Payment for this item shall be subsidiary to Storm Water Pollution Prevention Control. ********END OF SECTION******** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02002 - 12 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02200 EXCAVATION AND PLACEMENT OF FILL 1. GENERAL This specification shall govern all work required for excavation and placement of fill. The work shall include necessary pumping, bailing, drainage, excavation, placement, compaction and finish grading. The work shall also include, unless otherwise indicated, the disposal of excess excavated material as well as the removal and disposal of existing structures encountered in the excavation. 2. REFERENCE STANDARDS The following standards are referenced in this specification: 2.1.American Society of Testing and Materials (ASTM): D 698 Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5. Ib. Hammer and 12-in Drop. D 1140 Test Method for Amount of Materials in Soils Finer than the No. 200 (75pm)Sieve D 2487 Classification for Soils and Engineering Purposes D 4318 Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils 3. MATERIAL CONFORMANCE TESTS On-site soil materials excavated for reuse as fill shall be subjected to the following tests by the Quality Control Organization (QCO). One set of tests shall be performed for each 25,000 cubic yards of material. In addition, a visually distinguishable change in the soil characteristics or a change in the soils Plasticity Index (PI) by more than 10 points, shall require an additional set of tests. In any condition, a minimum of one (1) complete set of tests must be performed for each different type of soil material used. 3.1.Soil Classification All soil materials used shall be classified in accordance with the United Soil Classification System (ASTM D 2487). 3.2.Gradation All soil materials used shall be tested to determine the percentage passing the #200 sieve. Gradation shall be determined in accordance with ASTM D 1140. 3.3.Atterberg Limits All soil materials used shall be tested to determine the Atterberg Limits (Liquid Limit and Plastic Limit) and the Plasticity Index (ASTM D 4318). Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02200 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3.4.Soil Moisture-Density The soil moisture/density relationship shall be determined using the Standard Proctor method (ASTM D 698). 3.5.Review of Conformance Testing Prior to use of soil materials for fill, the QCO shall review the results of the Material Conformance Tests. Material which does not meet the minimum requirements shall not be used. The QCO shall document that all soil materials used for fill meets the requirements of this specification. 4. EXCAVATION 4.1.Excavation Safety Based on the design configuration, all sides of the excavation shall have finished slopes at approximately three (3) horizontal to one (1) vertical (3:1). All excavations five (5) feet or greater in depth and which require a person to be located within the excavation for any reason shall be protected using methods developed and implemented by the Contractor. All excavations shall be accomplished meeting all requirements of the U.S. Occupational Safety and Health Administration (OSHA), including Title 29, Code of Federal Regulations (CFR) Part 1926, Subpart P [29 CFR §1926, Sub. P]. The Contractor shall be solely responsible for the design and implementation of the excavation safety program. 4.2.Excavation Procedures The Contractor shall excavate the material to the lines and grades shown on the plans. The bottom of the excavation shall be firm, stable, undisturbed soil of uniform density. Disturbed or loose soil shall be removed or recompacted in place. When unsuitable material is encountered, it shall be removed to a maximum depth of two (2') feet and replaced with suitable material, laid in uniform layers and compacted by rolling or tamping to provide a suitable foundation for the structure. Unsuitable material identification, removal, and replacement shall be verified and approved by the QCO, Engineer, and the City. 4.3.Dewatering Although the completed design includes a dewatering system, this system is intended to alleviate long term hydrostatic pressures on the landfill lining system. Past excavations at the site have required the Contractor to utilize groundwater depression to complete the excavation. The work included under this specification will include groundwater depression, if necessary. Once the excavation is completed and the underdrain system installed, the Contractor shall utilize the underdrain system to control the groundwater level in the area, including pumping, if necessary. Contractor shall provide the system, consisting of pump(s), well points and/or sumps, discharge hoses, and all other required appurtenances and equipment as Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02200 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 required to meet project plans and specifications. Equipment and appurtenances shall be warranted to perform as required. Contractor will be responsible for costs and damages associated with breakdowns, replacements, substitutions necessary to meet the requirements of the work. Contractor will receive no time extensions as a result of inadequate performance of equipment. Contractor shall continue to operate dewatering system for the required duration to meet project requirements and protect the site. Provide dewatering systems and equipment of suitable capacity and capabilities to meet project objectives and prevent damage to project site. Protect discharge conduits and hoses from damage. Verify that discharged waters flow properly from conduits without kinking and restriction and without causing erosion, siltation, leakage, or excessive ponding at or downstream of discharge points. Continually maintain discharge hoses or conduits such that leaks are repaired promptly. Protect discharge hoses and conduits from the effects of traffic by burying conduits or providing drive-over protective methods. The Engineer reserves the right to halt or redirect dewatering efforts that in any way obstruct site access, adversely affects other areas, including wetlands, or function in any way unacceptable to the Owner or Engineer. Contractor shall drain project site by using an adequate number of sumps, pumps, well point system, grading, berms, or other approved methods. Produce a downward seepage of water through the soils inside the proposed leachate sump area. Contractor shall be prepared to demonstrate that the method proposed will produce the desired results. Contractor shall be prepared to adopt other means of obtaining these effects if the proposed method fails or is unsatisfactory, in the opinion of the Engineer. Well points, where used, must be furnished, installed, and operated by a reputable contractor regularly engaged in this business or as approved by the Engineer. 5. MATERIALS During excavation, the Contractor shall segregate materials for reuse as fill materiel from excess material that will not be reused. The Contractor shall coordinate the location of the stockpiles with the Engineer. Excavated soil materials used for placement as fill shall be free of clods, sod, trash, roots, organic matter, and foreign material. Soil materials placed as fill shall have a Liquid Limit (LL) of less than 50. 6. INSTALLATION The Contractor shall ensure that excavated material placed as fill complies with the material specifications. The soil materials used for fill shall be broken down such that no particles are greater than six inches in the least dimension. 6.1.Placement The soil materials shall be broken down such that all material is uniformly hydrated. The soil material shall be placed in loose lifts no less than six (6) inches in thickness nor more than twelve (12) inches in thickness, as required to obtain compacted lift thickness of six (6) inches. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02200 -3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 6.2.Hydration Prior to compaction, the soil material shall be hydrated so that proper moisture can be maintained during the compaction process. Once water has been added, the soil material shall be worked to provide proper mixing. Soil hydration is allowed either on a stockpile or in-place. The soil material shall be hydrated to a moisture content from three percent (3%) below to three percent (3%) above (wet) of the optimum moisture content. 6.3.Compaction All soil material shall be compacted using a pad or tamping foot roller or a prong foot ("sheepsfoot") roller. Bulldozers and/or pneumatic tired compactors will not be used. The lift thickness shall be controlled, as outlined above, such that the compactor feet penetrate through the entire lift under compaction into the top of the previously compacted lift. Adequate cleaning devices shall be used to prevent clogging of the compactor from excess soil material. Sections of fill which do not pass all the requirements shall be re-worked and re-tested until the section in question does pass, and to the extent that the re-worked area(s) tie-in to an area which passed the testing. The re-worked area shall be re-worked and re-tested until passing tests are achieved. Fill material for general embankment construction shall be compacted to ninety-five percent (95%) of the maximum dry density as determined by the Standard Proctor moisture-density test (ASTM D-698). The moisture content shall be from three percent (3%) below to three percent (3%) above (wet) of the optimum moisture content (as determined by ASTM D-698). 7. FIELD QUALITY CONTROL TESTS TO BE PERFORMED Section 01410, "Construction Quality Control", identifies the duties and responsibilities of the QCO during construction. During the installation of soil materials, the QCO shall perform the following quality control tests. A voluntary increase over the minimum number of tests does not require a commensurate increase in the number of supplementary tests. 7.1.Inspection During Placement and Compaction During the placement and compaction of the soil material, the QCO shall make visual observations to verify that the proper equipment and construction techniques are being used. Areas worked using inappropriate materials and/or equipment will be re-worked using proper procedures and equipment. 7.2.Field Density During the placement of the soil material, the QCO shall obtain a minimum of one (1) field density test per 50,000 square feet, or less, for each lift. The Contractor shall compact the soil material to meet the density and moisture requirements identified Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02200 -4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 above. Sections which do not pass the density test shall be re-worked until a passing set of tests is achieved. 8. SUBMITTALS The Contractor shall submit detailed information on the compaction equipment to be used. This information will be used to verify that the equipment complies with the requirements of this specification. Contractor shall not start the dewatering or draining activities until plans and other data required in this Section have been reviewed and approved by the Engineer. 9. MEASUREMENT AND PAYMENT Excavation (including excavation safety) and placement of fill shall be measured by the cubic yard and shall be paid for at the Unit Price Bids set forth in the proposal, subject to any construction tolerances shown on the project drawings. Final quantities shall be based on in-place hard yards and shall be verified by before and after topographic surveys. Progress for excavation and placement of fill shall be estimated by approximate square area and approximate depth per dimensions shown on the drawings and agreed upon by the Engineer, QCO, and the Contractor. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02200 -5 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02240 SILT FENCE PART 1 - GENERAL 1.1 DESCRIPTION This specification shall govern all work necessary for providing and installing silt fences around perimeter of work areas, as required to complete the project. PART 2 - PRODUCTS 2.1 FABRIC Type W fabric is a woven fabric which is used in a Type 1 Self-supported Fence. Type NW is a Net-Reinforced Fence or Type 3 Triangular Filter Dike. Either fabric may be manufactured from polyester, polypropylene or polyamide and shall be resistant to ultraviolet degradation, mildew and rot and shall be suitable for use in a wet soil and stagnant water environment. The edges of woven fabrics shall be sealed or selvaged to prevent raveling. Fabrics, when supplied for Types 1 or 2 fences, shall be at least 36 inches wide with 6 to 8 inches of the width buried in a trench to prevent undercutting, unless specified otherwise on the plans. The fabrics shall exhibit the following physical properties when sampled and tested using the specified methods. Physical Property Test Method Type W Type NW 1) Tensile Strength, Ib. ASTM D 4632 100 MIN 90 MIN 2) Elongation @ Yield, % ASTM D 4632 10-40 100 MAX 3) Trapezoidal Tear, Ib. ASTM D 4533 50 MIN 35 MIN 4) Apparent Opening Size, im ASTM D 4751 20-50 50-80 5) Permittivity, 1/sec ASTM D 4491 0.1 MIN 1.0 M I N 6) Ultraviolet Stability ASTM D 4355 original tensile strength retained after 500 hours exposure, % 80 MIN 80 MIN 2.2 FENCE REINFORCEMENT MATERIALS Silt fence reinforcement shall be one of the following systems. A. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and Type W fabric without net reinforcement. Fence posts shall be a minimum of 42 inches long, Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02240 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 embedded at least 1 foot, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 in. and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 in. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. B. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and Type NW fabric with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 inches square. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. C. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross- sectional shape with sides measuring 18 inches, wrapped with Type NW silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. PART 3 — EXECUTION 3.1 PACKAGING REQUIREMENTS Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 3.2 CERIFICATION AND IDENTIFICATION Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll width in inches e. Roll length in yards Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02240 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3.3 MEASUREMENT & PAYMENT Silt Fence shall not be measured or paid for as a separate item, but shall be included in the lump sum price for Storm Water Pollution Prevention. ****END OF SECTION**** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02240 -3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02250 RECOMPACTED CLAY LINER PART 1 GENERAL 1.1 SCOPE OF WORK A. Construction of the Recompacted Clay Liner 1.2 RELATED WORK A. Section 02200-Excavation and Placement of Fill B. Soil and Liner Quality Control Plan (SLQCP) 1.3 REFERENCE STANDARDS A. ASTM D 422 - Standard Test Method for Particle Size Analysis of Soils B. ASTM D 698 - Standard Test Method for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5-'/2-Ib Hammer and 12-inch Drop C. ASTM D 1140 - Standard Test Method for Amount of Material in Soils Finer Than the No. 200 Sieve D. ASTM D 2216 - Standard Test Method for Laboratory Determination of Water (moisture) Content of Soil, Rock, and Soil-Aggregate Mixtures E. ASTM D 2487 - Classification of Soils for Engineering Purposes F. ASTM D 2922 - Standard Test Method for Density of Soil and Soil-Aggregate In Place by Nuclear Methods G. ASTM D 3017 - Standard Test Method for Moisture Content of Soils In Place by Nuclear Method H. ASTM D 4318 -Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils I. ASTM D 5084 - Method of Test for Permeability of Fine-Grained Soils J. EM 1110-2-1906 - U.S. Army Corp of Engineers, Falling-Head Permeability Test with Permeameter Cylinder K. Other standard methods per the SLQCP PART 2 PRODUCTS 2.1 SOIL FOR RECOMPACTED CLAY LINER Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02250 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 A. Clay for liner construction shall be obtained from onsite excavations. B. Clay for liner construction shall be classified according to the United Soil Classification System (USCS) as CH or CL (ASTM D 2487) based on, 1. Percent passing U.S. No. 200 Sieve is greater than 30 percent (by dry weight). 2. Minimum liquid limit of 30 and a minimum plasticity index of 15. 3. Remolded permeability of 1.0 x 10-7 cm/sec or less. C. Reasonably free of calcareous concentrations and nodules, refuse, roots, or other deleterious substances at the discretion of the QCO monitor. D. In Place Permeability: Less than or equal to 1x10-7 cm/sec as determined by ASTM D5084. PART 3 EXECUTION 3.1 INSTALLATION A. In preparation for placement of clay liner material, the subgrade, including any earth fill required to raise grade, shall be compacted to a density not less than 95 percent of maximum dry density as determined by standard proctor methods (ASTM D698). Compacted lift thicknesses shall not exceed 6 inches for earth fill. The subgrade shall be firm and non-yielding. Any visible soft or yielding areas must be over-excavated and replaced with properly compacted earth materials. B. The grade elevations must be determined by the OWNER's representative at points not less than one per 5,000 square feet prior to placement of clay liner material on the subgrade. These elevations establish the initial elevations which will be used to verify that the final clay liner thickness meets the minimum requirement. C. Clay liner material must be processed using appropriate equipment such as heavy disc units and/or pulverizers to reduce the clay clod sizes to approximately 1-inch maximum and then thoroughly mixed with clean water to adjust the moisture content to optimum moisture content to 4 percentage points above optimum. This process is intended to produce a uniform material free of large dry soil clods and capable of being compacted to the required density and permeability. D. The clay liner material must be placed in uniform loose lifts not exceeding 8 inches thickness such that the final compacted lift thickness does not exceed 6 inches. The pad feet of the compactor must fully penetrate the lift being compacted. E. The minimum acceptable density shall be 95 percent of the maximum dry density Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02250 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 (ASTM D698). Any area which fails to meet the moisture and density requirement must be reworked, as needed, to obtain acceptable moisture and density conditions as verified through retests of the area. F. Compaction of the clay liner material requires the use of special compaction equipment having sufficient weight to achieve modified proctor density and having pad-footed rollers of sufficient length to fully penetrate the loose lifts and extend into the underlying lift. Self-propelled pad-footed compactors such as the Caterpillar 815B have proven successful for clay liner construction (40,000 lbs minimum). Bulldozers or other low pressure/high vibration machines shall not be used to compact the clay liner. G. Successive lifts of clay liner material shall not be placed until the area has been tested and determined to meet the moisture and density requirements. H. The CONTRACTOR must protect the completed lift from drying by the addition of clean water until such time that the next lift of clay liner material can be placed. If the lift dries and cracks, the entire area affected must be scarified, moisture adjusted, recompacted, and retested for compliance. I. Any clay liner section which becomes excessively wet from rainfall must be scarified and allowed to dry to within the required moisture range; and then recompacted and retested. J. The clay liner segments to be constructed on the side slopes must be constructed monolithically with the bottom clay liner segments to create a single liner unit. The clay liner material for side slopes shall be spread, processed, and compacted parallel to the slope. K. The final surface of the clay liner shall be bladed smooth and/or rolled with a steel wheel roller to produce a final surface free of ruts. The final surface shall be checked for final grade elevations by the OWNER at the points initially set for this purpose. The clay liner thickness shall meet the minimum requirement at each location to be acceptable. L. The clay liner and any lifts of the clay liner shall not be penetrated by survey stakes. The clay liner may be marked with paint or pin flags for temporary survey purposes. M. Construct the liner as a single monolithic section unless approved otherwise in writing by engineer. 3.2 FIELD QUALITY CONTROL QUALITY ASSURANCE A. Allow for owner to perform quality control tests as specified in the SLQCP. B. An individual lift or section may be sampled upon completion (but prior to Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02250 -3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 subsequent lift or section placement). Use an approved sampler or investigative tool. Properly backfill the resulting penetration per the SLQCP. Allow complete testing of compacted clay liner samples prior to acceptance of clay liner. C. Compacted clay liner thickness: Minimum of 24 inches across the bottom and up the side slopes. Thickness of the clay liner on the slide slopes is measured perpendicular to the slope face. D. Determine as-built thickness of the clay liner by survey methods. Survey completed subgrade surface and submit to engineer for approval prior to the placement of any clay liner. Upon completion of the clay liner, and prior to the installation of subsequent elements, survey the top of the clay liner and submit for approval from Engineer to ensure the specified thickness of clay liner has been achieved. Verify by survey and obtain approval from Engineer that the top of the clay liner is graded to the specified grades, slopes, and thickness tolerance of 0 to +0.1 ft. E. This work must be performed by a surveyor registered in the State of Texas and employed by the OWNER. 3.3 MEASUREMENT & PAYMENT A. Recompacted clay liner shall be measured by the cubic yard and shall be paid for at the Unit Price Bid set forth in the Bid Form, subject to any construction tolerances. Final quantities shall be based on in-place hard yards and shall be verified by before and after topographic surveys. Progress for recompacted clay liner shall be estimated by approximate square area and approximate depth per dimensions shown on the drawings and agreed upon by the Engineer, QCO, and Contractor. The payment shall be full compensation for completing the work as specified, complete in place. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02250 -4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02500 CRUSHED CONCRETE FLEXIBLE BASE 1. GENERAL This Specification shall govern all work for furnishing and placing Crushed Concrete Flexible Base required to complete the project. 2. MATERIALS All crushed concrete flexible base material shall meet the requirements for Type `D' material as specified in the Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversized 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. QUALITY CONTROL TESTING REQUIREMENTS The City will engage a laboratory and pay for one test for each test required in accordance with TxDOT Specification Item 247 "Flexible Base", Section 247.2.1 Aggregate (Table 1-Material Requirements) 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. 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, an in conformity with the typical section shown on the drawings. Grade tolerance shall be generally '/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid 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 98% Modified Proctor (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavements 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 +/- 1% deviation from the specified moisture or density requirements. Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02500 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 On completion of compacting, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. 5. MEASUREMENT AND PAYMENT Crushed concrete flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling placing, compacting, geotextiles, geogrid, labor, equipment, tools, and incidentals necessary for the completion of work. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02500 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02735 PVC PIPE AND FITTINGS 1. GENERAL This specification designates general requirements for unplasticized polyvinyl chloride (PVC) pipe and fittings. 2. MATERIALS Pipe shall be unplasticized polyvinyl chloride (PVC) plastic pipe made from clean, virgin, approved PVC compound. Pipe designated shall be PVC conforming to ASTM Specification D-3034 having an SDR of 26, with dimensions as shown on the plans. Where indicated on the plans, the piping shall be perforated, with perforation locations as shown on the plans Joints for PVC pipe and fittings shall be compression rubber gasket joints conforming to the material and performance requirements of ASTM D-3212 and ASTM F-477. Pipe bells shall be integral with the wall sections. Joints shall be sealed with rubber rings. Solvent-cement joints are prohibited on this project. The ratio of outside diameter to pipe wall thickness for the pipe shall not be less than required under ASTM D-3034, ASTM F-679, or under ASTM F-789. The ratio of outside diameter to pipe wall thickness for service lines shall not be less than required under ASTM D-1785 and ASTM D-2665 for an SDR rating of 26 maximum. Standard fittings and accessories required shall be manufactured and furnished by the pipe supplier. They shall conform to the material and performance requirements of the pipe, and shall have joint configurations identical to that of the pipe. Couplings used for service re-connections shall be as follows: 3. INSTALLATION The Contractor shall install the PVC pipe in conformance with manufacturer's recommendations and details shown on the plans. The PVC piping shall not be glued, and solvent-cement is prohibited on this project. 4. MEASUREMENT AND PAYMENT PVC shall be measured by the linear foot along the centerline of pipe and shall be considered a part of the dewatering system. PVC shall be paid for as a part of the dewatering system, at the Unit Price set forth in the Proposal. Payment shall include provision of all pipe fittings and appurtenances required, as well as labor and equipment required to construct the line complete in place. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02735 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02736 HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS 1. GENERAL This specification designates general requirements for smooth wall polyethylene pipe. 2. SUBMITTALS 2.1.Data Before beginning work, the Contractor shall submit for approval, the vendor's specific technical data with complete information on resin, physical properties of pipe and pipe dimensions pertinent to this job. A manufacturer's "certificate of compliance with specifications" shall be furnished for all materials to be supplied. 2.2.Tests The City may run tests on field samples per applicable ASTM specification at a laboratory for verification of the required physical properties and characteristics. The number of samples taken shall be at the City's discretion. All samples shall be provided by the Contractor at no charge to the City. The City shall pay all charges for all testing of the pipe material if they are found to meet the specifications. All retesting of materials shall be at the Contractor's expense. The Contractor will be responsible for damages caused by, and the replacement of, failed, unspecified, or unapproved materials. 3. MATERIAL The pipe material shall meet the requirements shown on the plans and the SLQCP requirements. Joints for HDPE pipe and fittings shall be heat-fused butt welded. Where indicated on the plans, the piping shall be perforated, with perforation patterns as shown on the plans. 4. MEASUREMENT AND PAYMENT HDPE Pipe installed in the leachate collection trench shall be measured by the linear foot along the center line of the pipe and shall be considered as one unit along with the gravel and geotextile. Payment for installing the pipe shall be per linear foot and shall be measured from end to end. The unit price bid for the pipe shall include the pipe, butt welding, the gravel pack, and the geotextile fabric wrap. HDPE Pipe installed for the leachate force main shall be measured by the linear foot along the center line of the pipe. Payment for installing the pipe shall be per linear foot and shall be measured from end to end. The unit price bid for the pipe shall include the pipe, butt welding, valves, fittings and other appurtenances associated with the force main. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02736-1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 02838 LANDFILL FENCE PART 1 - GENERAL 1.1 DESCRIPTION This specification shall govern all materials and work necessary for providing and installing the perimeter trash containment fence, as required to complete the project. All fence materials shall be hot dipped galvanized PART 2 - PRODUCTS 2.1 WOOD POLES Wood poles shall be CCA treated to a minimum retention of 0.6 lbs per cubic foot, 25 feet long, southern yellow pine, class 6 poles in accordance with TxDOT specification Item 267 Treated Timber Poles. 2.2 WIRE FABRIC Wire fabric shall be 2 inch by 4 inch, 14 gage, 72 inches wide, and galvanized. 2.4 STEEL WIRE STRAND Steel wire strand shall be in accordance with ASTM A475. Wire shall be 1/4 inch, 7 strand EHS grade with a minimum breaking strength of 6,650 pounds and shall have a Class B galvanized coating. 2.5 EYE BOLTS Eye bolts shall be of 1/2 inch steel rod with a minimum shank length of 9.75 inches (or 1 inch larger than the pole diameter) and an eye diameter of 1.25 inches. The eye bolt along with the required bolt and washer shall be galvanized. 2.6 WIRE ROPE CLIPS Wire rope clips shall be galvanized steel meeting federal specification FF-C-450, Type 1, Class 1, conforming to ASTM A-133. 2.7 WIRE THIMBLE Wire thimbles shall be galvanized steel meeting federal specification FF-T-276b, Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02838 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Type II, conforming to ASTM A-133. 2.4 STEEL SHACKLE Steel shackles shall be galvanized steel, load rated at a minimum of 2 tons, weldless with screw pin, and shall secure the wire, the wire fabric and wire strands to the eyebolts. 2.1 PREFORMED GRIP Preformed grips shall be constructed of helically formed galvanized steel, and when applied, encircles the steel wire strand. Two types shall be required: splice grip and terminal grip. The splice grip shall consist of a set of gripping legs at each end for splicing. The guy grip shall have one connection to the steel strand. Load capacity of grips shall exceed the wire strand capacity. 2.1 SUBMITTALS Contractor shall provide manufacturer's submittals for all fencing materials used on this project to demonstrate conformance with the contract documents. Wood poles shall be CCA treated to a minimum retention of 0.6 lbs per cubic foot, 25 feet long, southern yellow pine, class 6 poles in accordance with TxDOT specification Item 267 Treated Timber Poles. PART 3 — EXECUTION 3.1 INSTALLATION Poles shall be spaced at 25-foot centers. Embedment of poles shall be between 6.5 and 7 feet. Maximum allowable horizontal tolerance from true alignment shall be 4 inches. Backfill around pole shall be cement stabilized sand mixed at a ratio of one sack Portland cement per cubic yard of sand. The backfill shall be well compacted around the pole after the proper alignment has been achieved. Corner and end bracing shall be placed at all openings, corners and fence ends. Wire fabric shall be spliced such that the capacity of the splice is not less than 90% of that of the unspliced section. 3.2 MEASUREMENT & PAYMENT Landfill fence shall be measured and paid for at the unit price bid in the proposal for Landfill Fence. ****END OF SECTION**** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 02838 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 11300 LEACHATE AND GROUNDWATER PUMPS 1. GENERAL 1.1 DESCRIPTION This specification shall govern all work necessary to furnish and install the submersible pumps and control panel systems as specified herein. 1.2 SUBMITTALS A. Provide Manufacturer's warranty for the pump and control panel in accordance with provisions of the Conditions of the Contract. B. Provide written verification that pump and control panel meets criteria outlined within this specification. 2. PRODUCTS 2.1 SUBMERSIBLE PUMPS Leachate Pumps: Furnish one centrifugal submersible EPG SurePump Wheeled Sump Drainer (U.S. patented), Model WSDPT 8-3 with 3 impeller stages or engineer approved equal. The pump shall be suitable for side slope riser installation. The pump shall come with a 1 HP submersible electric motor for operation on 480 volts, three phase, 60 hertz service with 100 feet of power cable and 100 feet of level sensor or transducer cable. Each SurePump Wheeled Sump Drainer shall have a 1-1/2 inch threaded discharge nozzle and be capable of delivering 55 gpm at 35 feet of total dynamic head (TDH). Dewatering Pumps: Furnish one centrifugal submersible Grundfos pump, Model 230S50-1 (5 HP) or engineer approved equal. The pump shall be suitable for side slope riser installation. The pump shall be capable of fitting inside a 14 inch/ SDR 17 HDPE riser pipe and operate on 480 volts, three phase, 60 hertz service with 100 feet of power cable and 100 feet of level sensor or transducer cable. The pump shall utilize a 3-inch male camlock discharge fitting, be rated for a minimum of 30 starts per hour, not incorporate vent valves located within the riser pipe section of the system, and be capable of delivering a flow rate of 230 gpm at 35 feet of total dynamic head (TDH). Each unit shall be fitted with 100 feet of stainless lifting cable of sufficient Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 11300 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 strength to permit removal of the unit. Each submersible pump shall consist of the following standard features: A. Major Components and all fasteners: shall be made of 304 stainless steel.Seal Rings: shall be made of Teflon B. Check Valve: each unit shall include a built-in check valve, with housing of 304 stainless steel and check valve seat of Teflon C. Shaft: shall be 304 stainless steel and rotate on E-Glide bearings which are product lubricated D. Diffuser Chamber: diffuser chambers for each impeller shall be of 304 stainless steel. They shall be fitted with Teflon impeller seal rings. E. Impellers: shall be closed and consist of 304 stainless steel. F. Motor: shall be a submersible, hermetically sealed Franklin motor in pollution recovery construction. The motor shall be designed for continuous duty, capable of sustaining up to 100 starts per day. The motor shall be connected to the pump via a motor adapter and coupling in 304 stainless steel. Three-phase motors shall have thermal protection in the motor windings to protect the windings from overload. The unit will restart automatically after the motor cools down. Three-phase motors shall have thermal protection located in the control panel which is to be manually reset. G. Motor Lead Wire: shall be no-splice with EPG's "CP" waterproof and chemically resistant insulation and be of the length specified. H. Discharge Hose: Provide 100' length of 1-1/2" type "SR" PVC hose with polypropylene cam and groove quick disconnects and hose clamps. 2.2 CONTROL PANELS The control panel shall be an EPG Companies Inc., U.L. listed YCL series control panel to operate two pump motors and auxiliary equipment in manual or automatic mode or engineer approved equal. The panel enclosure shall be NEMA type 4. The control system will operate from 480-volt, 60 hertz, three phase power supply and pump control components will be sized to operate pump motor of specified horsepower. The control panel shall include the following as standard features: A. Enclosures shall come equipped with an inner door, stainless steel drip Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 11300 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 shield and tamper resistant latch. The NEMA 4 enclosures shall be finished with polyester urethane and the NEMA 4X enclosures can be either stainless steel or non-metallic. B. Main 40 amp Disconnect Switch with Door Interlock: shall prevent opening of panel while power is on and includes 600-volt, 2-amp dual element type fuses. C. "Hands-Off-Auto" Selector Switch: allows manual or automatic operation. The selector switch shall be a heavy duty, oil tight, NEMA 4 rated switch mounted on the inner door. D. Motor Starter: The motor starter will be sized to the pump motor horsepower and shall be equipped with built in three phasing protection and ambient compensated, quick trip adjustable thermal overloads. E. Running Light: indicates energization of motor circuit. It shall be heavy duty, oil tight, NEMA 4 rated with voltage surge suppressor built in to prolong lamp life. F. Motor Overload Light: indicates motor not running due to overload condition. Light shall be heavy duty, oil tight, NEMA 4 rated with voltage surge suppressor built in to prolong life. G. Control Transformer: Transformer with fused primary to isolate control circuit from power circuit and for easier and safer field wiring of accessories. It shall lower incoming voltage to 120 volts. H. OCS Level Control: Shall be mounted on the inner door. Meter shall have a digital readout and the capability to monitor and maintain pumping operations as well as at least two other signal levels. Level control shall be accurate to within 0.1 inch. I. Heater with Adjustable Thermostat: to promote even distribution of heat and elimination of hot spots and condensation. Heater element shall be mounted in space between the subpanel and the back of the enclosure and provide a minimum of 100 inches square of heating area. J. Lightning Arrestor: Shall be grounded, metal to metal, to water strata. K. Terminal Strip: Provides easy connection of external components. L. Corrosion Inhibitor Emitter: Inclusion of an industrial corrosion inhibitor emitter that shall protect internal components of the control panel for up to Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 11300 -3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 one year. M. EPG submersible pressure transmitter level sensor: shall have a range of 0 to 10 feet with a 4 to 20 MA output signal. Transmitter construction shall be stainless steel body, stainless steel diaphragm and Viton seals with chemical resistant signal cable. The transmitter circuit shall be protected by intrinsically safe barriers. N. Simplex System: shall be designed to start a pump on a change in liquid level as sensed by the pressure transmitter. The pump shall continue to run until the selected level is reached. If the liquid level changes beyond set points, a high and/or low level shall be annunciated. O. Alarm Lights: Indicates high level alarm. It shall be heavy duty, oil tight, NEMA 4 rated and shall have an LED lamp with 100,000 hour life. The light shall be mounted on the inner door and will be red in color. P. Flow Meter: Badger 1-1/2" Mag Meter, Model M-2000, Flanged ends, with Modus Daughter Board, 1-1/2" CS Body 150# Flanged with: PTFE Liner, Alloy C Electrodes, 316SS Grounding Rings, Remote Amplifier, NEMA 6P/IP67 Submersible, and 30' cable. 3. EXECUTION 3.1 PACKAGING AND STORAGE REQUIREMENTS Prior to installation, the equipment shall be stored to be protected from damage. 3.2 INSTALLATION Submersible pumps, control panels and associated accessories shall be installed by qualified personnel in accordance with the supplier's recommendations. Confirm shutdown and alarm light indication. Contractor shall monitor the groundwater system at all times and have redundancy regarding dewatering or groundwater control and removal in case of equipment breakdown or power failure. This may include having additional pumps and generators available or on- hand so that dewatering may continue uninterrupted. ****END OF SECTION**** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 11300 -4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 13250 SYNTHETIC FLEXIBLE MEMBRANE LINERS - HDPE 1. GENERAL This specification shall govern the installation of synthetic flexible membrane liners (FML) made of high density polyethylene (HDPE). The FML shall be installed as shown on the plans and as governed by the facility's approved Soils and Liner Quality Control Plan (SLQCP). A copy of the SLQCP is attached to the specifications for reference. All material shall be manufactured in North America. 2. QUALITY CONTROL PERSONNEL REQUIREMENTS The Owner will hire a Quality Control Organization (QCO) whose role and responsibilities are outlined in Section 01410, "Construction Quality Control". The QCO will provide the quality control personnel meeting the requirements as set forth in the SLQCP. 3. MATERIAL CONFORMANCE TESTS The Contractor is responsible for coordinating the conformance sampling of the material. The QCO is responsible for coordinating the testing of the samples in accordance with the SLQCP. 4. REQUIRED MATERIAL PROPERTIES The FML shall be made of new, first quality materials manufactured specifically for the purpose of liquid containment. All FML shall have sufficient strength and resistance to chemical or ultraviolet radiation attack for the intended use. The Contractor shall make adequate submittals to allow the Engineer/QCE to test the material and determine that the material complies with the SLQCP. The Contractor shall obtain written concurrence from the Engineer that the material submittals conform to the SLQCP prior to shipping FML material to the site. 5. INSTALLATION PROCEDURES The Contractor is responsible for installing the material in accordance with the SLQCP. 6. QUALITY CONTROL TESTING REQUIREMENTS The QCO shall be responsible for performing the necessary quality assurance test prior to and during installation. The QCO will be required to certify that, based on the testing they performed, the material was installed according to the SLQCP. The FML manufacturer may submit samples directly to the Quality Control Laboratory (QCL) with shipping cost borne by the Manufacturer or the Contractor. Alternatively, the QCO will collect samples for conformance testing upon delivery of materials to the site with shipping cost borne by the OWNER. The OWNER will pay for conformance testing of the minimum number of samples based on the required roll quantity and test Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13250 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 frequency plus one additional sample of each material type. Additional testing required for multiple manufacturing lots or substantial gaps in roll numbers delivered will be conducted at the expense of the Contractor. These expenses will include shipping, testing, and other costs incurred by the QCO or the QCL. The FML installation Contractor shall verify at the beginning of installation, and as requested after, that the gauges used in seam integrity testing are accurate. A minimum of one pressure and one vacuum gauge shall have been calibrated within sixty days of the start of installation and shall be accompanied by a certificate of calibration matching the gauge(s). Alternatively, a new, in-the-box, gauge(s) may be supplied. Additional gauges may be checked (under observation of the QCO) against a calibrated/new gauge to verify the accuracy and good working condition of any gauges to be used on the project. All gauges must be maintained in good working condition throughout the project. The FML installer shall have available on the project a pyrometer to check the extrudate temperature of extrusion welding machines against the machine's temperature gauges. The extrudate temperature should be checked if there is concern that a machine's gauges are inaccurate or at the request of the QCO. 7. MEASUREMENT AND PAYMENT HDPE FML shall be measured by the net installed surface area, using the procedure identified on the plans, and shall be paid for at the Unit Price Bid set forth in the proposal. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13250 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 CEFE F. VALENZUELA LANDFILL SECTOR 2A CELL DEVELOPMENT THE CITY OF CORPUS CHRISTI, TEXAS FML SUBGRADE ACCEPTANCE FORM PROJECT: INSTALLER NAME: INSTALLER ADDRESS: SUBGRADE LOCATION: INSTALLER CERTIFICATION I, the undersigned representative of the Installer, do hereby accept the surface of the soil subgrade to the limits described above as being suitable for FML placement, in accordance with the project specifications. SIGNATURE: NAME: TITLE: DATE: CERTIFICATION RECEIVED BY QUALITY CONTROL ENGINEER SIGNATURE: NAME: TITLE: DATE: CERTIFICATION RECEIVED BY OWNER SIGNATURE: NAME: TITLE: DATE: Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13250 -3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 13300 DRAINAGE GEOCOMPOSITE INSTALLATION 1. GENERAL The Contractor shall be responsible for performing the installation of the drainage geocomposite in accordance with the plans. All materials shall be manufactured in North America. Geocomposite shall be one-sided on the disposal cell floor and two- sided on the disposal cell slopes as shown on the plans. 2. MATERIALS The Contractor shall use a geocomposite consisting of a nonwoven geotextile and geonet. The geocomposite geonet component shall have a minimum 250 mil geonet core thickness. A minimum 8 oz/sy geotextile shall be used. The material supplier shall provide certification that the geotextile meets the following criteria. Apparent opening size < 0.21 mm Permittivity > 1.02E-02 sec-1 Grab tensile strength > 80 lbs Seam strength > 70 lbs Puncture strength (ASTM D 4833) > 25 lbs Burst strength > 130 lbs Trapezoidal tear > 25 lbs Geotextile weight >_ 8 oz/sy The required minimum drainage geocomposite transmissivity properties are as follows: Confining Pressure (psf) / RatedT (m2/sec) 2120 / 8.10E-04 6520 / 6.03E-04 12,240 /4.04E-04 3. QUALITY CONTROL TESTING REQUIREMENTS The Quality Control Organization (QCO) shall be responsible for performing the necessary quality assurance tests prior to and during installation. The QCO will be required to certify that, based on the testing they performed, the material was installed according to the SLQCP. The drainage geocomposite manufacturer may submit samples directly to the Quality Control Laboratory (QCL) with shipping cost borne by the Manufacturer or the Contractor. Alternatively, the QCO will collect samples for conformance testing upon delivery of materials to the site. In that case, the OWNER will pay for shipping (ground). Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13300 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 The OWNER will pay for conformance testing of the minimum number of samples based on the required roll quantity and test frequency plus one additional sample of each material type. Additional testing required for multiple manufacturing lots or substantial gaps in roll numbers delivered will be conducted at the expense of the Contractor. These expenses will include shipping, testing, and other costs incurred by the QCO or the QCL. The cost of expedited shipping (other than by ground service) will be borne by the Contractor. The geocomposite testing frequency shall be as follows: GEOCOMPOSITE TESTING FREQUENCIES Material &Test Method Testing Frequency Manufacturer QA Laboratory GEONET Resin Density(ASTM D 792 or 1505) 1/resin lot --- Resin Melt Flow Index (ASTM D 1238) 1/resin lot --- Thickness(ASTM D 5199) 1/100,000 ftz and 1/resin lot 1/200,000 ftz Tensile peak MD (ASTM D 5035 or 7179) 1/100,000 ftz and 1/resin lot --- Carbon Black Cont. (ASTM D 1603 or 4218) 1/100,000 ftz and 1/resin lot 1/200,000 ftz Density (ASTM D 792 or 1505) 1/100,000 ftz and 1/resin lot 1/200,000 ftz NON-WOVEN GEOTEXTILE Mass per Area (ASTM D 3776 or 5261) 1/100,000 ftz 1/200,000 ftz Grab Strength/Elong. (ASTM D 4632) 1/100,000 ftz 1/200,000 ftz A.O.S. (ASTM D 4751) 1/200,000 ftz 1/200,000 ftz Permittivity(ASTM D 4491) 1/200,000 ftz 1/type CBR Puncture (ASTM D 6241) 1/200,000 ftz 1/type COMPOSITE Transmissivity(ASTM D 4716) 1/type 1/type Ply adhesion ASTM D 7005) 1/100,000 ftz&interface 1/type &interface *Geonet and geotextile testing to be conducted on un-bonded components. Test composite transmissivity at the confining pressures outlined above and at a gradient of 0.1. 4. MEASUREMENT AND PAYMENT Drainage geocomposite shall be measured by the net installed surface area, using the procedure identified on the plans, and shall be paid for at the Unit Price Bid set forth in the proposal for One- or Two-sided Geocomposite. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13300 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 13350 GEOTEXTILE INSTALLATION 1. GENERAL The Contractor shall be responsible for installing the geotextile in accordance with the plans. All material shall be manufactured in North America. 2. MATERIALS A minimum of 10 oz/sy nonwoven geotextile shall be used for the leachate collection trench, leachate collection sump, and underdrain geotextile wrap. The material supplier shall provide certification that the geotextile meets the following criteria: Apparent opening size < 0.21 mm Permittivity > 1.02E-02 sec-1 Grab tensile strength > 180 lbs Puncture strength (ASTM D 4833) > 80 lbs Burst strength > 290 lbs Trapezoidal tear > 50 lbs Geotextile weight >_ 10 oz/sy 3. QUALITY CONTROL TESTING REQUIREMENTS The Quality Control Organization (QCO) shall be responsible for performing the necessary quality assurance tests prior to and during installation. The QCO will be required to certify that, based on the testing they performed, the material was installed according to the SLQCP. The geotextile manufacturer may submit samples directly to the Quality Control Laboratory (QCL) with shipping cost borne by the Manufacturer or the Contractor. Alternatively, the QCO will collect samples for conformance testing upon delivery of materials to the site. In that case, the OWNER will pay for shipping (ground). The OWNER will pay for conformance testing of the minimum number of samples based on the required roll quantity and test frequency plus one additional sample of each material type. Additional testing required for multiple manufacturing lots or substantial gaps in roll numbers delivered will be conducted at the expense of the Contractor. These expenses will include shipping, testing, and other costs incurred by the QCO or the QCL. The cost of expedited shipping (other than by ground service) will be borne by the Contractor. The geotextile testing frequency shall be as follows: Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13350 -1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 NON-WOVEN GEOTEXTILE TESTING FREQUENCIES Material &Test Method Testing Frequency Manufacturer QA Laboratory NON-WOVEN GEOTEXTILE Mass per Area (ASTM D 3776 or 5261) 1/100,000 ftz 1/200,000 ftz Grab Strength/Elong. (ASTM D 4632) 1/100,000 ftz 1/200,000 ftz A.O.S. (ASTM D 4751) 1/200,000 ftz 1/200,000 ftz Permittivity(ASTM D 4491) 1/200,000 ftz 1/type CBR Puncture (ASTM D 6241) 1/200,000 ftz 1/type 4. MEASUREMENT AND PAYMENT The geotextile installed in the leachate collection sump shall not be measured separately, but shall be included as a part of the lump sum for the installation of the Sump Riser. The geotextile installed with the leachate collection and dewatering system lines, shall not be measured separately, but shall be included as a part of the Unit Price for those work items. The payment shall be full compensation for completing the work as specified, complete in place. *** END OF SECTION *** Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 13350 -2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS PART I - GENERAL A. SCOPE 1. The Contractor shall submit his bid on the basis of executing all electrical work as hereinafter specified, as indicated on the drawings, or as necessary to provide a complete and usable system. 2. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to, or necessary for, the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection with, shall be furnished as if called for in detail by the specifications or drawings. 3. The Contractor shall also install all electrical equipment furnished under other Divisions of this specification, and shall furnish and install all labor and material to make electrical connections to this equipment. B. APPROVAL OF EQUIPMENT AND MATERIALS 1. Manufacturer's data and descriptive literature for each item listed under Submittal Data in all sections of Division 16 shall be submitted to the owner, or his designated representative, for approval as soon as practical, but not later than 30 days after the award of the contract. 2. Wherever a brand name or names are mentioned in the specifications and/or indicated on the drawings, they shall be understood to be followed by the words "or approved equal" unless otherwise noted. 3. The Contractor shall be responsible for and bear the costs of all changes in his work and the work of other trades made necessary by the use of products and systems other than those of the first named basic manufacturers and systems specified in the Contract Documents. C. SUBMITTALS 4. General: Submit shop drawings; manufacturers' data; certificates for equipment, materials, and finish; and pertinent details for each system where specified in each individual section, and obtain approval before procurement, fabrication, or delivery of the items to the job site. Partial submittals will not be acceptable and will be returned without review. a. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity,project specification and paragraph reference, applicable industry and technical society publication 16010 - Electrical General Requirements Page 1 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. b. Photographs of existing installations and data submitted in lieu of catalog data are not acceptable and will be returned without approval. D. APPROVAL: c. Approval of submittals, etc., shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the proj ect. E. REQUIREMENTS FOR SUBSTITUTIONS: 1. It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered, providing all the following conditions are met: a. Written request shall be received in the Engineer's office fourteen (14) days prior to the day of bid opening. Requests after 14 days prior to the day of bid opening will not be considered. b. Request shall include complete technical data. c. Request shall include a complete comparison of differences and similarities between the proposed product and that mentioned in the drawings and specifications. d. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. e. In the case that modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings, if necessary. 2. Shop Drawings a. Shop drawings (when required) shall be a minimum of 11 by 17 inches in size with a minimum scale of 1/8-inch per foot, unless specified otherwise. b. Drawings shall include floor plans, sectional views, wiring diagrams, and installation details of equipment. c. Drawings shall indicate adequate clearance for operation, maintenance, and replacement of operating equipment devices. 16010 - Electrical General Requirements Page 2 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 d. If equipment is disapproved, drawings shall be revised to show acceptable equipment and resubmitted. 3. Manufacturer's Data: Submittals for each manufactured item shall be manufacturer's descriptive literature of cataloged products, equipment drawings, diagrams, performance and characteristic curves, and catalog cuts. 4. Standards Compliance a. All electrical equipment and material shall be listed, labeled and installed per a recognized electrical testing laboratory's standards. b. When materials or equipment must conform to the standards of organizations such as the American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), National Electrical Manufacturers Association (NEMA), Institute of Electrical and Electronics Engineers (IEEE), and Underwriters Laboratories (UL),proof of such conformance shall be submitted for approval. c. If an organization uses a label or listing to indicate compliance with a particular standard, the label or listing will be acceptable evidence unless otherwise specified in the individual sections. d. In lieu of the label or listing, the Contractor shall submit a certificate from an independent testing organization, which is competent to perform acceptable test. e. For materials and equipment whose compliance with organizational standards or specifications is not regulated by an organization using its own listing or label as proof of compliance, a certificate of compliance from the manufacturer shall be submitted for approval. f. This certificate shall identify the manufacturer, the product, and the referenced standard and shall simply state that the manufacturer certifies that the product conforms to all requirements of the project specifications and the referenced standards listed. F. DELIVERY, STORAGE AND PROTECTION 1. Protect all materials and finished work at all times to prevent damage or breakage either in transit, storage, installation or testing. All conduit openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemicals or mechanical injury. 2. Equipment and materials shall be handled, stored, and protected to prevent damage before and during installation in accordance with the manufacturer's recommendations. Damaged or defective items shall be replaced by the contractor at no increase in cost to owner. 16010 - Electrical General Requirements Page 3 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 G. GUARANTEE AND SERVICE 1. This Contractor shall include a 100% guarantee against faulty materials, equipment, superintendence or labor and unauthorized substitutes for a period of 12 months from the date of final proiect acceptance by the Owner regardless of equipment factory warranty limitations. 2. Contractor shall also follow-up on warranty repairs for 12 months and advise the City staff on the equipment or instrument operation. Any required corrective measures shall be executed including all labor and materials, at no cost to the Owner. 3. This Contract also includes all services, maintenance and adjusting of the system for the full period of the guarantee from the time of project acceptance. H. STANDARD CODES, FEES AND PERMITS 1. The entire installation shall conform to all local, state, and federal ordinances, codes, and regulations applying to the work in this contract. Comply with the latest editions of applicable codes. 2. In the event that there is conflict between the plans and specifications and the local code requirements of governing agencies, the owner's agent's interpretation shall prevail. However, if the contract requirements are in excess of the code requirements, the contract provisions shall govern. 3. The Contractor shall obtain all permits and pay all fees necessary in connection with his work. 4. At the completion of all work, the Contractor shall deliver to the owner, or his designated representative, a certificate of inspection from the inspection department having jurisdiction over the work. 5. Unless otherwise indicated on the drawings or specified herein, all materials, workmanship, and tests shall be in conformance with the latest approved standard rules, regulations, and specifications of the following authorities: National Fire Protection Association (NFPA). National Electrical Code (NEC). National Electrical Safety Code (NESC). National Electric Manufacturer's Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). Insulated Power Cable Engineer's Association (IPCEA). Underwriters Laboratory (U.L.) 16010 - Electrical General Requirements Page 4 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 6. Electrical work shall be executed by electricians licensed by local authorities and provisions described in local codes and ordinances shall be followed. L DRAWINGS 1. Due to the scale of the drawings, it is impossible to show all fittings, offsets, and accessories. 2. The Contractor shall carefully investigate the structural and finish conditions affecting his work and arrange his work accordingly. 3. The Contractor shall furnish all fittings and accessories as may be required to meet the conditions encountered. J. ELECTRICAL IN OTHER DIVISIONS 1. Electrical components of mechanical equipment and systems such as disconnect switches and starters shall be provided under this division and shall be as specified herein and as necessary for complete and operable systems. 2. Interconnecting wiring for components of packaged equipment shall be provided as an integral part of the equipment. 3. All interconnecting power wiring and conduit for field erected equipment, control wiring rated over 100 volts, and conduit shall be as specified under this division. K. CONTRACTOR'S RESPONSIBILITY 1. The Contractor shall visit the proposed project site to inspect and familiarize himself with all conditions, obstructions and space limitations prior to bidding and before beginning construction. 2. Refer to drawings for construction details, and coordinate work with that of other trades so as to avoid unnecessary delays or damage to any part of the installation. If any omissions or discrepancies are found between the drawings and specifications or regulations, advise the owner, or his designated representative, prior to Bid Due Date. Verify electrical requirements of all equipment exactly as furnished and make adjustments in electrical service accordingly before installation of power circuits. PART 2 -MATERIALS A. MATERIALS AND EQUIPMENT 1. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such products, which are of similar material, design, and workmanship. 16010 - Electrical General Requirements Page 5 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. The standard products shall have been in satisfactory commercial or industrial use for two years prior to bid opening. 3. The two-year use shall include applications of equipment and materials under similar circumstances and of similar size. B. EXPERIENCE REQUIRED 1. Two years experience must be satisfactorily completed by a product, which has been sold or is offered for sale on the commercial market through advertisements, manufacturer's catalogs, or brochures. 2. Alternative Service Record 3. Products having less than a two-year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6,000 hours, exclusive of the manufacturer's factory or laboratory tests, can be shown. C. SERVICE SUPPORT 1. The equipment items shall be supported by service organizations. 2. The Contractor shall submit a certified list of qualified permanent service organizations for support of the equipment, which includes their addresses and qualifications. 3. These service organizations shall be reasonably convenient to the equipment installation and able to render satisfactory service to the equipment on a regular and emergency basis during the warranty period of the contract. Factory service must be made available within 24 hours of notifications by the owner or contractor. D. MANUFACTURER'S NAMEPLATE 1. Each item of equipment shall have a nameplate bearing the manufacturer's name, address, model number, and serial number securely affixed in a conspicuous place. 2. The nameplate of the distributing agent will not be acceptable. E. LABELING 3. Labels shall be provided for all switchgear, motor starters, control panels, control stations, control devices, junction boxes, and for all wiring in accordance with the approved drawings. 4. Enclosures for electrical equipment shall be externally labeled with a 1/16" thick black laminated plastic nameplate with beveled edges. The nameplate shall have 1/4" minimum high-engraved white lettering and shall be permanently and securely attached to the enclosure. 16010 - Electrical General Requirements Page 6 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 5. Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire or plastic tie wraps. 6. All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat-shrink type or write-on adhesive type. Single digit individual markers shall not be used. Wire numbers shall be in accordance with the approved schematic drawings. 7. Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor equipment shall be furnished and mounted by the supplier of the equipment. Voltage warning signs for indoor equipment may be stick-on labels approximately 2" x 9" and colored for good visibility. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 8. Equipment rating signs shall be provided for any items that may require replacement parts or to which additional units could be added, i.e., motor control centers. These signs shall indicate the ratings of the items including the short circuit rating and a statement as to the minimum short circuit rating of any device that may be installed in the units in the future. 9. Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4" high engraved lettering. "CAUTION: Energized wiring from different voltage sources is contained in this unit." 10. All Junction Box and Pull Box covers shall be labeled on the exterior in permanent ink with the name of panel board or MCC and circuit number from which conductors are fed. F. RECORD DRAWINGS 1. Upon completion of the project, the Contractor shall furnish to the Engineer for approval a complete set of electrical record drawings consisting of the following: 2. Provide a complete set of the original set of electrical design drawings, latest revisions, (prints) marked clearly in red pencil to show all changes, modifications or deviations from the original layout and design. 3. Provide a complete set of reproducible schematics for all control circuits including switchgear, motor controls, etc. The schematics shall show all relays, control switches, pilot devices, wire numbers and colors, terminal numbers and similar information. These schematics shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 4. Provide a complete set of reproducible control wiring diagrams for all switchgear and motor controls showing power sources, control panels, control switches, pilot devices, 16010 - Electrical General Requirements Page 7 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 junction boxes, terminal strips, and wire numbers and colors. These drawings shall show both the internal and the interconnection wiring for each enclosure. Wiring diagram shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 5. The Contractor's record drawings will be reviewed by the Engineer for accuracy, completeness, neatness, legibility and conformance to industry standards of presentation. The Engineer will return copies of these drawings to the Contractor with comments and annotations regarding any noticeable deficiencies. Two such reviews will be made by the Engineer. Upon the third submission by the Contractor, after the second review, if, in the Engineer's opinion, the drawings are not acceptable, then the Engineer will make the required corrections to the drawings. The cost of the Engineer's services in making such corrections will be charged to the Contractor at the Engineer's standard hourly rates. The Contractor shall pay the Engineer directly for these services. PART 3 -EXECUTION A. CUTTING, PATCHING AND REPAIRING 1. No cutting, boring or excavation required for this work in or about the building which may in any way weaken the structure or interfere with the work of another Contractor shall be executed unless written permission has been obtained from the Engineer before starting same. 2. The Contractor shall pay for injury or damage to the work of another Contractor, which may be done by him or his employees. 3. Where penetrations are made in exterior walls or roof, sufficient flashing and sealant must be used to retain the original vapor barrier qualities of the walls and roof. All penetrations shall be approved by the Engineer. Any defects shall be repaired by the contractor at no increase in cost to the owner. 4. Core drill all holes in concrete foundation and masonry walls. Saw cut all wood. B. COORDINATION 1. The Contractor shall be responsible for the field coordination of his work with that of other trades and operations. Contractor shall refer to Architectural, Civil, and Mechanical drawings for details. The electrical work shall progress with the other work so that no delays in construction are incurred. The Electrical Subcontractor shall cooperate with other trades doing work on the project as may be necessary for the proper execution of the work of the various trades employed at the job site. 2. In the event of conflicts due to lack of field coordination, the owner shall be the sole arbitrator in resolving the conflict. 16010 - Electrical General Requirements Page 8 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 C. MANUFACTURER'S RECOMMENDATIONS 1. Where installation procedures or any part thereof are required to be in accordance with the recommendations of the manufacturer of the material being installed, printed copies of these recommendations shall be furnished prior to installation. 2. Installation of the item will not be allowed to proceed until the recommendations are received. 3. Failure to furnish these recommendations can be cause for rejection of the material. D. CLEANING 1. Clean up and remove all debris from the project site daily. 2. Upon completion of the project, remove from the project site all unused materials and equipment. 3. Remove all visible labels, dirt, misplaced paint, grease and stains from all electrical equipment. 4. Labels indicating testing laboratory approvals shall be left in place. E. TESTING 1. The Contractor shall test the entire wiring system in accordance with established methods upon completion of work. The system shall operate satisfactorily in every respect. The Contractor shall make all corrections to accomplish such. 2. Test all circuit wiring with a 1000 volt DC megger for 60 second duration prior to hook-up of equipment to insure that the system is free from short circuits and grounds. The insulation resistance between conductors to ground shall not be less than 50 megohms. END OF SECTION 16010 - Electrical General Requirements Page 9 of 9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 16053 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Equipment identification labels. 7. Miscellaneous identification products. 1.3 SUBMITTALS A. Product Data: For each electrical identification product indicated. B. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.4 QUALITY ASSURANCE A. Comply with ANSI A13.1 and IEEE C2. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Comply with ANSI Z535.4 for safety signs and labels. 16053 Identification For Electrical Systems Page 1 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 1.5 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, and standards. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. PART2 -PRODUCTS 2.1 POWER RACEWAY IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway size. B. Colors for Raceways Carrying Circuits at 600 V or Less: 1. Black letters on an orange field. 2. Legend: Indicate voltage and system or service type. C. Colors for Raceways Carrying Circuits at More Than 600 V: 1. Black letters on an orange field. 2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3. t16 (75 nim ) high letters on 20 ut16 (500 n 1m) centers. D. Self-Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label. E. Snap-Around Labels for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible,preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 16053 Identification For Electrical Systems Page 2 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 F. Snap-Around, Color-Coding Bands for Raceways Carrying Circuits at 600 V or Less: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 5 ut16c (50 nim) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. G. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4 ut16.. (100 nim ( wide black stripes on 10 at1 1kn (250...nim) centers diagonally over orange background that extends full length of raceway or duct and is 12 ut16cs (300 nim) wide. Stop stripes at legends. H. Metal Tags: Brass or aluminum, 2 by 2 by 0 05 ut16 (50 by 50 by I.") nim), with stamped legend,punched for use with self-locking cable tie fastener. L Write-On Tags: Polyester tag, 0 0 ut16 (0.38 nim) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.2 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. B. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label. C. Metal Tags: Brass or aluminum, 2 by 2 by 0 05 ut16 (50 by 50 by I.") nim), with stamped legend,punched for use with self-locking cable tie fastener. D. Write-On Tags: Polyester tag, 0 0 ut16 (0.38 nim) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer. E. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 16053 Identification For Electrical Systems Page 3 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 F. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 5 ut16cs (50 nim) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. 2.3 CONDUCTOR IDENTIFICATION MATERIALS A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 5 alds (008 nim) thick by i to 5 ut16c (25 to 50 nim)wide. B. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label. C. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. D. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 5 ut16cs (50 nim) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. E. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. F. Write-On Tags: Polyester tag, 0 0 ut16 (0.38 nim) thick, with corrosion-resistant grommet and cable tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2. Marker for Tags: Machine-printed, permanent, waterproof, black ink marker recommended by printer manufacturer. 2.4 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment unless otherwise indicated. C. Baked-Enamel Warning Signs: 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 2. 1./4 ut16 (0.4nim) grommets in corners for mounting. 16053 Identification For Electrical Systems Page 4 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3. Nominal size, 7 by 10 ut16cs (180 by 250 nim). D. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 3 INCI�LS (9 15 MM)." 2.5 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark-gray background. Minimum letter height shall be 3/8 Vt16 (1 0 nim). B. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum letter height shall be i ut16 (25 nim). 2.6 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Paint: Comply with requirements in Division 09 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior). B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 -EXECUTION 3.1 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. 16053 Identification For Electrical Systems Page 5 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 E. Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners appropriate to the location and substrate. F. System Identification Color-Coding Bands for Raceways and Cables: Each color- coding band shall completely encircle cable or conduit. Place adjacent bands of two- color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50 foot (15...m) maximum intervals in straight runs, and at 25 foot (7.5...m)maximum intervals in congested areas. G. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. H. Cable Ties: For attaching tags. Use general-purpose type, except as listed below: 1. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated. L Painted Identification: Comply with requirements in Division 09 painting Sections for surface preparation and paint application. 3.2 IDENTIFICATION SCHEDULE A. Accessible Raceways 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A, and 120 V to ground: Identify with self-adhesive vinyl label. Install labels at 1��� foot (")...m) maximum intervals. B. Power-Circuit Conductor Identification, 600 V or Less: For conductors in pull and junction boxes, and handholes, use color-coding conductor tape to identify the phase. 1. Color-Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service feeder and branch-circuit conductors. a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if authorities having jurisdiction permit. b. Colors for 208/120-V Circuits: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. C. Colors for 480/277-V Circuits: 1) Phase A: Brown. 2) Phase B: Orange. 3) Phase C: Yellow. 16053 Identification For Electrical Systems Page 6 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 0 ut16c (1.50 nim) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. C. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation. 2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections. 3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual. D. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable. 1. Limit use of underground-line warning tape to direct-buried cables. 2. Install underground-line warning tape for both direct-buried cables and cables in raceway. E. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Self-adhesive warning labels. 1. Identify system voltage with black letters on an orange background. 2. Apply to exterior of door, cover, or other access. 3. For equipment with multiple power or control sources, apply to door or cover of equipment including, but not limited to, the following: a. Controls with external control power connections. F. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation. G. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions: 16053 Identification For Electrical Systems Page 7 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 a. Indoor Equipment: Engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2 a t16... (13 111111 ) high letters on 1 1/2 t16... (38 nim...( high label; where two lines of text are required, use labels 2 ut16c (50 nim) high. b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. C. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure. 2. Equipment to Be Labeled: a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be engraved, laminated acrylic or melamine label. b. Enclosures and electrical cabinets. C. Access doors and panels for concealed electrical items. END OF SECTION 16053 16053 Identification For Electrical Systems Page 8 of 8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 16170 GROUNDING AND BONDING PARTI GENERAL A. SECTION INCLUDES 1. Grounding electrodes and conductors. 2. Equipment grounding conductors. 3. Bonding. B. REFERENCES 1. ANSI/NFPA 70 - National Electrical Code. C. GROUNDING ELECTRODE SYSTEM 1. Ground ring as indicated. 2. Rod electrode. D. PERFORMANCE REQUIREMENTS 1. Grounding System Resistance: 5 ohms. E. SUBMITTALS 1. Product Data: Provide data for grounding electrodes and connections. 2. Test Reports: Indicate overall resistance to ground [and resistance of each electrode]. 3. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. F. PROJECT RECORD DOCUMENTS 1. Accurately record actual locations of grounding electrodes. G. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 16170 Grounding and Bonding Page 1 of 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 H. REGULATORY REQUIREMENTS 1. Conform to requirements of ANSI/NFPA 70. 2. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART2 PRODUCTS A. ROD ELECTRODE 1. Material: Copper . 2. Diameter: 3/4 inch . 3. Length: 10 feet. B. MECHANICAL CONNECTORS 1. Material: Bronze. C. EXOTHERMIC CONNECTIONS 1. Manufacturers: a. Thermo-weld D. WIRE 1. Material: Stranded copper. 2. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. E. GROUNDING WELL COMPONENTS 1. Well Pipe: 18 inch diameter by 24 inch long clay pipe with belled end. 2. Well Cover: Cast iron with legend "GROUND" embossed on cover. PART 3 EXECUTION A. EXAMINATION 1. Verify that final backfill and compaction has been completed before driving rod electrodes. 16170 Grounding and Bonding Page 2 of 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 B. INSTALLATION 1. Install Products in accordance with manufacturer's instructions. 2. Install rod electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. 3. Provide grounding well pipe with cover at each rod location. Install well pipe top flush with finished grade. 4. Provide bonding to meet Regulatory Requirements. 5. Bond together metal siding not attached to grounded structure; bond to ground. 6. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. C. FIELD QUALITY CONTROL 1. Inspect grounding and bonding system conductors and connections for tightness and proper installation. 2. Use suitable test instrument to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. END OF SECTION 16170 Grounding and Bonding Page 3 of 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 16402 ELECTRICAL WIRING SYSTEMS PART I - GENERAL A. DESCRIPTION This section covers the wiring methods and materials for installation of new electrical power, control and instrumentation systems located both indoor and outdoor. B. REFERENCES ANSI C80.1 Rigid Steel Conduit- Zinc Coated ASTM B 1 Hard-Drawn Copper Wire ASTM B 8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft NEMA TC 2 Electrical Plastic Tubing (EPT) and Conduit(EPC-40 and EPC-80) NEMA TC 3 PVC Fittings for Use with Rigid PVC Conduit and Tubing UL 360 PVC Coated Flexible Conduit NFPA 70 National Electrical Code UL 6 Rigid Metal Conduit UL 44 Rubber-Insulated Wires and Cables UL 50 Safety Enclosures for Electrical Equipment UL 83 Thermoplastic-Insulated Wires and Cables UL 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors UL 486C Splicing Wire Connectors UL 498 Attachment Plugs and Receptacles UL 510 Chloride, Polyethylene, and Rubber Insulating Tape UL 514A Metallic Outlet Boxes UL 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers 16402 Electrical Wiring Systems Page 1 of 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 C. SUBMITTALS 1. Manufacturer's Catalog Data a. Conduit b. Wire PART2 -PRODUCTS A. CONDUIT AND FITTINGS 1. Aluminum Conduit in accordance with ANSI C80.1, UL 6. Fittings shall be treaded- type. Split couplings are unacceptable. 2. Rigid Nonmetallic Conduit shall be PVC Type EPC-40, in accordance with NEMA TC 2. Fittings shall conform to NEMA TC 3. 3. PVC-Coated Flexible Galvanized Steel Flex Conduit shall be in accordance with UL 360. Core formed of continuous, spiral wound, hot-dip galvanized steel strip with successive convolutions securely interlocked. Conduit shall have an extruded liquid and vapor tight PVC outer jacket positively locked to the steel core. B. CABINETS, BOXES AND COVERS L UL 514A, cadmium- or zinc-coated, if ferrous metal 2. UL 514C, if nonmetallic. 3. UL-50 for volumes greater than 100 cubic inches, hot-dip, zinc-coated, if sheet steel. C. WIRES AND CABLES 1. Wires and cables shall meet applicable requirements of NFPA 70 and UL for type of insulation,jacket, and conductor specified or indicated. Wires and cables manufactured more than 12 months prior to date of delivery to site shall not be used. 2. Conductors: All conductors shall be stranded unless specifically indicated otherwise. Conductor sizes and ampacities shown are based on copper, unless indicated otherwise. All conductors shall be copper. 3. Minimum size for branch circuits shall be No. 12 AWG; for Class 1 remote-control and signal circuits, No. 14 AWG; for Class 2 low-energy, remote-control and signal circuits, No. 16 AWG; and for Class 3 low-energy, remote-control, alarm and signal circuits, No. 22 AWG. 4. Color Coding: Provide for branch, control, and signaling circuit conductors. Color shall be green for grounding conductors and white for neutrals; except where neutrals of more than one system are installed in same raceway or box, other neutral shall be 16402 Electrical Wiring Systems Page 2 of 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 white with colored (not green) stripe. Color of ungrounded conductors in different voltage systems shall be as follows: a. 120/240 volt, three phase Black, Red, Blue b. 208Y/120 volt, three phase Black, Red, Blue c. 480Y/277 volt, three phase Brown, Orange, Yellow d. 480 volt, three phase Brown, Orange, Yellow 5. Insulation: Unless specified or indicated otherwise or required by NFPA 70,power and lighting wires shall be 600-volt, Type THWN/THHN conforming to UL 83 or Type XHHW or RHW conforming to UL 44, except that grounding wire may be type TW conforming to UL 83; remote-control and signal circuits shall be Type TW or TF, conforming to UL 83. 6. Bonding Conductors: ASTM B 1, solid bare copper wire for sizes No. 8 AWG and smaller diameter; ASTM B 8, Class B, stranded bare copper wire for sizes No. 6 AWG and larger diameter. 7. SPLICES AND TERMINATION COMPONENTS: UL 486A for wire connectors and UL 510 for insulating tapes. Connectors for No. 10 AWG and smaller diameter wires shall be insulated, pressure-type in accordance with UL 486A or UL 486C (twist-on splicing connector). Provide solderless terminal lugs on stranded conductors. PART 3 -EXECUTION A. INSTALLATION 1. Electrical installations shall conform to requirements of NFPA 70 and to requirements specified herein. 2. Wiring Methods: Provide insulated conductors installed in rigid steel conduit, rigid nonmetallic conduit, except where specifically indicated or specified otherwise or required by NFPA 70 to be installed otherwise. Grounding conductor shall be separate from electrical system neutral conductor. Provide insulated green equipment grounding conductor for circuit(s) installed in conduit and raceways. Minimum conduit size shall be 1/2 inch in diameter for low voltage lighting and power circuits. 3. Restrictions applicable to PVC Schedule 40: Do not use in areas where subject to severe physical damage, including but not limited to,pump rooms, electrical equipment rooms, and other such areas. 16402 Electrical Wiring Systems Page 3 of 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 B. CONDUIT INSTALLATION 1. Install conduit parallel with or at right angles to ceilings, walls, and structural members where located above accessible ceilings and where conduit will be visible after completion of project. 2. Conduit Support: Support conduit by pipe straps, wall brackets, or hangers. Fasten by wood screws to wood; by toggle bolts on hollow masonry units; by concrete inserts or expansion bolts on concrete or brick; and by machine screws, welded threaded studs, or spring-tension clamps on steel work. Threaded C-clamps may be used on rigid steel conduit only. Do not weld conduits or pipe straps to steel structures. Load applied to fasteners shall not exceed one-fourth proof test load. Holes cut to depth of more than 1 1/2 inches in reinforced concrete beams or to depth of more than/4 inch in concrete joints shall not cut main reinforcing bars. Fill unused holes. In partitions of light steel construction, use sheet metal screws. Conduit and box systems must be supported independently. Supporting means shall not be shared between electrical raceways and mechanical piping. 3. Directional Changes in Conduit Runs: Make changes in direction of runs with symmetrical bends or cast-metal fittings. Make field-made bends and offsets with hickey or conduit-bending machine. Do not install crushed or deformed conduits. Avoid trapped conduits. Prevent plaster, dirt, or trash from lodging in conduits, boxes, fittings, and equipment during construction. Free clogged conduits of obstructions. 4. Pull Wire: Install pull wires in empty conduits. Pull wire shall be plastic having minimum 200 pound tensile strength. Leave minimum 36 inches of slack at each end of pull wire. 5. Locknuts and Bushings: Fasten conduits to sheet metal boxes and cabinets with two locknuts where required by NFPA 70, where insulated bushings are used, and where bushings cannot be brought into firm contact with the box; otherwise, use at least minimum single locknut and bushing. Locknuts shall have sharp edges for digging into wall of metal enclosures. Install bushings on ends of conduits, and provide insulating type where required by NFPA 70. 6. Flexible Connections: Provide flexible steel conduit between 3 and 6 feet in length for equipment subject to vibration, noise transmission, or movement; and for motors. Install flexible conduit to allow 20 percent slack. Minimum flexible steel conduit size shall be 1/2 inch diameter. Provide liquidtight flexible conduit in wet and damp locations and for equipment subject to vibration, noise transmission, movement or motors. Provide separate ground conductor across flexible connections. C. BOXES, OUTLETS, AND SUPPORTS 1. Provide boxes in wiring and raceway systems wherever required for pulling of wires, making connections, and mounting of devices or fixtures. Boxes for metallic raceways shall be cast-metal, hub-type when located in wet locations, when surface mounted on outside of exterior surfaces and when specifically indicated. Boxes in other locations 16402 Electrical Wiring Systems Page 4 of 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 shall be sheet steel, except that aluminum boxes may be used with aluminum conduit, and nonmetallic boxes may be used with nonmetallic conduit system. Each box shall have volume required by NFPA 70 for number of conductors enclosed in box. Provide gaskets for cast-metal boxes installed in wet locations and boxes installed flush with outside of exterior surfaces. Fasten boxes and supports with wood screws on wood, with bolts and expansion shields on concrete or brick, with toggle bolts on hollow masonry units, and with machine screws or welded studs on steel. In open overhead spaces, cast boxes threaded to raceways need not be separately supported except where used for fixture support; support sheet metal boxes directly from building structure or by bar hangers. Where bar hangers are used, attach bar to raceways on opposite sides of box, and support raceway with approved-type fastener maximum 24 inches from box. When penetrating reinforced concrete members, avoid cutting reinforcing steel. 2. Boxes for use with raceway systems shall be minimum 1 1/2 inches deep, except where shallower boxes required by structural conditions are approved. 3. Pull Boxes: Construct of at least minimum size required by NFPA 70 of code-gauge aluminum or galvanized sheet steel, except where cast-metal boxes are required in locations specified herein. Provide boxes with screw-fastened covers. 4. Conductor Identification: Provide conductor identification within each enclosure where tap, splice, or termination is made. For conductors No. 6 AWG and smaller diameter, color coding shall be by factory-applied, color-impregnated insulation. For conductors No. 4 AWG and larger diameter, color coding shall be by plastic-coated, self-sticking markers; colored nylon cable ties and plates; or heat shrink-type sleeves. 5. Splices: Make splices in accessible locations. Make splices in conductors No. 10 AWG and smaller diameter with insulated, pressure-type connector. Make splices in conductors No. 8 AWG and larger diameter with solderless connector, and cover with insulation material equivalent to conductor insulation. 6. Covers and Device Plates: Install with edges in continuous contact with finished wall surfaces without use of mats or similar devices. Plaster fillings are not permitted. Install plates with alignment tolerance of/16 inch. Use of sectional-type device plates are not permitted. Provide gasket for plates installed in wet locations. 7. Grounding and Bonding: In accordance with NFPA 70. Ground exposed, non-current- carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductor in metallic and nonmetallic raceway systems. 8. Equipment Connections: Provide power wiring for the connection of motors and control equipment under this section of the specification. Except as otherwise specifically noted or specified, automatic control wiring, control devices, and protective devices within the control circuitry are not included in this section of the specifications but shall be provided under the section specifying the associated equipment. 9. Repair of Existing Work 16402 Electrical Wiring Systems Page 5 of 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 a. Lay out work in advance. Exercise care where cutting, channeling, chasing, or drilling of floors, walls,partitions, ceilings, or other surfaces is necessary for proper installation, support, or anchorage of conduit, raceways, or other electrical work. b. Repair damage to buildings, piping, and equipment using skilled craftsmen of trades involved. c. Existing concealed wiring to be removed shall be disconnected from its source. Remove conductors; cut conduit flush with floor, underside of floor, and through walls; and seal openings and touch up paint to match. d. Removal of existing electrical distribution system equipment shall include equipment's associated wiring, including conductors, cables, exposed conduit, surface metal raceways, boxes, and fittings as indicated. Maintain continuity of existing circuits of equipment to remain. Existing circuits of equipment shall remain energized. Circuits which are to remain but were disturbed during demolition shall have circuits wiring and power restored back to original condition. D. FIELD QUALITY CONTROL I. Devices Subject to Manual Operation: Each device subject to manual operation shall be operated at least five times, demonstrating satisfactory operation each time. 2. Wiring Test: Test wiring rated 600 volt and less to verify that no short circuits or accidental grounds exist. Perform insulation resistance tests on wiring No. 6 AWG and larger diameter using instrument which applies voltage of approximately 500 volts to provide direct reading of resistance. Minimum resistance shall be 250,000 ohms. END OF SECTION 16402 Electrical Wiring Systems Page 6 of 6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 16421 UTILITY SERVICE ENTRANCE PARTI GENERAL A. SECTION INCLUDES 1. Arrangement with Utility Company for permanent electric service, including payment of all Utility Company charges for new service. 2. Underground service entrance. 3. Metering equipment. B. RELATED SECTIONS 1. Section 16402—Electrical Wiring Systems. 2. Section 16170 - Grounding and Bonding. C. REFERENCES 1. ANSI/NFPA 70 - National Electrical Code. D. SYSTEM DESCRIPTION 1. System Characteristics: 120/240 volts, single phase, three wire, 60 Hertz. E. SUBMITTALS 1. Submit under Section `A' Special provisions. 2. Submit Utility Company prepared drawings. F. QUALITY ASSURANCE 1. Perform Work in accordance with Utility Company written requirements. 2. Maintain one copy of each document on site. G. REGULATORY REQUIREMENTS 1. Conform to requirements of ANSI/NFPA 70. 2. Furnish products listed and classified by Underwriters Laboratories, Inc. or testing firm acceptable to authority having jurisdiction as suitable for 16421 Utility Service Entrance Page 1 of 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 purpose specified and shown. H. PRE-CONSTRUCTION CONFERENCE 1. Convene one week prior to commencing work of this Section, as directed by owner. L FIELD MEASUREMENTS 1. Verify that field measurements are as indicated on contract drawings. PART PRODUCTS A. UTILITY METERS 1. Meters will be furnished by Utility Company. B. UTILITY METER BASE 1. Provide Meter base as directed by Utility Company. C. METERING TRANSFORMER CABINET 1. Provide all metering devices as per Utility Company requirements. 2. Include provisions for padlocking and sealing. D. TRANSFORMER PAD 1. Description: Poured in place concrete transformer pad sized as indicated on Drawings. E. GROUNDING 1. Provide grounding as per Utility company requirements. PART 3 EXECUTION A. EXAMINATION 1. Verify that service equipment is ready to be connected and energized. B. PREPARATION 1. Make arrangements with Utility Company to obtain permanent electric service to the Project for new transformer. 16421 Utility Service Entrance Page 2 of 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. Coordinate location of Utility Company's facilities to ensure proper access is available. 3. Pay all costs associated with providing new service to facility. C. INSTALLATION 1. Install service entrance conduits in concrete envelope from Utility Company's service to customer service entrance disconnect. END OF SECTION 16421 Utility Service Entrance Page 3 of 3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 SECTION 16470 PANELBOARDS PARTI GENERAL A. SECTION INCLUDES 1. Distribution panelboards. 2. Branch circuit panelboards. B. RELATED WORK 1. Division 16 C. REFERENCES 1. NECA (National Electrical Contractors Association) "Standard of Installation." 2. NEMA AB 1 - Molded Case Circuit Breakers. 3. NEMA ICS 2 - Industrial Control Devices, Controllers, and Assemblies. 4. NEMA PB 1 -Panelboards. 5. NEMA PB 1.1 - Instructions for Safe Installation, Operation and Maintenance of Panelboards Rated 600 Volts or Less. 6. NFPA 70 -National Electrical Code. D. SUBMITTALS 1. Submit under provisions of Section 16010. 2. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, integrated short circuit ampere rating, circuit breaker and fusible switch arrangement and sizes. 3. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by Product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of Product. E. PROJECT RECORD DOCUMENTS 1. Submit under provisions of Section 16010. 2. Record actual locations of Products; indicate actual branch circuit arrangement. 16470 Panelboards Page 1 of 4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 F. OPERATION AND MAINTENANCE DATA 1. Submit under provisions of Section 16010. 2. Maintenance Data: Include spare parts data listing; source and current prices of replacement parts and supplies; and recommended maintenance procedures and intervals. G. QUALITY ASSURANCE 1. Perform Work in accordance with NECA Standard of Installation. 2. Maintain one copy of each document on site. H. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 10 years documented experience. L REGULATORY REQUIREMENTS 1. Conform to requirements of NFPA 70. 2. Furnish products listed and classified by testing firm acceptable to authority having jurisdiction as suitable for purpose specified and indicated. J. FIELD MEASUREMENTS 1. Verify that field measurements are as indicated on shop drawings. K. MAINTENANCE MATERIALS 1. Provide maintenance materials under provisions of Section 16010. 2. Provide two of each panelboard key. PART PRODUCTS A. MANUFACTURERS 1. Square D 2. Cutler Hammer 3. Siemens 4. Approved Equal 16470 Panelboards Page 2 of 4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 B. DISTRIBUTION PANELBOARDS 1. Panelboards: NEMA PB 1, circuit breaker type. 2. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. 3. Molded Case Circuit Breakers: NEMA AB 1. Provide circuit breakers with integral thermal and instantaneous magnetic trip in each pole. Provide circuit breakers UL listed as Type HACR for air conditioning equipment branch circuits. 4. Provide circuit breaker accessory trip units and auxiliary switches as indicated. 5. Enclosure: NEMA PB 1, Type 1. 6. Cabinet Front: Surface type, fastened with concealed trim clamps, hinge and latch. Provide hinged door with flush lock. Finish in manufacturer's standard gray enamel. C. BRANCH CIRCUIT PANELBOARDS 1. Lighting and Appliance Branch Circuit Panelboards: NEMA PBI, circuit breaker type. 2. Panelboard Bus: Copper, ratings as indicated. Provide copper ground bus in each panelboard. 3. Minimum integrated short circuit rating: 10,000 amperes rms symmetrical for 240 volt panelboards. 4. Molded Case Circuit Breakers: NEMA AB 1, bolt-on type thermal magnetic trip circuit breakers, with common trip handle for all poles. Provide circuit breakers UL listed as Type SWD for lighting circuits. Provide UL Class A ground fault interrupter circuit breakers where scheduled. Do not use tandem circuit breakers. 5. Enclosure: NEMA PB 1, Type 1. 6. Cabinet Front: Surface cabinet front with concealed trim clamps, concealed hinge, and flush lock all keyed alike. Finish in manufacturer's standard gray enamel. PART 3 EXECUTION A. INSTALLATION 1. Install panelboards in accordance with NEMA PB 1.1. 16470 Panelboards Page 3 of 4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. Install panelboards plumb. Provide supports. 3. Height: 6 ft to top of panelboard; install panelboards taller than 6 ft with bottom no more than 4 inches (10 cm) above floor. 4. Provide filler plates for unused spaces in panelboards. 5. Provide typed circuit directory for each branch circuit panelboard. Revise directory to reflect circuiting changes required to balance phase loads. B. FIELD QUALITY CONTROL 1. Measure steady state load currents at each panelboard feeder; rearrange circuits in the panelboard to balance the phase loads to within 20 percent of each other. Maintain proper phasing for multi-wire branch circuits. Update Panel schedule as necessary. 2. Visual and Mechanical Inspection: Inspect for physical damage, proper alignment, anchorage, and grounding. Check proper installation and tightness of connections for circuit breakers. END OF SECTION 16470 Panelboards Page 4 of 4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 �� DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 Doc uSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 wyrsw�wr.alyam.;, ,_rys"z!. • s u f � I =; p y •� ��"—44'p��/ 4`1�`� '{,lug, 0 1> �I�\� ,� 1, ���^�s> d� � ,� � . ��:.r� �.�P•� �?' �s �l JI 0 19 g FOR PERMITTING PURPOSES ONLY /y� ' OFCORPUS FACILITY CITY UI SOLID Cnrp u9 ga�u PSULtxtlas ®�,� uv o-N>c �asea. v. "a BORING AND PIEZOA9ETER Chri�t9 Yr LOCATION 'MAP !�'L-eL_as em uP er.�tii3_.. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 _ LOG OF BORING NO. C- 9 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY 0 Corpus Christi, Texas Location: E 3109.5 N 2975.1 Surface El.: 43.7' MSL a o S u y .y E E y ti o -I.L. Z+ 0 3 2 .1 yin as ;i W. u yc mg Ew i7 ° oaG U u o 8 u •• v m too urn G E am '� a a Z c MATERIAL DESCRIPTION = -1 SILTY CLAY(CH),gray,stiff to firm,dry 2.25 2 to moist,w/some fine-grained sand, iron 1.0 stains&calcareous nodules "3 39.2 1,25 39.0 81.3 100 31 69 91 1.0 5 -4 CLAY(CH),light brown&tan, firm to 1.25 -5 very stiff, moist to slightly moist,w/trace 125 of silt&some gypsum crystals&pockets, 6 calcareous nodules&manganese stains, 2.0 -7 blocky 2.25 10 $ 1.75 -9 3.0 -10 4.0 15 -11 -some hard,calcareous gravel at 14.7 ft. 4.0 -12 3.0 20 -13 3.75 20.9 -14 SILTY CLAY(CH),light olive&tan,very stiff to hard,slightly moist,calcareous -25 nodules&pockets,manganese stains -15 3.5 30 -16 -increased silt, fine sand,&very small 3.25 rounded iron nodules below 32.5 ft. 35 17 4.s+ -hard,less fine sand&silt 3.7 -40 CLAY(CH),light olive&tan,hard 14.5+ -18 -0.3 I 45 150 Completion Depth: 44.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged(� Date Boring Started: 4/25/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug Q� Date Boring Completed: 4/26/96 ground surface. Engineer/Geologist: MB Project No.: 62789-002.100 The stratification lines represent approximate strata boundaries. 4B.34 EMCON in situ,the transition may be gradual. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 LOG OF BORING NO. C-10 �jj Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACELM Corpus Christi, Texas Location: E 2060.9 N 2977.4 V � � Surface El.: 43.8' MSL m y IE c °o 'u E E I �tL l nW_ _ £ o u EN- d " c a o -� Z N u nm .g I c 7 0 0 o m y U � U ZI ucN MATERIAL DESCRIPTION -1 CLAY(CH),dark brown, firm to stiff, 225 -2 moist,w/some calcareous nodules&iron 1.5 stains .g 1.5 -becoming lighter in color below 4 ft. 5 2.25 -5 -tan&gray,very stiff to stiff,moist, 3.25 32.7 87.8 77 23 54 92 0.9 w/some gypsum crystals,manganese&iron ,, 5 stains 7 -becoming reddish brown w/gray mottling 12.75 10 below 9 ft. 2.5 - no gypsum crystals present below 1 I ft. .9 3.25 -10 3.75 -15- .20- _11 -more iron stains below 20 ft. 4.0 I I I8.8 -12 SANDY CLAY(CL), gray,very stiff to ( 4.0 hard,w/some manganese stains& calcareous nodules, friable 30 -13 4.5+ i 35 14 - iron stains present below 35 ft. 4.5+ i I i 40 15 -becoming more sandy below 40 ft. 3.75 45 -1.7 16 ... : SAND(SP),tan,fine-grained -5.2 50 SANDY CLAY(CL), reddish brown& Completion Depth: 70.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged Q Date Boring Started: 5/17/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug Q Date Boring Completed: 5/17/96 ground surface. Engineer/Geologist. TES Continued Next Page Pro'ect No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. 4B.35 In situ,the transition may be gradual. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 _ LOG OF BORING NO. C-10 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 2060.9 N 2977.4 U Surface El.: 43.8' MSL y t U ar C' .: U ;v_ v _ m8 E w o tY o p� acv U p E am �U .� ::t a �z H MATERIAL DESCRIPTION -17 SANDY CLAY(CL),continued 4.5+ gray, hard,blocky structure,w/some manganese&iron stains&calcareous nodules 55 -18 4.5+ -15.2 . SAND(SP),tan,very dense,fine-grained —60 -19 50/3" 65 50/5" -23 CLAY(CH),tan&gray, firm,w/some manganese stains 1.5 -21 -26.2 70 75 80 85 90 95 I -100 Completion Depth: 70.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged Q Date Boring Started: 5/17/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug Q Date Boring Completed: 5/17/96 ground surface. Engineer/Geologist: TES Project No.: 62789-002.100 The stratification lines represent approximate strata boundaries. EMCON In situ,the transition may be gradual. 4B.35 Con DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 LOG OF BORING NO. D- 9 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 3132.3 N 4054.9 v U Surface El.: 44.1' MSL. � a o � m > y �� C•U Q � c Q. j 0y �w > O H 3 'u I m$ Eon N ° c m 3 ° a ° c A V20 tR aei v m a a a o, Z min MATERIAL DESCRIPTION x � � -1 CLAY(CH),gray, firm to stiff,moist, 1.0 2 w/trace of silt&some iron stains, 2.0 calcareous 3 -light brown&tan,firm,moist,w/trace of 1.75 5 -4 silt,some gypsum crystals&pockets 1.25 -5 1.5 2.5 34.6 10 7 SILTY CLAY(CH),light brown&tan, 8 stiff,slightly moist,w/some 2.75 9 medium-grained,rounded iron nodules, 3.0 gypsum,blocky,olive-colored clay pockets "10 &manganese stains 2.5 IS -tan,moist,w/some manganese stains,root filaments,calcareous -20-U-11 23.6 SILTY SAND(SP),tan,medium dense to -12 :: very dense w/some silty clay scams, 28 fine-grained,subangular to round -25- --8-13 86 30- 5-14 • 11.3 4.5+ 60 -15 CLAY(CH),light olive to reddish tan, 4.5+ hard,dry,blocky,calcareous,w/some silt, 35 manganese stains,calcareous nodules,some iron nodules&a trace of iron stains,root filaments 16 -becoming reddish tan,calcareous pockets, 4.5+ 40 decrease in silt below 38.5 ft. 2.1 SILTY SAND(SM),olive&tan,very 17 dense,w/some clay seams,calcareous,very 40 45 -18 :: : thinly laminated,very fine-grained, 76 subangular to round -silty clay seam at 45 ft. 50 Completion Depth: 68.8 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged 0 Date Boring Started: 4/24/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug 0 Date Boring Completed: 4/25/96 ground surface. Engineer/Geologist: MB Project No.: 62789-002.100 Continued Next Page EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.45 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 LOG OF BORING NO. D- 9 Project Description: (TTY OF CORPUS CHRISTI SOLID WASTE FACE TTY Corpus Christi, Texas 00 Location: E 3132.3 N 4054.9 L iC Surface El.: 44.1' MSL o se „se •�° 'j 'E a 2 y o u t m$ E fr 2 U A_ Cr e 6e o ci in G e a cc :� a z a, MATERIAL DESCRIPTION -19 SILTY SAND(SM),continued 74 -iron stains 55 20 91 60 -21 '' 79 -20.9 65 CLAY with SAND(CH),reddish tan& tan,hard,w/fine sand seams&layers, calcareous,blocky -fine,laminated sand layer,tan 24.7 70 75 80 85 90 95 00 tary techniques from the surface. Plugged Completion Depth: 68.8 ft. Remarks: Drilled using mud ro Date Boring Started: 4/24/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug(B3 Date Boring Completed: 4/25/96 ground surface. Engineer/Geologist: MB Project No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. 4B.45 Cont. In situ,the transition may be gradual. DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 _ LOG OF BORING NO. D-10 Project Description: CITY OF CORPUS CHRISTI SOLID WASTE FACILITY Corpus Christi, Texas 00 Location: E 2083.7 N 4057.2 U Surface El.: 44.3' MSL ; '- y h E c °o E E ° A �F 2v C]� °" m 0.N CJ oc a. �z MATERIAL DESCRIPTION x � � -1 CLAY(CH),dark brown 33.3 89 33 56 92 2 tan&gray,w/some iron stains&gypsum 5 crystals 3 10 15 5 6 20 22.3 7 CLAYEY SAND(SC),tan, fine-grained 25 18.3 -8 SAND(SP),tan, fine-grained 30 9 :.• _gray, fine-grained w/some clay, manganese stains&calcareous nodules 35 8.3 CLAY(CH),tan&gray,w/some iron stains&calcareous nodules -il 40 -12 45 -1.7 50 Completion Depth: 46.0 ft. Remarks: Drilled using mud rotary techniques from the surface. Plugged 0 Date Boring Started: 4/19/96 completion using bentonite grout slurry&capped w/a 2' thick cement plug @ Date Boring Completed: 4/19/96 ground surface. Engineer/Geologist: TES Proiect No.: 62789-002.100 EMCON The stratification lines represent approximate strata boundaries. In situ,the transition may be gradual. 4B.46 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 iiiiii/////////////////////i///////////////////////////////////////i DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 N MW-1 37.54 ft a, •4 � ��/�� 1 6 rl If! L'/ / 37.5'9 ft /� � 36.24 ft 37.48 ft %��,�MW-16 � v �. /�/ i//� �✓ rs r� / l 8 t • M W,-3 X35.4 � ;N"�✓ Il/%i%�i'�1>y ��'� „� ��,,f� �: N �,, 34. rpus Christi1 r MW 4< Kingsville IYY B',d t�, � 3,4"46 ft �,M�/1/-1j8 MW-'19 34.55"ft �ij MW=5 4.17�fGSite I aa+ ,�dw+ r i„ 11 i 490 n91» (��� 34 41 ft J, s Monitoring Well with Feet Groundwater Elevation 0 325 650 1,300 Contour(0.2 foot interval) DATASOURCES: Groundwater Flow Direction ESRIWMS-World Aerial Imagery,OpenStreetMap Project No.: Potentiometric Map, October 2021 Figure CD187028 Task 3B Date: Irerracon Nov 2021 Cefe Valenzuela Landfill Drawn By: 2397 CR 20 6911 Blanco Road San Antonio,TX 78216 Robstown, Nueces County, Texas 2 Reviewed By: (QB PH.(210)641-2112 terracon.com DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 .... E rrrr r Nk/ r C1 cf of DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Page Intentionally Left Blank Cefe F. Valenzuela Landfill Sector 2A Cell Development, Project No. 21035 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 CITY OF CORPUS CHRISTI SOLID WASTE FACILITY NUECES COUNTY, TEXAS PERMIT APPLICATION NO. 2269 PART I I I SITE DEVELOPMENT PLAN ATTACHMENT 10 SOIL AND LINER QUALITY CONTROL PLAN Prepared for City of Corpus Christi, Texas Solid Waste Services September 1997 Revised February 1998 : E OF All r�irrr '•;� ,r� Revised May 1998 W. WIKEN /• N.N.1N..N.NN.. / Technically Complete August 1998 / 69417 c � 9 S •NN''' G �, � ONA1. IL 3l 9Z Prepared by EMCON 5701 East Loop 820 South Fort Worth, Texas 76119 817/478-8254 Project 62789-002.100 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 OFdar rry •.s1 . WIKEN! ..N.No••oa °6R� c 69417 CONTENTS 1 INTRODUCTION 1 2 CLAY SOIL LINER CONSTRUCTION 3 2.1 Site Preparation 3 2.2 Soil Liner Material Verification Tests 4 2.3 Soil Liner Construction Criteria 5 2.4 Soil Liner Quality Control Testing 7 2.5 Liner Construction Below the Groundwater Table 8 2.5.1 Applicability 8 2.5.2 Temporary Dewatering Controls 8 2.5.3 Required Ballast Thickness 13 2.6 Verification of Liner Stability 14 2.6.1 Survey During Construction 15 2.6.2 Observation for Indication of Seepage 15 2.6.3 Soil Ballast Construction 15 2.6.4 Groundwater Elevations 16 2.6.5 Waste Ballast Placement 16 2.6.6 Documentation 16 2.7 SLER Submittal Process 16 3 GEOSYNTHETIC CLAY LINER CONSTRUCTION 19 3.1 Applicability 19 3.2 Material Requirements 19 3.3 GCL Installation 20 3.3.1 Subgrade Preparation 21 3.3.2 Deployment 21 3.3.3 Patching 22 3.4 GCL Protection 22 4 GEOMEMBRANE LINER CONSTRUCTION 23 4.1 General 23 4.2 Contractor Submittals 23 C:\WINDOWS\TEMP\CCATrlO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-11 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 4�m V- OF T OV-4 KEN �O OBOO....NN..H.N2en aai'/k/ 69417 CONTENTS (Continued) 4.3 Installation Precautions 25 4.4 Geomembrane Testing Requirements 26 4.5 FMLER Submittal Process 29 4.6 Leachate Collection System 30 4.7 Protective Cover 30 4.8 Ballast Evaluation Report 31 APPENDIX10A Construction Below the Water Table APPENDIX 10B Waste-For-Ballast Placement Record APPENDIX 10C Liner and Leachate Collection System Details C:\WINDOWS\TEMP\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10—iii DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1 INTRODUCTION This attachment describes the requirements for the contractor/manufacturer's quality control/quality assurance (QC/QA) programs, and general activities to be used during the construction of a composite liner system to provide assurance of the quality of construction and to provide the required documentation for submittal to the Texas Natural Resource Conservation Commission (TNRCC) for approval of the liner for receipt of municipal solid waste. The composite liner will consist of: • A minimum of 24 inches of compacted soil liner (or a geosynthetic clay liner [GCL]) or 36 inches of compacted soil liner for areas underlying Class 1 nonhazardous industrial solid waste overlain by • A 60-mil-thick HDPE geomembrane liner. This attachment describes, in part, requirements for construction of the soil liner and geomembrane liner. However, this document shall not replace site-specific drawings and specifications that may describe more detailed requirements. The City of Corpus Christi (City) will contact the local TNRCC office at least 48 hours prior to liner construction to provide the TNRCC staff an opportunity to view the construction activities. The geotechnical consultant shall provide a project engineer or his representative whose responsibility will include the supervision of the field testing and inspection, continuous on-site inspection of construction activities, direction of field and laboratory testing, and completion of the Soil and Liner Evaluation Report (SLER), Flexible Membrane Liner Evaluation Report (FMLER), and Ballast Evaluation Report (BER) documents for submittal to the TNRCC. The geotechnical consultant will be an independent third-party professional engineer, registered in Texas, who is experienced in geotechnical engineering and/or engineering geology. The City shall designate a project manager who shall oversee and coordinate all aspects of the project and shall make independent observations of the work and to whom the geotechnical consultant will report. These quality assurance activities are in addition to those of the manufacturer and contractor required through their own QC/QA programs and/or as described herein. The limits of all constructed liners must be clearly marked. These SLER/FMLER markers and other horizontal location coordinates must be referenced to the landfill grid marker system. The SLER/FMLER markers must not penetrate the liner itself but must be readily discernible by site workers and inspectors. SLER/FMLER markers should not I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-1 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 be removed from active disposal areas except as needed to facilitate operations upon approval of subsequent liner areas. The landfill grid markers should be clearly posted at intervals not exceeding 100 feet. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-2 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2 CLAY SOIL LINER CONSTRUCTION 2.1 Site Preparation 2.1.1 General The sector area to receive liner shall be excavated to the lines and grades as shown by construction drawings prepared specifically for the subject sector and in accordance with the permitted bottom elevation grading plan and/or other permit provisions relating to depth of operation. The excavated soils that are suitable liner material (CL-CH clays) shall be stockpiled separately from unsuitable soils (sands). The side and bottom elevations shall be checked by survey to verify that the proper lines and grades have been reached. This data shall serve as the initial elevation check that will later be used with the final elevation survey check for verification of soil liner thickness. The bottom area shall be proof-rolled in preparation for the initial lift of clay liner material. Any loose, soft, and/or wet areas shall be overexcavated and replaced with compacted soil to provide a firm, non-yielding subgrade. 2.1.2 Proposed Lined Areas Below the Groundwater Table The proposed landfill excavation varies from a few feet to approximately 34 feet below the existing natural grade. As outlined in Appendix 10A, portions of the landfill excavation will extend below the highest measured water levels (groundwater table) across the site. In accordance with 30 TAC § 330.203, liners must be designed such that the landfills liner system will not undergo due to the potential hydrostatic uplift forces created by the observed groundwater level being above the excavation elevation. For this site, there are two design options for areas where the landfill construction will be below the highest measured water level surface: 1. Incorporating an active and/or passive dewatering system in the liner design to reduce upward or inward forces on the liner by a factor of 1.2 and by providing calculations satisfactory to the executive director of the TNRCC that the dewatering system will perform to adequately reduce those forces [30 TAC § 330.203(a)(2)]; or I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-3 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2. Providing evidence satisfactory to the executive director of the TNRCC that the soil surrounding the landfill is so poorly permeable that groundwater can not move sufficiently to exert force that would damage the liner [30 TAC § 330.203(a)(3)]. Long-term protection of liner uplift will be provided by the weight (ballast) of the compacted waste and/or soil placed above the liner system [30 TAC § 330.203(f)]. The design and construction recommendations for liner construction below the groundwater table are outlined in section 2.5 following. However, it is important to note that if design option 2 is desired (demonstration of so poorly permeable), the site preparation must include temporary piezometers installed within each future cell area, at least 60 days prior to excavation. Details of temporary piezometers, and analyses required prior to site excavation are provided in Section 2.5.2 of this SLQCP. 2.2 Soil Liner Material Verification Tests Samples of the stockpiled clay soil proposed to be used as clay liner material shall be taken by the geotechnical consultant for testing and verification of the materials soil classification, permeability and compaction characteristics. The tests must be conducted well in advance of the actual liner construction due to the time required for the testing. Each different soil type proposed as clay liner material shall be subjected to the following tests: Coefficient of Permeability -- U.S. Army Corps of Engineers Manual EM-1110-2-1906, 30 November 1970 Appendix VII, Falling-Head Test (or) ASTM D 5084-90, Measurement of Hydraulic Conductivity of Saturated Porous Materials Using a Flexible Wall Permeameter Soil Classification Tests -- ASTM D 4318 Atterberg Limits ASTM D 422 Percent Passing#200 Sieve, only Moisture-Density Relationship-- ASTM D 1557 Modified Proctor (or) ASTM D 698 Standard Proctor ASTM D 2216 Moisture Content Note: The selection of the specific compaction method (i.e., ASTM D698 or ASTM D1557) will be determined by the geotechnical consultant based on his I:\CORPUS\62789\002\TECHCOM\CCAMO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-4 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 evaluation of the most appropriate method by which clod destruction and low permeability characteristics can best be achieved, and attempting to match field compaction equipment and the energy it imparts to that of the laboratory compaction test. The proposed soil liner material will be judged to be acceptable provided that it meets the following minimum criteria: • Liquid limit not less than 30 • Plasticity index not less than 15 • Percent passing no. 200 sieve not less than 30 percent • Coefficient of permeability tested in the laboratory not greater than 1 x 10-7 cm/sec As indicated in Appendix 10A, if the soil liner is constructed below the seasonal high groundwater table, and no dewatering system is proposed to control the potential short - term hydrostatic pressures on the liner, the coefficient of permeability tested in the laboratory may not be greater than 2 x 10-8 cm/sec. 2.3 Soil Liner Construction Criteria The geotechnical consultant will determine the specific compaction criteria for the proposed soil liner materials based on the results of the liner material verification testing. As a minimum, the following criteria will be followed: • When using ASTM D698 method, the soil liner material must be compacted to not less than 95 percent of maximum density at a moisture content at optimum to 4 percentage points above optimum. • When using ASTM D1557 method, the soil liner material must be compacted to not less than 90 percent of maximum density at a moisture content at optimum to 4 percentage points above optimum. The intent of the soil liner compaction process is to achieve a homogeneous soil liner having low permeability through destruction of soil clods and lift interfaces, and through proper control of moisture, density, lift thickness, and material processing. The destruction of soil clods and lift interfaces is very important and requires a combination of proper scarification and liner material processing, adding moisture as necessary to soften the soil, and then compaction under the effort of heavy equipment. Clod size reduction can be achieved through disking, pulverizing, and/or screening. Heavy-duty equipment is required to achieve the proper clod size reduction. The soil liner should contain no rocks greater than 1" in diameter or that total more than 10 percent by weight. One-hundred percent of the material used in the soil liner must pass I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-5 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 the 1-inch screen-sieve. Water is usually also required to soften the clay soil such that the compaction process will intimately mold the clay soil into a homogeneous mass. Additional disking is necessary during the moisture adjustment to obtain uniform water distribution. Water used on liner construction must be clean water. Water that has come into contact with waste will not be used for liner compaction. All constructed soil liners must be compacted with a pad-footed roller or prong-footed roller. Bulldozers, track-type vehicles, or pneumatic rollers are not acceptable for liner compaction. The minimum weight of the compaction should be 1,500 pounds per linear foot of drum length. The lift thickness shall be controlled so that there is complete penetration through the loose lift under compaction into the top of the previously compacted lift; therefore, the compacted lift thickness must not be greater than the pad or prong length. The top of each lift shall be kept moist between lifts and shall be roughened or otherwise prepared to receive the next lift of soil liner material. Any lift which has dried shall be scarified, rewetted, and recompacted, then retested before addition of the next lift. The "tie-in" of the new soil liner to the old soil liner areas should be accomplished using a "stair-step" approach versus butting one liner to another. The old liner should be cut back to expose firm, moist liner. It should then be scarified and moistened prior to placement of the new liner soil. The entire mass should then be melded together using a pad-footed or prong-footed compactor with feet that fully penetrate the loose soil lift. This process would then be continued for each new lift. The top surface of the completed soil liner should be bladed and/or rolled with a flat wheel roller to produce a smooth surface for receipt of the geomembrane liner. The final surface must be free of sharp-edged rocks or other materials that might puncture the geomembrane. The final surface must be kept moist or otherwise protected to prevent desiccation cracking. Soil liner construction should proceed in a systematic and timely fashion without delays in construction except as may be incurred due to weather delays. Records should be maintained to document delays and measures taken to protect and/or otherwise repair the liner if damaged by weather delays. 2.4 Soil Liner Quality Control Testing The soil liner construction activities should be observed by the City and the City's geotechnical consultant for compliance with the construction documents. The soil technician, under the direction of the geotechnical consultant, should conduct moisture- density tests of each compacted lift to determine whether the proper moisture and density have been achieved. The contractor may not place additional liner material until approval I:\CORPUS\62789\002\TECHCOM\CCATrIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-6 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 based on acceptable field moisture and density tests. In addition, the soil technician should take bulk samples of the liner material for soil classification testing and undisturbed specimens for laboratory permeability tests. The testing frequency shall be determined based on the following minimum guidelines for parallel lifts: a. Field Moisture-Density Tests (ASTM D 2922 and ASTM D 3017). One test per 8,000 square feet, or less, per 6 inches depth is required, but no less than three tests per 6-inch lift. Note: All density probe holes must be filled with bentonite. Larger holes dug for sampling purposes may be filled with bentonite-soil mixtures or may be scarified, wetted and filled with soil liner material during the subsequent lift placement. b. Soil Classification Tests. These tests shall include Atterberg limits and sieve analysis (percent passing #200 sieve) and shall be conducted at a frequency of a minimum of one test per 100,000 square feet, or less, per 6 inches depth. Additional tests should be conducted by geotechnical consultant or his representative in the event that the material visually appears to change and/or if the stockpiled liner material is not expected to be consistent. If either the liquid limit (LL) or the plasticity index (PI) vary by 10 or more points when compared against the appropriate moisture density curve used for that borrow source, the soil is considered to be from a separate soil borrow source. A new test series (including moisture/density compaction relationship, sieve analysis, and coefficient of permeability) should be determined for the separate borrow source, and these results used for construction control. C. Coefficient of Permeability. A minimum of one test per 100,000 square feet, or less, per 6-inch depth is required. d. Thickness Verification. The constructed soil liner thickness must be verified by instrument survey methods. Probe holes through the liner are not acceptable for this purpose. The initial survey, as described earlier, and a final survey after completion of the liner construction shall be used to determine the as-built thickness of the liner. A minimum of one verification point per 5,000 square feet of surface area is required. The survey data must be tabulated in such a manner that the minimum thickness can be readily verified for each verification point. The verification points should be tied into the landfill grid marker system. The final surface should not be punctured with construction stakes unless they will be filled with bentonite. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-7 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2.5 Liner Construction Below the Groundwater Table 2.5.1 Applicability The majority of the landfill footprint is generally founded within the upper clay stratum across the site. By founding the landfill in the upper clay and minimizing the depth that the excavation extends below the highest measured groundwater table, only certain areas of the landfill will extend below the groundwater table. A detailed discussion and characterization of potential hydrostatic uplift pressures due to the presence of groundwater is provided in Appendix 10A attached. As outlined in Appendix 10A and illustrated on Figure 10A.3, the landfill excavation has been divided into areas which remain above the highest measured water level across the site and areas which will extend below the highest measured water level across the site. For those areas of the excavation which extend below the highest measured groundwater table, the excavation may only extend to a depth to which the bottom will remain stable (without heaving due to the hydrostatic uplift pressures). To proceed with excavation below the predicted depth at which the bottom may heave will require active dewatering (lowering of the groundwater table) prior to excavation. 2.5.2 Hydrostatic Pressure Controls During Construction and Filling Applicability In accordance with 30 TAC § 330.203, the liner design for liners constructed below the groundwater table must be designed such that the liner system will not undergo uplift due to the potential hydrostatic uplift forces created by the observed groundwater level being above the excavation elevation. For this site, there are two design options for controlling potential hydrostatic pressures during liner construction, waste filling and soil ballast placement (as applicable): 1. Incorporating an active and/or passive dewatering system in the liner design to reduce upward or inward forces on the liner by a factor of 1.2 and by providing calculations satisfactory to the executive director of the TNRCC that the dewatering system will perform to adequately reduce those forces [30 TAC § 330.203(a)(2)]; or 2. Providing evidence satisfactory to the executive director of the TNRCC that the soil surrounding the landfill is so poorly permeable that groundwater can not move sufficiently to exert force that would damage the liner [30 TAC § 330.203(a)(3)]. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-8 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 Long-term protection of liner uplift will be provided by the weight (ballast) of the compacted waste and/or soil placed above the liner system [30 TAC § 330.203(f)]. Ballast placement recommendations are provided in Section 2.5.3. 30 TAC § 330.203(a)(2) Demonstration (Temporary Dewatering Systems) For all areas of the excavation which are predicted to extend below the highest measured groundwater table, the liner system must be protected from potential hydrostatic uplift pressures until enough ballast (weight of additional soil or waste) can be placed above the liner system to counteract the potential hydrostatic uplift pressure. A temporary dewatering system consisting of a geocomposite drainage blanket (underdrain) and gravel-filled collection trenches will be installed below the liner system to dissipate any potential buildup of hydrostatic pressures where: 1. No preconstruction testing is performed in the proposed cell area to confirm and demonstrate that the subgrade is so poorly permeable that the groundwater can not move sufficiently to exert force that would damage the liner within the time frame that the liner could be constructed and the ballast placed over the liner; or, 2. Preconstruction testing using piezometers indicates the exposed subgrade will produce seepage forces on the clay liner during liner construction and filling of ballast, or 3. After excavation of a cell area, the GP observes seepage and requires a temporary dewatering system to cover the seepage area(s) designated by him. The down-gradient end of the drainage blanket must discharge to an open area or gravel filled trench which will then take the collected water to a sump or unlined area for removal. The geocomposite drainage blanket design and performance specifications are provided in Appendix 10A. The geotechnical professional will provide documentation and designs to control groundwater seepage in the SLER. In addition to the underdrain geocomposite dewatering system, areas of the excavation which will (a) extend below the depth at which bottom heave is expected (due to the hydrostatic pressures), or(b) the seepage rate from the exposed subgrade is too large to be managed by a geocomposite, will have the groundwater table lowered using dewatering wells. The groundwater table will remain lowered in these areas (using surrounding dewatering wells and underdrains as applicable) until enough ballast has been placed above the liner system to counteract the potential hydrostatic pressures from the highest measured groundwater table. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-9 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 It is important to note that the dewatering calculations provided in Appendix 10A (step 6) demonstrate that standard dewatering using pumped wells is feasible for the entire area requiring dewatering to control the short-term hydrostatic heave pressures. The dewatering system, however, will be developed in stages as needed during landfill development, and the entire area shown on Figure 10A.5 will not be dewatered at one time. For example, the dewatering may initially be required only for a 5- to 10-acre area depending on the site development needs. The dewatering system will be designed for this 5- to 10-acre area, and this area will be dewatered using pumping wells, which begin pumping at a designed time interval in advance of the planned excavation in that area. As this area is being excavated, the next area to be lined will be designed for dewatering and begin dewatering operations. When the initial area is lined, the dewatering wells in that area will be removed and replaced with underdrains below the installed liner system. Once the area being lined has sufficient waste and/or soil ballast above it to counteract the potential hydrostatic uplift pressures without dewatering, the underdrains may be decommissioned (with approval from the TNRCC). During this same time frame, the adjacent cell is being constructed with underdrains below it, and the cells area adjacent to that will be dewatered using pumped wells. This cycle of phased development will continue until the waste in the areas that require dewatering have reached the design ballast height. This phased process of dewatering as needed for landfill construction is shown in Part III, Attachment 1, Figures 1.17 and 1.18. By phasing the dewatering system, the volume of dewatering discharge water will be minimized and the required number of dewatering wells will be optimized. As a result, the volume of dewatering discharge will be a fraction of the total dewatering discharge predicted for the whole area and will be dependent on the specific development plans for the areas requiring dewatering in the future. Water collected from the dewatering operations will be disposed of by one of the following methods: • Discharge to the perimeter stormwater system to the offsite ditch with prior approval of a discharge permit from the TNRCC. • Treated on-site • Pumped to storage tanks to be handled off-site for treatment or disposal • Injection into deep wells after prior approval from the Texas Railroad Commission. • Pumped to on-site evaporation ponds Additional information on these disposal options is provided in Attachment 4 - Geology and Geotechnical Report. The groundwater disposal option will be based on the economics of each option once dewatering operations are required. 1•\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-10 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 30 TAC § 330.203(a)(3) Demonstration ("So Poorly Permeable") The geologic and geotechnical investigation for this permit application indicates that it may be feasible in some areas to construct of a liner system below the groundwater table without a dewatering system. The analyses is provided in Appendix 10A to this SLQCP. The subgrade soils in some areas may be of such low permeability that liner and liner ballast can be constructed at a faster rate than the potential hydrostatic uplift pressure can build on the liner. In other words,by the time the hydrostatic pressure does impart its full force on the liner system, an adequate thickness of ballast (weight) is in place above the liner to counteract this pressure. To confirm this analyses, the site preparation for each cell area constructed must include installation of temporary piezometers at least 60 days prior to excavation. These temporary piezometers will be used to perform a preliminary foundation evaluation of the excavation subgrade in accordance with 30 TAC § 330.203(d). The stability and settlement portion of the foundation evaluation have been provided for the entire landfill, and are included in Attachment 4 - Geology and Geotechnical report of the permit application. The constructibility issue is based on the actual in-situ permeability of the exposed clays in the landfill excavation, and will be verified by installing the temporary piezometers within each proposed lined area. A minimum of one temporary piezometer per 100,000 square feet of proposed new lined area will be required. These temporary piezometers will be installed with a 5-foot screen zone extending 1 foot above and four feet below the proposed excavation elevation at the point of the piezometer. The temporary piezometers will be sealed with bentonite from the top of the screen to the ground surface. Slug tests will be performed within each of the temporary piezometers to derive the in-situ permeability of the proposed new cell subgrade. The GP will then prepare a preconstruction report to the TNRCC which summarizes the results of the preliminary foundation investigation. The GP will also make a recommendation as to the need for a temporary dewatering system within the proposed cell area. If it is concluded that temporary dewatering system is not required, the GP must provide detailed, cell specific calculations including: 1. A contour plan to scale showing the proposed cell excavation elevations. 2. The highest measured water levels over the subject area interpolated from Figure 10A.1 in Appendix 10A and supplemented with actual water level readings in monitor wells in the vicinity of the proposed cell obtained during the foundation investigation. If the water levels in the monitor wells are higher than that shown on Figure 10A.1, the groundwater level provided on Figure 10A.1 must be adjusted upward as all seepage and ballast calculations must be based on the highest measured groundwater table at the site. The temporary I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-11 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 piezometers are to be used soley for the purpose of slug testing and will not be used for water level measurements. 3. The slug test locations and results. Including details of the temporary piezometers. Based on the calculations provided in Appendix 10A, the slug tests derived permeability should be no higher than 1 x 10-7 cm/sec such that the compacted clay liner will not be lifted within the time frame for construction of the liner and ballast. 4. The required maximum installed permeability of the compacted soil liner based on laboratory testing (as described in Section 2.2). Based on the calculations provided in Appendix 10A, this value should be no higher than 2 x 10-8 cm/sec to allow for reasonable construction time of the liner and ballast. 5. The potential for seepage and the time frame required to uplift the clay liner based on items 1 through 4 above. Example calculations are provided in Appendix 10A. 6. The calculated minimum time frame required for the wetted front to migrate through the clay liner and impart hydrostatic pressure on the geomembrane liner. Example calculations are provided in Appendix 10A. These calculations and preconstruction report must be submitted to the groundwater protection and monitoring section of the municipal solid waste division of the TNRCC for approval prior to cell excavation below the groundwater table. Once the preconstruction report for construction below the water table is approved by the TNRCC, excavation may begin which will result in the elimination of the temporary piezometers. At completion of the excavation and prior to liner construction, the geotechnical consultant preparing the SLER must evaluate the entire excavation for indications of seepage. As suggested in the TNRCC guidance document for construction of liner below the seasonal high water table, typical criteria which may be used in this evaluation include: • No seepage over a time period of at least a week; • No softening of the excavation surface; • No softness or sheen within secondary features; and If the subgrade meets the site-specific criteria described above, the liner construction may proceed as designed with no temporary dewatering controls below the liner. If one or more of these criteria are not satisfied, a geocomposite drainage blanket must be installed below the clay liner system over the seepage area delineated by the geotechnical I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-12 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 professional as outlined in the previous section entitled "30 TAC § 330.203(a)(2) Demonstration (Temporary Dewatering Systems)" It is important to note that if the installation of the temporary piezometers and preparation of the preconstruction report is not performed, it must be assumed that dewatering systems are required below the portion of the liner system which extends below the highest measured groundwater table. The above procedure for demonstrating the subgrade is so poorly permeable will generate historical data for the site. Considering the accumulated data, the City may wish to modify the above procedures for demonstrating the subgrade is so poorly permeable with written approval of TNRCC. 2.5.3 Required Ballast Thickness Liner protection against long-term hydrostatic uplift pressures will be provided by the counteracting weight of the materials placed above the geomembrane liner in accordance with §330.203. This counteracting weight of materials over the geomembrane liner, or ballast, includes the weight of the leachate collection system, protective cover, additional soil (if used) and compacted waste. The ballast calculations do not include the weight of the soil liner as the soil liner will saturate with time and the hydrostatic pressure of the groundwater will be transferred to the relatively impermeable geomembrane. Example calculations for determining the height of compacted waste or additional protective cover soil above the liner system are provided in Appendix 10A. Once the calculated height of ballast has been achieved for each cell area, the temporary trench drains below the liner no longer need to remain operational and the groundwater can be allowed to rebound against the bottom of the liner system. A ballast evaluation report (BER) must be prepared and submitted to the TNRCC to (1) document that the adequate ballast height has been achieved to offset potential hydrostatic pressures for each lined area, and (2) to request that the temporary dewatering trench operations be discontinued. Once the BER is accepted by the TNRCC, operation of the temporary hydrostatic pressure relief trench below the area specified may be discontinued. For each cell in which liner is constructed below the highest measured groundwater table, the procedure to be followed for determining the ballast thickness required is as follows: • The geotechnical consultant will review the most recent available data on groundwater elevations (from the most recent shallow piezometer reading within the proposed excavation area and adjacent monitoring wells) and determine if a new highest measured water table contour map is necessary. If new data indicate groundwater in any monitoring well or shallow piezometer to be higher I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-13 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 than presented on Figure 10A.2 in Appendix 10A, modifications to the highest measured water table contours will be necessary. • The City and geotechnical consultant will determine whether soil or waste will be used in the cell to ballast against hydrostatic head. • Utilizing the appropriate highest measured groundwater table contours and procedures provided in Appendix 10A, the geotechnical consultant will calculate the required thickness of ballast material needed for the cell. These calculations will be included as part of the FMLER to provide adequate review time by the TNRCC before placement of ballast must begin. The unit weight for waste used as ballast will be 37 pounds per cubic foot (1000 pounds per cubic yard). A factor of safety of 1.5 will be required for ballasting with waste while a factor of safety of 1.2 will be used for soil ballast. Appendix 10A describes the use of the unit weight and factor of safety for waste. Calculations for soil will be similar, substituting the appropriate unit weight and factor of safety. 2.6 Verification of Liner Stability The foundation stability for areas of the landfill extending below the highest measured groundwater table is provided in Appendix 10A. This foundation stability analyses include slope stability, settlement and constructibility. The geotechnical consultant shall verify however, that the ballast meets the established criteria and uplift of the liner system did not occur during construction. The verification shall be documented in the BER which will be submitted to TNRCC for approval. 2.6.1 Survey During Construction To document that short-term uplift has not occurred during construction of the liner, the geotechnical consultant shall verify that the elevations of the soil liner (or GCL) are consistent with the soil liner elevations shown on the construction drawings. The geotechnical consultant shall also verify that the protective cover elevations have not increased from those submitted with the FMLER. The protective cover elevations will be taken immediately before placement of the waste. Survey measurements to check against uplift will be taken at a minimum frequency of 1 measurement per 10,000 square feet. 2.6.2 Observation for Indication of Seepage The geotechnical consultant or his representative shall observe the liner subgrade and soil (or GCL) liner for the presence of seepage during construction. If seepage is noted, the I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-14 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 seepage areas will be drained (as noted in Section 2.5.2) and the liner repaired. Any areas where seepage is noted will be monitored visually and by survey elevation checks throughout liner construction and ballast placement to verify that seepage does not continue and uplift does not occur. An area (30 to 50 feet wide and at the same bottom-of-liner elevation) immediately adjacent to the cell construction shall also be monitored for evidence of seepage. This monitoring will include the installation of shallow piezometers installed to be screened two feet below the current excavation. To document that short-term uplift has not occurred during ballast placement, the geotechnical consultant shall provide documentation that all seepage, if any, has been controlled. 2.6.3 Soil Ballast Construction The in-place thickness and density of the protective cover will be monitored during construction and compared with the values used to calculate the required ballast thickness. The quality assurance moisture/density tests will be taken after protective cover placement at frequency of at least 1 test per 10,000 square feet with a minimum of 5 tests per liner area. If survey or density tests indicate the soil ballast criteria are not met, additional ballast will be placed to compensate for the difference to provide the required factor of safety against uplift. 2.6.4 Groundwater Elevations The landfill monitoring well system and shallow piezometers adjacent to the liner construction will be monitored during construction of liner areas which extend below the highest measured water table. The shallow piezometers adjacent to the liner will be used to determine the in-place permeability of the foundation materials and the rate of seepage into the excavation. In accordance with 30 TAC §33O.2O3(a)(3), this information could be used to show that the soils below the liner are so poorly permeable that the seepage cannot build up at a fast enough rate to potentially damage the liner system during construction. If the observations indicate the groundwater level is higher than the previously determined highest measured water table in the liner area, the design highest measured water table will be adjusted upward and the thickness of ballast will be increased accordingly. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-15 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 2.6.5 Waste Ballast Placement Landfill personnel working under the supervision of the landfill superintendent will be on site full time during placement of the first 5 feet of waste over the liner system. They will verify and document that this lower 5 feet of waste does not contain large bulky items that could damage the liner system or that cannot be compacted to the required density. The landfill superintendent will also document that the waste for ballast has been compacted with compaction equipment which weighs in excess of 40,000 pounds. The landfill superintendent will use the "Waste-For-Ballast Placement Record" form or equivalent provided in Appendix 10B to document the items above. This documentation will be placed in the site operation record and also attached to the BER. The geotechnical consultant will verify the compacted waste height using survey procedures with minimum of 1 survey point every 10,000 square feet of top area. 2.6.6 Documentation The calculations for the constructed liner ballast weight and thickness will be submitted with the BER for TNRCC approval. Once all the ballast is in place, the as-built documentation will be provided in the BER. The BER will contain the documentation substantiating that the appropriate depth of ballast has been placed over the liner system as discussed in Section 4.8. 2.7 SLER Submittal Process The geotechnical consultant must submit a SLER performed in accordance with this SLQCP to the TNRCC upon completion of the soil liner construction and verification testing. The SLER will contain: 1. A summary of soil stratigraphy and soil properties exposed on the bottom and sidewalls of the areas being lined. This will include a visual observation of the subgrade to evaluate the presence of seepage or soft areas (as discussed in Section 2.5.2) and documentation of corrective measures and/or design of a seepage controls. All subgrade acceptance documentation shall be submitted. 2. Current seasonal high water table for the area being constructed based on Figure 10A.1 in Appendix 10A and readings during construction in adjacent monitor wells and piezometers. Adjust the seasonal high water table upward if necessary. If the most recent monitor well and piezometer readings are lower than that shown on figure 1OA.1, use the contours in figure 1OA.I for the design of the liner below the groundwater table (including dewatering and ballast design). The highest measured groundwater contours may not be adjusted to lower elevations than those shown on Figure IOA.1. I:\CORPUS\62789\002\TECHCOM\CCAT7IO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-16 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3. All calculations and design to mitigate potential hydrostatic pressures on the specific liner area being constructed. These calculations may include (a) the rate of hydrostatic buildup being exceeded by the rate of ballast construction for low permeability subgrade conditions, (b) design of a drainage geocomposite and collection system under the liner to control seepage, or (c) the design of an active dewatering system to temporarily draw down the water table to allow for liner and ballast construction. General calculations for each of these designs is provided in Appendix 10A. 4. If applicable, a scaled plot of the drainage geocomposite panel layout used to control seepage under the soil liner. This as-built layout should include survey location of the panels, panel numbers, seam locations and number, repair locations, and destructive test locations. This plot will contain locations and identification number for all tests conducted on the drainage geocomposite. If necessary, multiple plots will be provided. The site grid system will be overlain on the plot. A North arrow and bar scale will be provided on each plot. 5. Drainage geocomposite manufacturers quality control test results and additional conformance test results as applicable. Summary tables will be provided for test results as appropriate. 6. A construction log which provides dates, stage of construction and weather conditions. 7. A scaled plot for each 6-inch compacted lift of soil liner. This plot will contain locations and identification numbers for all tests conducted on a particular lift and sample locations. For clarity, multiple plots for the same 6-inch-compacted lift may be provided (i.e. one plot for field density/moisture tests and another plot for sampling locations). The location for all soil tests (passing and failing) will be recorded. Each plot will contain the site grid system, North arrow, and a graphic scale. 8. Summary tables will be provided for soil liner test results. At a minimum, test and/or sample number, grid location and result will be reported. Where appropriate, laboratory test numbers will cross-reference corresponding field density moisture tests. Cross-references will be provided between non- conforming tests and subsequent passing retests. 9. Permeability test results will be provided on summary tables and test data calculations will be provided for all permeability test results. 10. A site layout plan indicating the area of liner construction covered by the submittal, filled areas, active area, site grid plan, graphic scale, North arrow, I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-17 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 and other pertinent information. This site layout will show the location of areas covered by previous submittals as well as the approval dates. 11. All elevation calculations necessary for soil liner thickness determination. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-18 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 3 GEOSYNTHETIC CLAY LINER CONSTRUCTION 3.1 Applicability A GCL may be placed within the composite liner system underlying the leachate collection sumps, or as an alternative to a compacted clay liner. An analysis of the composite liner system with a GCL liner including calculation of anchor trench runout lengths, stress on the liner components, and infinite slope stability analysis is included in Part III, Attachment 4 - Geology and Geotechnical Report. 3.2 Material Requirements 1. The GCL shall consist of bentonite, with a free swell (test method USP-NF-XVII) of at least 18 ml, and a fluid loss (test method API Spec 13A/13B) no greater than 18 ml. A certificate of analysis for each clay lot shall be submitted as part of the quality control documentation. The finished GCL must contain a minimum of 0.8 lbs/ft2 dry bentonite (oven dried at 150°C basis) and have a permeability no greater than 1x10-9 cm/sec. The manufacturer shall provide recommended seaming procedures and supporting test documentation showing the GCL seams are no more permeable than the GCL itself at a confining pressure anticipated in the field. The minimum shear strength of a hydrated GCL will be verified by the manufacturer to have a minimum cohesion of 100 psf and a minimum internal angle of friction of 8 degrees. 2. The GCL shall be shipped in rolls that are wrapped individually in relatively impermeable and opaque protective covers. The rolls may be stacked only as allowed by manufacturer's recommendations. The GCL rolls must be stored above ground (i.e., wooden pallets) and covered with a waterproof tarpaulin. 3. GCL testing will be performed by the supplier, manufacturer and the third-party independent laboratory. The geotechnical consultant will review the manufacturer's certification (quality control certificate) and verify that the GCL meets the values given in the plans or specifications for those tests listed in Table 10-3.1. All required quality control documentation shall be submitted to the geotechnical consultant a minimum of 7 days prior to deployment of any GCL. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-19 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 4. The geotechnical consultant or his representative may perform verification testing as required by additional detailed construction specifications or as required in the judgment of the geotechnical consultant or his representative. Table 10-3.1 Standard Tests on GCL Material Standard Test Tester Test Type of Test Method Frequency of Testing Supplier or GCL Manufacturer BentoniteA Free Swell USP-NF-XVII per 50 tons and every truck or railcar Fluid Loss API Spec 13A/13B Geomembrane Mass/Unit Area ASTM D5261 per 100,000 ft3 Thickness ASTM D5199 per 200,000 W Tensile Properties ASTM D638 GCL Manufacturer GCL Product Clay Mass/Unit Area ASTM D5261 per 40,000 ftz Bentonite Moisture ASTM D2216 or Content D4643 Grab Tensile Strength ASTM D4632 per 200,000 ftz Permeability GRI GCL-2 or per week for each ASTM D5084 production line Independent GCL Product Clay Mass/Unit Area ASTM D5261 per 40,000 ft2 Laboratory (Conformance Testing) Permeability$'D GRI GCL-2 or per 100,000 ft2 ASTM D5084 Direct ShearD E ASTM D 5321 per GCL/adjoining material type Notes: A Tests to be performed on bentonite before incorporation into GCL. B Not applicable for geomembrane-backed GCL. Manufacturer of geomembrane-backed GCL must,however, certify that product will meet required permeability standards based on prior testing. C Report last 20 permeability values,ending on production date of supplied GCL. D Test at confining/consolidating pressures simulating field conditions. E Not applicable for slopes of 7H:1V or flatter. Testing must be in hydrated state unless GCL is to include geomembrane on both sides of GCL. 3.3 GCL Installation All installation of GCL shall have continuous on-site monitoring during construction by the geotechnical consultant or technician under his direct supervision. The installer shall I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-20 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 provide a panel layout plan, which will be reviewed by the geotechnical consultant prior to any material deployment. 3.3.1 Subgrade Preparation The subgrade surface for the GCL installation will be smooth and free of foreign and organic material, sharp objects, exposed soil or aggregate particles greater than 3/8 inch, or other deleterious materials. Standing water on the subgrade will not be allowed. Prior to GCL installation, the geotechnical consultant will verify the following: • The grades below the GCL have been verified and accepted by the contractor • Required documentation for constructed layers, if any, and subgrade preparation below the GCL have been completed and are acceptable. • The supporting surface has been rolled to provide a smooth surface and does not contain materials which could damage the GCL or adjacent layer. 3.3.2 Deployment Equipment used to deploy GCL over soil must not cause excessive rutting of the subgrade. GCL placed over geosynthetics (i.e., geomembrane or geotextile) must be placed by hand or using light equipment with low contact-pressure rubber tires. The geomembrane-backed GCL shall be deployed with the bentonite side facing up. Deployed GCL panels should contain no folds or excessive slack. Generators, gasoline or solvent cans, tools, or supplies must not be stored directly on GCL. Installation personnel must not smoke or wear damaging shoes when working on GCL. GCL on sideslopes must not be unrolled in a direction perpendicular to the direction of the slope. GCL should be anchored at the top of the slope and then unrolled working down so as to keep the material free of wrinkles and folds. No horizontal seams will be allowed on slopes. The geotechnical consultant or his representative shall observe the GCL as it is deployed for even bentonite distribution, thin spots, or other panel defects. The geotechnical consultant or his representative will record all defects and the disposition of the defects (panel rejected, patch installed, etc.). All repairs are to be made in accordance with the specifications at the discretion of the geotechnical consultant. The geotechnical consultant will verify that only panels which can be covered in 1 day are deployed and that the GCL panels are not placed during wet, rainy weather. In accordance with the construction specifications, the geotechnical consultant shall also verify the following 1:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-21 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 • Proper GCL deployment techniques • Proper overlap during deployment • Seams between GCL panels are constructed per manufacturer's recommendations. • The bentonite does not exceed the specified amount of hydration prior to covering • Defects are patched and overlapped properly • On sideslopes, the GCL is anchored at the top and then unrolled The geotechnical consultant shall observe the GCL for premature hydration visually and by walking over the GCL to locate soft spots. All GCL that has prematurely hydrated (as defined by the manufacturer's specifications) shall be removed and replaced with new GCL. These observations will be documented in the FMLER. 3.3.3 Patching • Patches are to be constructed in accordance with the manufacturer's recommendations. • Patches will extend at least 12 inches beyond the extent of damage. 3.4 GCL Protection Construction equipment on the GCL (or composite liner system) will be minimized to reduce the potential for damage or puncture. The CQA monitor will verify that small equipment such as generators are placed on scrap FML material (rub sheets). Aggregate drainage covers and/or protective cover will be placed using low ground pressure equipment. The geotechnical consultant or his representative will verify that the GCL (or overlying geosynthetics) are not displaced while overlying materials are being placed. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-22 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 4 GEOMEMBRANE LINER CONSTRUCTION 4.1 General The geomembrane must be high-density polyethylene (HDPE) of 60-mil nominal thickness. The specific liner material must be specified in the City's construction documents and at a minimum must meet the latest NSF 54 International Standard- Flexible Membrane Liners. The geomembrane must be placed on a prepared surface of clay soil liner or GCL as described previously. The geomembrane must be furnished by a reputable manufacturer of geomembrane products manufactured and intended for use in solid waste disposal applications. The manufacturer must maintain an acceptable quality control and quality assurance program (QC/QA), and must submit a copy of the program description to the City. Similarly, the Contractor must maintain an acceptable QC/QA program for the installation phase of the geomembrane construction and must submit a copy to the City. In the event that these submittals are found to be incomplete, the City shall delay construction until the deficiencies in the QC/QA program are resolved. This document describes, in part, requirements for construction, testing and documentation of the geomembrane liner construction based on current practice. This document should not replace site-specific drawings and specifications that may describe more current and possibly more detailed requirements. 4.2 Contractor Submittals The Contractor shall submit a written certification from the Manufacturer of the proposed geomembrane liner material that certifies the acceptability of the material for use as a solid waste containment liner and that demonstrates that the Manufacturer has produced a minimum of 10 million square feet of the specified liner material for similar applications. Similarly, the Contractor (or his installation Subcontractor) must certify the successful installation of at least 10 million square feet of the specified liner material. The Contractor and Manufacturer shall each submit a complete description of their QC/QA program. The program shall include, as a minimum, a description of the procedures through which quality is assured in the manufacturing, handling, installation, testing, repairing and protection required to provide a completed geomembrane. This submittal must include the identification of the resin supplier, product identification technique, I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-23 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 acceptance testing procedures, fabrication and production testing methods, installation procedures and testing verification, and procedures for repairs, retests and acceptance. The installation procedures must include a complete description of the welding equipment, methods and procedures for making both field seams and repairs, and testing methods and procedures. The essential elements of the Manufacturer's QC/QA program are outlined below: a. Organizational chart showing the individuals responsible for QC/QA in each phase of the manufacturing, shipping and installation. of the geomembrane product. b. Manufacturing QC/QA activities description which addresses the delivery and acceptance procedures for raw materials, the extrusion process and associated QC procedures, roll handling, testing methods and acceptance standards, and documentation records. The essential elements of the material installation and construction QC/QA program include: a. Statement and description of qualifications of the Contractor's QA personnel. b. Requirements for preconstruction and daily progress meetings and topics of discussion. c. Procedures for transportation, delivery, on-site storage and protection of geomembrane products. d. Special requirements for subgrade preparation and anchor trench construction. e. Description of geomembrane layout, seaming methods and procedures, and field seam testing. f. Requirements of seaming equipment and welding personnel. g. A description of the hot wedge welding method including applicable use, liner preparation, acceptable weather conditions, equipment preparation, test seam procedures and acceptance criterion. h. A description of the extrusion fillet welding method including applicable use, liner preparation, acceptable weather conditions, equipment preparation, test seam procedures and acceptance criterion. i. Minimum seam values and acceptance criteria. j. Description of nondestructive seam testing methods, equipment and procedures, acceptance criteria and repair of defects procedures. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-24 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 k. Description of destructive seam testing including sampling procedures, frequencies, size, replicate sample distribution, and test procedures. 1. Procedures for evaluating defects and repairs. m. Requirements for anchor trenches, pipe penetrations and other construction details. n. Preparation of"as-built" drawings and final acceptance procedures. o. Construction documentation, forms required, and record storage procedure. p. Example warranties for materials and workmanship. q. Safety and health considerations. The Contractor shall submit prior to construction installation drawings indicating the proposed sheet layout and numbering scheme, sequence of sheet placement, and location of all field seams. These drawings shall also show typical details for securing the geomembrane at its perimeter and for other details applicable to the project. The geomembrane Manufacturer shall furnish a written warranty (for a period to be specified in the City's contract documents) that provides a guarantee against manufacturing defects or workmanship and against deterioration due to oxidation, ultraviolet light or other weather-related aging. The Manufacturer shall agree to replace any liner made necessary by defects in materials or workmanship which become evident during the warranty period. The repairs shall be made promptly and to the Owner's satisfaction. The warranty period begins upon final acceptance of the work by the Owner. The Contractor shall furnish a written warranty for a period to be specified in the City's contract documents that warrants that the geomembrane was constructed to be free of defects in materials and workmanship. The Contractor shall agree to replace any liner and/or make repairs made necessary by defects in materials or workmanship that become evident during warranty period. The repairs shall be made promptly and to the Owner's satisfaction. The warranty period begins upon final acceptance of the work by the Owner. 4.3 Installation Precautions The installation of the geomembrane shall proceed in accordance with this SLQCP, specific construction documents, accepted industry standards of practice, and the Manufacturer's and Contractor's QC/QA program. The following items are some, but not necessarily all, items to be addressed: a. All HDPE liner material shall be delivered in rolls. Folded sections of panels (which are not a normal part of the manufacturing process or packaging processes) are not acceptable and shall not be used in HDPE liner construction. Creased sections of panels (which are not a normal part of the manufacturing I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-25 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 process) are not acceptable and shall not be used in FML liner construction. Liner materials shall be inspected by the geotechnical consultant or his qualified representative as they are unrolled for evidence of defects or flaws. The Contractor shall be completely responsible for shipment, proper storage, handling and installation of all lining materials. b. Workmen shall be fully instructed in accordance with the QC/QA program of those measures required to avoid damage to the geomembrane during its installation. Smoking is not permitted in the liner area. Gasoline and other solvents must not be placed on the liner. Only smooth-soled shoes are allowed, and no vehicular traffic is allowed directly on the geomembrane. c. The Contractor shall protect the geomembrane against wind and other weather- related damage. Sand bags may be used to hold the lining material during installation provided that the bags are tight and secure, and do not allow loose sand onto the liner. Paper bags or wire ties are not allowed. d. Liner installation shall not be allowed when it is raining or following rainfall before the liner is dry, or when the relative humidity is excessive creating difficulty with the welding process. e. Liner installation shall not be allowed during high wind conditions or during adverse temperature extremes, defined as air temperature less than 5°C (41°F) (unless the geomembrane is preheated) or greater than 40°C (104°F). f. No folds, wrinkles, or fish mouths shall be allowed within the seamed area. The QC/QA program shall describe the repair and testing/documentation procedure. 4.4 Geomembrane Testing Requirements Testing of the geomembrane should follow the Manufacturer's QC/QA program, any special requirements of the TNRCC's' FMLER and should include the minimum requirements as described below: a. Verification that the geomembrane meets the required specifications will be performed prior to the acceptance for placement of the geomembrane. A geomembrane sample shall be collected and tested for every 100,000 ft2 and/or every resin lot supplied. Geomembrane testing shall be performed as outlined in Table 10-4.1. The material thickness shall be checked by the geotechnical consultant or his qualified representative using a micrometer at 5-foot increments along the leading edge of each roll. A minimum of five measurements shall be taken. No single reading shall be less than 10 percent of the nominal thickness of the material. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-26 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 b. Each day prior to commencing field seaming, test seams shall be made on fragment pieces of the geomembrane to verify that seaming conditions are adequate. Test seams shall be made at the beginning of each seaming period (when seaming apparatus is turned off for significant period of time or different environmental conditions, or when seaming different FMLs) and at least once every 4 hours for each seamer and seaming apparatus used that day. The geotechnical consultant or his qualified representative shall observe test seam procedures and field testing and maintain documentation of the results. TABLE 10-4.1 STANDARD TESTS ON HDPE FML MATERIAL STANDARD TEST TEST TYPE OF TEST METHOD FREQUENCY OF TESTING Resin Specific ASTM D 1505 per 100,000 ft2 and every resin lot Gravity/Density Melt Flow Index ASTM D 1238 per 100,000 ft2 and every resin lot Manufacturer's Thickness ASTM D 5199 per manufacturer's quality control Quality Control (smooth)or D 1593A specs. (textured) Specific Gravity/Density ASTM D 1505 per 100,000 ft2 and every resin lot Carbon Black Content ASTM D 1603 per 100,000 ft2 and every resin lot Carbon Black ASTM D 3015$ per 100,000 ft2 and every resin lot Dispersion Tensile Properties ASTM D 638c per 100,000 ft2 and every resin lot Tear ASTM D 1004 per 100,000 ft2 and every resin lot Puncture FTM Std. 101C per 100,000 ft2 and every resin lot Method 2065 Dimensional Stability ASTM D 1204 NSF per 100,000 ft2 and every resin lot (Shrinkage) 54 Modified Conformance Thickness ASTM D 5199 per 100,000 ft2 and every resin lot Testing by 3rd Party (smooth)or D 1593A Independent.Lab. (textured) Specific ASTM D 1505 per 100,000 ft2 and every resin lot Gravity/Density Carbon Black Content ASTM D 1603 per 100,000 ft2 and every resin lot Carbon Black ASTM D 3015$ per 100,000 ft2 and every resin lot Dispersion Tensile Properties ASTM D 638c per 100,000 ft2 and every resin lot Destructive Seam Shear&Peel ASTM D 4437 varies for field,lab,and archive Field Testing Nondestructive Air Pressure GRI GM6 all dual-track fusion weld seams Seam Field Testing A - For textured liners acceptable alternative procedure is to use micrometer with 1/32"radius points B - NSF 54 Modified C - NSF 54 Modified with 2" initial gauge length assumed for elongation at break I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-27 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 D - Field thickness measurements will be performed for each panel using ASTM D374. and perform one series of measurements along the leading edge of each panel,with individual measurements no greater than 5 feet apart. No single measurement shall be less than 10%below the required nominal thickness in order for the panel to be acceptable. The test seam shall be at least 3 feet long by 1 foot wide. Six adjoining 1-inch- wide specimens must be die-cut from the test seam sample. These specimens will be tested in the field for shear and peel (three each). Dual track fusion welding requires, where possible, both inside and outside track peel testing. These test specimens must not fail in the seam and must exhibit a film tear bond. If one test seam fails, the entire test series must be repeated. If additional failures occur, the cause of the failures must be investigated and corrected. Once the problem is resolved, a new set of specimens must be tested for verification. No welding can commence until all test seams are passing. c. Continuous, nondestructive testing shall be performed on all field seams. Air pressure testing (standard test method GRI GM6) on double-fusion seams and vacuum box (ASTM D 4437) testing are acceptable methods. All seam failures must be repaired for at least 6 inches on each side of the failed area. All repairs must be successfully tested. The Manufacturer's QC/QA program must fully describe the test methods and acceptance criteria. When using the vacuum box for testing, 3 to 5 inches of vacuum shall be applied to the area being tested and observation for leaks shall be made for a period of no less than 10 seconds. When using the air pressure test method for double-fusion seams, the following procedure shall be used as the minimum criteria for acceptance. The air space shall be pumped to 30 psi and held for 5 minutes. If the pressure does not stabilize or loses more than four psi pressure, the faulty area must be located, repaired and retested. All pressure-feed device locations must be sealed. d. Destructive testing shall be performed at a minimum of once every 500 linear feet of seam at stratified locations. Sufficient amount of material shall be taken to allow testing two samples in the field for shear and peel (both seams must be tested if possible for peel from dual-track welds), testing five samples by the geotechnical consultant in the laboratory in peel and shear (both seams must be tested if possible for peel from dual-track welds), and archiving five samples. Destructive seam-testing locations shall be capped and the cap completely seamed to the FML. Cap sections shall be non-destructively tested. Additional destructive test samples may be taken if deemed necessary by the geotechnical consultant. All field-tested specimens from a destructive test location must be passing in both shear and peel for the seam to be considered passing. Field test samples shall be considered passing if the specimen tested in peel failed in a film tear bond and all test samples meet I:\CORPUS\62789\002\TECHCOM\CCAT7IO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-28 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 the criteria listed below. The independent laboratory testing must confirm these field results. Laboratory test samples shall be considered passing if: 1. All peel test samples failed in a film tear bond. 2. At least four of the five samples from the peel and shear determination meet the minimum specified value. 3. The average value from all five samples from peel and shear determination must meet the minimum specified value. The above criteria apply to both tracks from each dual-track fusion welded seam before it is considered passing. 4. The shear strength must be at least 95 percent of manufacturer's parent sheet strength (but not less than 120 pounds per inch). 5. The peel strength must be at least 62 percent of manufacturer's parent sheet strength(but not less than 78 pounds per inch). 4.5 FMLER Submittal Process The geotechnical consultant must submit a FMLER to the TNRCC upon completion of the geomembrane liner construction. This submittal is intended to provide documentation of the construction and quality control testing in accordance with this SLQCP and specific sector construction documents. The FMLER will include: 1. A scaled plot indicating the panel layout, seam locations and number, repair locations, and destructive test locations. This plot will contain the locations and identification number for all the tests conducted. If necessary, multiple plots will be provided. The scaled plot will also include the site grid system, north arrow and graphic scale. 2. Manufacturer quality control tests results and conformance test results. 3. Documentation tables for trial welds, nondestructive tests, and destructive test results. At a minimum, tests and/or sample number, grid location and result will be reported. Cross-references will be provided between non conforming tests and subsequent passing retests. 4. Summary tables, as appropriate for all test results. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-29 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 5. A site layout plan indicating the area of flexible membrane liner, construction, leachate collection system and protective cover described in the submittal, filled areas, active area, site grid plan, graphic scale, North arrow, and other pertinent information. 6. As-built drawings showing the top of the leachate collection system, top of the protective cover system, location of the collection lines, sump, and cleanouts. Multiple plots will be used as necessary and will be derived form survey grid and elevations indicating the extent of the flexible membrane liner, leachate collection, and protective cover installation. The drawings will include the site grid system, North arrow, graphic scale and other pertinent information. 7. A construction log indicating dates, stage of construction, and weather conditions. The evaluated area may not be used for receipt of solid waste until the TNRCC has provided confirmation of its acceptance. 4.6 Leachate Collection System The placement of the drainage layer, collection pipes associated items to the leachate collection system, and liner protective cover shall begin immediately following the FML installation and as-built details shall be part of the FMLER submittals. The specific details of the leachate collection system are provided in Appendix IOC and shall be described in detail for each new sector through construction drawings and specifications. Thickness of the drainage layer and protective cover shall be verified by survey measurement. 4.7 Protective Cover Protective cover will be placed over the drainage layer in accordance with the project plans and specifications. The geosynthetics of the composite liner system will be covered with a minimum of 2 feet of protective cover (including drainage aggregate where applicable). The protective cover shall be free of organics, angular rocks, foreign objects, or other deleterious materials. The protective cover layer will be placed using low ground-pressure equipment. The protective cover shall be placed by spreading in front of the spreading equipment with a minimum of 12 inches of soil between the spreading equipment and the installed geosynthetics. Under no circumstances shall the construction equipment come in direct contact with the installed geosynthetics. I:\CORPUS\62789\002\TECHCOM\CCATrlO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-30 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 The thickness of the protective cover shall be verified with surveying procedures of a minimum of 1 survey point per 5,000 square feet of constructed area. A minimum of two survey points shall be used for all constructed areas regardless of size. The test results for the protective cover will be included in the FMLER. Tire chips may be used as the second foot of protective cover. The tire chips shall have a nominal size of 2 to 4 inches and shall be free of organics, angular rocks, foreign objects, or other deleterious materials. Steel strands extending from the tire chips shall be no greater than six inches. The physical characteristics of the tire chips shall be evaluated through visual observation before and during construction. The thickness of the tire chips shall be verified with surveying procedures at a minimum of one survey point per 5,000 square feet of constructed area. A minimum of two survey points shall be used for all constructed areas regardless of size. Surveying will verify that the finished tire chip layer minimum thickness is as specified in the permit. The survey results for the tire chip layer will be included in the FMLER. During construction the CQA monitor will: • Verify that grade control construction staking is performed prior to work. • Verify that underlying geosynthetic installations are not damaged during placement operations. Mark damaged geosynthetics and verify that damage is repaired. • Monitor haul road thickness over geosynthetic installations and verify that equipment hauling and materials placement meet equipment specifications. • Coordinate with the project surveyor to perform a thickness verification survey of the protective cover materials upon completion of placement operations. Verify corrective action measures as determined by the verification survey. 4.8 Ballast Evaluation Report If part of the liner extends below the highest measured water table and soil is used as ballast, the ballast information will be included in the FMLER. However, if waste is used as ballast, a BER will be completed and filed with the TNRCC documenting that enough waste ballast has been placed in a lined area to offset the potential hydrostatic uplift forces which may exist below the liner system. At a minimum, the information listed below will be included, as applicable, with the BER. 1:\CORPUS\62789\002\TECHCOM\CCAT7IO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-31 DocuSign Envelope ID:8F6758E2-OE1 D-438E-A5A4-84D1 ED41AE52 1. A summary of in-place moisture/density test results and survey measurements to verify that the material above the HDPE liner (leachate collection system/protective cover) weights met or exceeded the initial assumed values. 2. The top of protective cover elevations immediately after construction compared to the elevations just prior to waste placement, to document that liner did not undergo uplift prior to placement of waste. 3. The weight of the compaction equipment being used to compact the waste ballast is no less than 40,000 pounds, and certification from the landfill superintendent that this compaction equipment was utilized during the entire period of placing waste ballast. The certification form is provided in Appendix 10B. This documentation will also include observations by the landfill superintendent to assure that the initial 5 feet of waste used for ballast on the liner system is free of large bulky items, which could damage the liner system or cannot be compacted to the required density. 4. Survey of the top of the ballast to document that the required ballast thickness has been placed. 5. Water level measurement taken in the site monitoring well and shallow piezometer system adjacent to the liner construction area to verify that the groundwater level has not exceeded the design highest measured water table. 6. Final ballast thickness calculation and the as-built minimum densities and thicknesses for each component. All ballast QA/QC testing must be performed in conformance with the SLQCP as required by the MSWR. The data will be submitted in the FMLER for soil ballast or as a BER for waste placed as ballast. The ballast placement and BER will not be considered accepted until the TNRCC has given confirmation of its acceptance, or 14 days from the date of arrival of the BER at the Municipal Solid Waste Division, TNRCC have lapsed. I:\CORPUS\62789\002\TECHCOM\CCATTIO.DOC\sna:4 Technically Complete 62789-001.100 August 1998 Attachment 10 10-32 DocUSigO Envelope ID'.8F6758E2-8E1D-438E-P5A4-84D1ED41AE52 CONSULWNTY SHEET ® PRbECT Ab.11101190 !\ SAN PAiRIC10 COUNTY NUECE9 fl4Y ® T.8e6 JSHEET INDEX o 3 2 CORPUS CHRIST fl4Y SHEET NO. SHEET TITLE " 5 1 COYER SH— 6 ESRNAIEB QUANT ES SUMMARY TABLE AND GENERAL NOTES _ CONTROL POINTS o ~w 4 EXISTING CONDITIONS-SITE PLAN a o�Et $ 5PROPOSED SIZE-PLAN _ '+em aN B E%GYARON AND DEWATERING PVN- I OF z a E%CAYARON AND DEWATERING PLA- 1 OF z v c� TO OF OF CIAY UNER PLAN-1 OF 2 �k 9 TOP OF CIAY UNER PLAN-z OF 2 "br 10 GEOSYNTHERCS IAYOUT PLAN-I OF 1 GEOSYNTHEIICS IAYOUT PLAN-2 OF 1 Iz PROTECTIVE SOIL COYER PLAN 2 it -I OF € 5 a DC 1] PROTECTIVE SOIL COYER PLAN-z OF 1 W = ru �s 4 VNDFlLL CROSS SECTU ION I 8 IS VNOFlLL CROSS SECTION II IB LINER DETAILS Z)0T v I) LINER DETAILS II /{,.��II13 CLQ t LINER DETAILS III a �SIIII Q W W LINER PND IEACHPIE COLLECTION SYSTEM DETAILS U~ 3 z0 DETAILS 21 LEACHATE AND UNDERDFAN PIPE AND CLEANOUT DETAILS 22PIPE AND H­DETAILS PROJECT LOCATION « z] PERIMETER SWALE&BOX CULVERT 24 eox cuLYERr-ENURGED LAYOUTU °a \ 25 TDOi STANDARD-SCP-10 0 28 T:M STANDARD-SCP-MD I1 27 T:DOT STANDARD-PW ) e za RO+BWAY TYPICAL SECTIONS 19 MISCELLANEOUS DETAILS 30 EVPPORAnON AREA PROJECT FOR 31 STOaM WATER POLWRON PRE—TION PUN W 32 STORM WATER PDLWRON PRE—TION PWi NOTES g DEPARTMENT OF ENGINEERING SERVICES ]] STORM WATER ENNRONMENTAL PERMITS ISSUED AND COMMENTS(EPIC) z o ]4STORM WATER POLWTION PRE—TION STANDARD DETAILS S F- CEFE F. VALENZUELA LANDFILL 3 5 AGN° PLAN Nu.1-SNE PLAN s w w ]8 ELECiRICPl SITE PVN � W 0 2 SECTOR 2A CELL DEVELOPMENT ] 0-EC RICAL PVN SECTOR 1 ]B ELECTRICAL ENW2CED SECTOR SECR 2A N ]B ELECTRICAL ONE-LINE DIAGRAM SECTOR 1 ' W U FY2023 40 ELECTRICAL ONE-LINE DIAGRAM SECTOR zA > e O CITY PROJECT No.21035 41 ELECTRICAL DETAILS `" v c o PREPARED 9Y Hanson Professional Services Inc. vi rliFivn 1:711 iivFli Fl CALL BEFORE YOU DIG! cliv, 11F1u,) W e1Zv & Corpus 361-814-9900 CBBnn re 4�a oR,1"�oR 81`1�anoP`o°moi lull I lana i 4501 Gollihar Rd. 1 Corpus Christi,Texas 78411 I MmW & N„ a snccr I of aI TBPELS ENGINEERING F-417 SURVEY F-10039500 `"+ 4/20/2023 & I I THE LONE STAR CON TRUCPON: i" "'"� - rapt F-sosss t 9 SLF 142 i- ATION CO~ Ovecfar+al Engineering Serncn AT 1-800 OaM AT -BBB-8394 k R 2 Cltt PRO2C!1 11035 DOcuSign Envelope ILE 8F6158E2-8E1D-438E-A5A4-84D1ED41AE52 CONSULiONi'S SHEET ESTIMATED QUANTITIES SUMMARY TABLE GENERAL NOTESIz PROJECT No.1110119D BASIS OF BID AHALL ADVEIG ICA,Iorvs.I TIE EVEN1 or A DIscREPANcr,TIE MORE sTRmcENT REowREMEN, MAv PueF.ANE wA,Ee FITL.A.vE FITr oz FLePus FII�AT�.,vE NEAVEAT'Foo ITFE�N LLFA,ED AT.vE LE oPEe.T�LNA AeEA ffEM DESCRIPTION U. QUANTITY zs.TI T TSTILL LF TIE ALOFT WATca PLLLNLN PA:T LN �`, `lo FAG5OGPDOTESSONALGEAoCEGPICGOITELACCII-LFIELD1EIIFyILLGGIIIIGTEIAND 2 1-01 11 w, k S z s P,VR A-GENEIVL(PER-01401 N 01 MEASUREMENT AND I-IS FOO P 14 r) rNOTED. s PRAI TL IPEMENe NL wore"_ALEIT TIE A-Ere AND ENa NEEre a o s TILN(MAL 11)DEMIeLUTDN(EIL DSD) N-TIE I—ACTS1 NILE FEED ACIFY-AL No PLEME1 AND ELEEATDNs vreore TL IPEMENCNa wore"_ MLalu sz IF RASE Ls I p MwT OF siRucTORu eAcuF -. D.rvsTALLAT ory o0`THE re rc 4.'LAID,FDAGOSAD, FLATSOYMEG� IT"T 'DETO, ECLMPAcrEL cur urvER "i GO ER FILL: � T INC A O TIE Fnv IF Forevus SAn SEEPAGE.F OLIN.PINAND iN EGATEID­11 Cix TD NEFTIEE AND INSTALLAiILN OF TH[LO, IDS REMOVAL RISER INCLUDING PUMPS AND ELECiRI VLODEULDNLIP Do AEM v DA_ OFFOFF J.CLNSTRUCPTE IOALN OF TIE LANDFILL IG FENCE AND INSTALLATION of ALL TIE uNDFILL MAR"ERS ON IF FENCE! SA ESIAGATION Q 10ADA AT rvL ADDLILNAL cos TL THE DNSEre. s FAILURE TB PROTECT TIE LANDFILL KCESS Vl LF H- GCE TO w2A ANNI OFFALA=G L wILL rvDT ExcEED T.s uILEs.TreDTEcrIVE cavEre xwTEreIAL SHALL rvm ExcEED uAx E Z 'Z IAl I v TH TH nI TI ArvD survoowry Mlrvinv THreoucH vnrelly.ALIEPT SC ONNEIDIRIN TEM(DOOBLE SIDED) DENTIE AND cI0NGGFN'PSATEa ACIAGINED By uorvrtovlrvc wELLs rcGA oM DAMACE AT rva ADA ANADF L FLAT TL TIELDA PR AEC u¢Nscs PEre AnF GB TDF THE T5 01AI DCrvLAP IGT OR STALL OBLAG AND PALF FOR CONSTRUCTION A10 —STNIFFIN S� SO ID A ADD AIR DEN FOI DEAD TON E OIL wnv/1E0reu OF n sTLc"PILES SHALL AE AT rva ADDnILrwL cosy TL THE LvrvEre NSPOmAiION OF saL INV1.TIE'GOT Y END COPLELENEII OF I—INTIMATING 11 NOT CIPLAPPITEED.IT 11 TIE CINGLIACTOIA I.LE AND i5_- 1CFAD MPL WAv/BERN 1a DIAPovL IIII I rvD ADDnILrwL FLAT TO THE 0SPEre nIES SIULL BE TRANSPORTED TO TIE UTNE ®n o vU- oSAII AND SAIRE1 TO BE FILLY FRIPONABLE FOP ANY AND ILL FAINCE GAIIINED PC TIE 30 C OMF LR C, CONT,_0I MILL IE TO ALACTLY A AAFE LOCALE AND F L DISANCE FreDM ANDLL u1lury EASEMEL L TIE 3EI011 ie.TC.AND TC.NEE AIT ET TT AND Ta Fore Twlrx DErwls. B[TW[EN PROPOSED sEc*oR 2A AND ExisTiNG � 1, x TI T m THI T. All H, ,� ECIINAIDED) T, DOF o PEILI TTI T �,T TI . TESTING SCHEDULE Do ,E(DouBLE DED) IF DESCRIPTION RATE EST.QUANTITY (\�� " 0 1111LL DE / II13dk ".THIN Iaar LL SOIES: _ �IU p W w 'NFLF L `LAN DIT IA rvm LETED T'PATL TIE I`LF 9"Ms.DITwELLEs AND PUMP E e 11,TIE AT LL PILL ICAN L IEMAN IN 1EAPSE 'BE AT LEAST 12 1.011 P1.1 TO OLANDAreDvreaclare TreerveH eAemTi MAT I urecE - U~ ANDARD PROCTOR-suecRADE AT,ELT/M..E,AL - ca/1IM Te/c 11.OPE-IDNs M15T BE APPICIED ENmIEA-TrecrvcH mo:nu 201 T cIMP( AT THE awrvcre srelare TD cLMMENcrvc THE reELA, wore". E"m l-suecreADE(uT=HLT sreElT) Too v/TnNE/un - ti vmmrva uAxluNLYuM BE AN PAIPI- " L PEI MAFEAIL 1.11PELEAEFISTE T U LET —TEM RFs)R �s­PE1 IND TIETi vi I I ININ L 1.11/D AIErew1 PSGA/Parvo 10 a PLrvD ry ELL LLF/un iszPC OIL n((c)T xe) LF REST I,SINLATZ soON,c IDEI NT)App"' ON FILE I..MASE: EP101MCG1l Ll FLmPreINT DEFEI TL TECH—I 1PECFIFATIINI REAL—w sT LL-TEEPPEODY CDNTIALsS)IF ry CAPE AN-111 PEI 10GA v m rvD NAGA E a v .11RIA APPA—IIN AREAS SL"IN UNIT 1IN1—LLIN TE APPA—IIN INDIA) sRucTloN To TIE ODIFIED ICLII PEI 1.A TLLD I ; IQ ryND Az GI NsauCTION v CO oACC ENS I T T T ORMAL ENTRY LADES UNDER TIE ABRurONC 7011 cv 1 W aPAID N%Ns reFP a.(LANDFILL FENCE LF SEF0 AoROPo)woAlcore P ASPwA BR oST�sANLL OARDILL,Es MA,ERIA ouecE 5 O g corvTreACTLre.THE'ED NLDCPTIE IA LDUCONL,TED Iry APPEGD ALF THE ECNFIWESCI ToT DLcuMENTN.III'ON F HF reIAxIAL TEn MATEreiAL sourecE S W Z All LANDFILL CRI raw ERs CE OIPILT STREEp 1.�rnANEnIFF AMR B-ILAWINCES CD2"SEC110N 01];10 ILTERNA�ES IND NLOWINCES) TESTNc R[oulp o e OE"ILOr�F'FuA`LLOPSE,iui e ENOT NFC10 TO p ENDED Yore ENSnIEs OF OCMPACTED a4 a R N W corvTreAClLrc CONCRETE 2 W F-W A R-1 .I T "I. T ITEMS(ITEMS A-15 TIRu 1111 W U F=Z EMs S.TIE BID o II 0Ls F (INCLNDLED C.MPBEssoN.E. 1.e.e1 DAh 2 Z W SYMBOLS z HAVE BEEN INF PAYMENT FOP 0 L NETMA Er 11 LACTEDAT E SND/GALTE,AT IFINTIF Els FE* ATSBE eA - INISLL= EACH I >N Q SECTION DETAIL INDICATORSSEDS - 1� Q Z s[rnan Tu,o�ITl��ore LIF w NwreO%lrvav W Q SECTION CUTS I SOACENEI AD= DINr,ris>.t T Foe FAIweE1 ARE NOT wauDEDADM7 .TIE IDIPLI TIE INIT To corvoucT 1H A6ENIS Nw,w~ExE IT 1re,wNEALED' WO CA A"' PAYMENTTO, cEIN TIE EPENT OF FAIDNEA Aw oe Der PEIIAD 1AIIII IN A _ <ICIw LE„Ere) 'FA,ION SECTION TITLE IT Preow1EN ND ADIITILNAL BENEFIT TD r`i50LowNEre.IT I'LL°N�E PA11 Tore sv,HE DwNEre. PRENDUNL1 TESTLD NEFTILN.TIF Cm MAI LRDER RE-TES,N Al NEFEAAARr. W BACED ON TIE NETar”—TEDD GINFF�T IDAA.NOMPIECLINN FrD IAN".LasIE 11 FRSE A TIE RECOD ACTED gsT�m wxErel scaiox�s�rerr. ;wFIT NHFHF sF�iox a DVAwx RN Es 14 souARE aEEiRIPiRP FomD IN IF o SHEET 2 of 47 METAL NINATIIN T ecl)TSE IT -1. -1. -1. -1. - r1v NUMIEM DETAIL TIH IN RE D A,HE THE TLE OF ALLPE,wD AlEA EA—ME THIN LENCTH LN THE wE o a`= IT Frel reIT.l F o,. DP RSLF 142 EA D,,,Sign Envelope ID'.8F6758E2-0E1D-438E-P5A484D1ED41AE52 OAUIL NP2 SIRE FROMT IAA 21012M S S Point Table Point Table NOTE, 4 {a THE POINT TABLES PROVIDE SURVEY-LEVEL e gQ Point# Northing Easting Subgrade Elevation Point# Northing Eating Subgrade Elevation CONTROL FOR THE WORK AND CORRESPONDS k4 • 1 3492.64 770.30 0.00 29 4777,18 2722,77 4814 TO SPECIFIC LOCATIONS AS REFLECTED ON SHEETS 7 AND 8. 2 3055.24 1666.75 45.00 •30 4684.78 3006.10 0.00 3 3118.73 1733.69 29.30 -CENTER POINT OF RADIUS Z ,; 4 3808.03 2836.25 42.30 HORIZONTAL AND VERTICAL CONTROL POINTS a 5 3888.79 2776.79 39.33 PLANT COORDINATE 6 3296.00 1828.60 28.15 NO. NORTHING EASTING ELEVATION DESCRIPTION 2 a 7 3400.04 1806 -.38 32.36 MW-9 3150.89 3558.60 46.79 BRASS DISK a, -w 8 3969.55 2717.33 43.10 MW-10 3634.90 3880.55 46.66 BRASS DISK 9 4050.32 2657.88 40.13 MW-15 4055.40 1551.78 46.56 BRASS DISK w/o 71° 10 3512.07 1796.93 29.97 SEE SHEET 4 - EXISTING CONDITIONS -SITE PLAN VVV P� FOR HORIZONTAL AND VERTICAL CONTROL POINTS 11 3629.05 1795.40 34.43 s 12 4131.08 2598.42 43.90 13 4211.84 2538.96 40.92 ee = 14 3727.53 1764.29 31.79 b U N 15 3833.10 1744.51 36.03 aa� (/����II13 K•p4� 16 4292.60 2479.51 44.70 �IIII U y� 17 4373.37 2420.05 41.72 18 3926.94 1705.97 33.30 >� ° 19 4032.21 1685.72 37.54 ~ Y U $ 20 4454.13 2360.59 45.50 21 4534.89 2301.14 42.52 22 4126.05 1647.18 34.81 23 4231.32 1626.92 39.04 y 24 4615.65 2241.68 46.29 pp 25 4696.42 2182.22 43.32 O Z 26 4325.27 1588.56 36.32 p 27 4414.35 1542.41 45.00 2 W 28 4422.19 1554.95 39.45 V OO � -CENTER POINT OF RADIUS � Z L: U � W U U Curve Table S 6F Curve# Radius Length Delta Tangent Chord Length ee ra Cl 981.73 531.54 31.02 272.46 525.07 5$IEEi 3 0/ 41 r a C2 1488.46 302.68 11.65 151.86 302.16 SL aFwl�c1 n -TOP OF INTERIOR SUBGRADE J L k s QA'NO6T D,,,Sign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 I WN MTY SHEET PRO FCT NO.2HD4490 o �1j1 �LC� mwo�� 1tirSY !!;6 1 dr 1"NmI s �r auTRc s>,EHPm �. TO LANFILL R c { r uwijw v; J a ; a r uu{!uwu I i li f ;a��,M I ^' ENTRANCE w � 1%vuNa ATCR.zo r , J e � INuI1 � � 1 „£� � VPtiNNMff �r� ' � Iy �j� EmsTINc r £!J'� f py il . EmsTINcf,';i+ SECTOR 1� f l EmsTINc secroR 1A;h18 + 4 -EXISTINGLEGEND — � - I corvroues II��ExIST INs /n < J I II('V,SECTOR1C a 3 £ ��/ � tEXISTING lyJ l` „ �' AR NO ) ---- PROPERtt IJNE vc� \/ ( 4 11 UNOFlLL OPERP110N5 �` J SECTOR4B _____ _____ SECi0R 0URlNE I r U(SEE re l G t $ I !�+ "r ( h� ( 1 11 i1U Pli 4 '� ® NGNroRR=LLS .r ExISTING %lr /A p� a � l�Kx L %/ II �1 SECTOR 3D l� I SOL BORE (n N ��0$ IS ;sc Gre ✓A/ Ex snrvc urvonLL cRio" 11 EXIISTINcLWGB secroR3c *, E%STNG L PENCE J f£f( + s a 1111,1 III y Q m G� naonoseo �,� LEGEND-PROPOSED 3 k 1 SE TOR 1a ��"Z IN rp ,/'� c' r v 7R ,, o' ,�;m/,� w,1� lu o w \ uv /r�fe:'*>'" , kl SECiGR G c m I. 16 OND Not w�l ,r.l u� , � Jy�i '�. V/ � ' NOTE T ( l ( A WATER SOURCE S LOGAreG AT THE UNGFlLL U ° lu R ExISTINs ,� hT P ` �I�li ply"(M S r o- .. 1 R ° I GPETING NS LN!au o �� 'n SECTOR 3B 1����;} �l m 4� 0�� �( x. TO CBE WioFlLL nNS MILE GRID IN NIRMRs ' FUTURE 1 � y `, TO eE RDIo WITH savncm WIN S. R rf�p ro cooeo Nnre wTR ctt SEE SHEET s 9... ly N �l _ ) 3. w"Nw m,Nw` (SEE SHEET 3 FGR HGRIZGNTIL t�ER11CAL am! / CONTROL MINT Dorn) z a FUTURE ��`a6m � ( .I / Ex snRA ON D W W FUTURE �•� SECTOR 3AB ( 77 �'f hpo l I�/ EVPPORnnoN Porvos secroR zB \,,, — s U�r �I � ' f� I" / l FniX� ,l EXISTING SITE PERIMETER PENCE E N Z n w 0 = �, I� w v FUTURE UTURE secIoR z�i c EXIST'x NG PON#BD4 NN3 h..Wnrykµ�u�l lW 44 nw \J rIn �ta -m-0 �kawew>i zoctiTnG s � 1 ,� fl�� ai- �✓j,,. �'� i � w. �------------- --- SLF 142 i F n — � � Gtt PRG2C!/11035 DocuSign Envelope ID'.8F6758E2-0E1D-438E-A5A484D1ED41AE52 I me I/T'11SA Irrs s, msnNG i romsmTw sNrrT PROPOSED POND No 1 1 EXISTING I .' l)I // EXTENSION til t� / , a secroR 1e secroR 1A 1// f1f PROJECT�mosznossvo �fF /, �{ I EXISTING IF{fl�I ��' (SEE SHEET EXISTING )jR/ SECTOR 4B s� }7FIsecTOA 1 G i 211{1, ° j l� ® , PS 2 � ) lr �E� � b 8GUI TV �'"r& N d EXISTING sop '4 )ik �S j YT4 SECTOR 3D oRDxc uuI a rtl7 } 7 / IY /l t yJ ._ Z c / C EE srEE­ALEUUE 3) r. f}�f�r EXISTING � / f ) x�� / , 6 /I ( SECTOR 3C CONNECT TO ANDICILL FENCE �yw PROPOSED (%1?j f1 eYX/: o SECTOR 2A q}jI rf/ G �:. quiy DELL ^ � M o 1A'0 E 7, ored , LEGEND-EXISTING EE STEET z4)E �NToo6s FEN e ) C LANDFILL FENCE :1NSI r` ,, .OF CIEE � PeoPEen LINES "QU oE;AEs 1 6I S>3 IT) �� � � ----- — MON�o6 WELLS RIV // PROPoseDN s x sis 5 6I ,%% // acP III POND Not I ( ) (s ) f,�Y 2 n�' �^ EE SHEET 35] ✓' r�lc1 ih ,.. %� FUTURE , I h SECTOR 36 M- ' f,' j D,v a ' FuruR� A LEGEND-PROPOSED1113 B x 1 III Z M /a SECTOR 3A - k w.oN aoNos SECTOR ��I O w 1 `' / U o III 95 ,n /� LANDFILL FENCE o c azFIND PPOPOSED 36'SIPY ,� / ouT FORCEMaN I' (s U III IF / ,, A� �Exl /EacNaTE FoacEMaN II rT FUTURE T W F. A I SECTOR 2B '( �' ( UND)r. ON w RFENCE IT ING,,AREA I AT T PC F y II( �, e a/s) !r w ea� IF J RE LEE )� secroR zc A �/,'�(P"'EOEE y r,,'It 'A' s EET ao) ExIsnNGcp/T n' 4 POND No3 Z -' X DA VEI RFA) SU I ( J PROP P Q N r I r / 4 )mW A OF, PC K P 'yyI jp ff lIF \ 4TH p� ,UIPE' S M�Tr":.. ,,,. i ,wn N1141"'rrr rcr #',� U W S, n,lir I/ y ( -u I!!I,I „>'„. aox UU ' `4 R % �� 'I NOTE ill! F/ ID' �Ns� 4 LDPE PC 11 s ;IHIT COVER) AT SECTOR 24 CONTRACTOR 1 7 INS C Mao S,REMOVE v i;;' r ITS I CAP C CONON F ENT o sHec/ s or a I MALLEEADDILILFF P. �cp wNC o THE ip �) �` �E p6E�TEp r To/p E nE ED ONN HE®a e CTv pFOJCCF�'21035 DocuSign Envelope ID'.8F658E2-8E1D-438E-P5A484D1ED41AE52 NNSUL MATCHLINE PROJECT NO 21L0229D SEE SHEET 7 FOR CONTINUATION s s PERIMETER SwuE (SEE GREET 23) PRePesE 4 e L 53 3s GOA \3j 9 aT_°o_z 00 o °0 2 D.Do sos 1 2° 6'PVC GDR 26 DR RDPE DR 17 1.oD M N.SLOPE \� viii =d/ e'PVC SSR 26 OR RD20 LF T UNDERDRAN PPE,5T1 _ b��� UNDERDRAN PPE 1 ——- —-- t T PROPOSED POND Not 0 i� PROPOSED1[Zn� / / , >C GkpO �R5 p �36 p0 2p0 CB RO C9°o N OP �� 2 CAP TDP a °O �T DD41 T �/ 3 PROPOSE, 3> s a o K 90 a 1 s SECTOR 2A 3 �� 1 RIA cuEVERTs a0G °oo s.00 °Do (SEE SUEET 24) T 3]DO \ \ \ \ \M 2 �A DR 17 1.0"F M N.SLOPE 2 y 8 n PROPOSED PONDS �J UNDERDRAN PPE,]53 __ - - LF - (SEE SHEET 35) - /, 99 °3 RGppsED� °o AD 3ry° 2FT G Ck0 3C p0 38 oU 6 G9V O K S / p0 P5E 27 DR 11 N A2p0 $ U / tl m RATD v E 3236 390\ 0 - ���� X m A 2 ER 3 ° T PROPOSED -AD �p p PC w 2a° s°o sbo 1.oM MN. 2 3z oo 3G.o°� aw oo\ 2 , ~ IS e ° b °D o � i � P" NDERDRAN PRPE D935 LF ----- .... _ -°p O 6161- a 1s U 00 / 3 2 2 A PRo oseD 7 °° e' OT o PROPAoseD L --AT } / UNDERDRAN PPE T99 LF � >>OD �.yo° - Z DEWATER NG PUMP 1920 0 CL 0- Z � O FUTURE �' i �-' FUTURE 6 14 Oo o FUTURE H 6 14 Q SECTOR 2B 616., 13 SECTOR 3A 616 SECTOR 3B 6167 LEGEND NOTES w w o 0 - E115T NG CON— O RASE of OE�EvnnoN ® a N o AT aoTTOIS M ofF S SU.PM. TZ A z O It o EASE of SUSCRADE CONTOURS O O w IINTROE PANT TONGTR°CTIeN. M °R PRIOR N _� R f;oE DE SLOPE X F O „ w 3 ED UAN�Ess oTUERwIGE E NOTED. <3 'PAD A o SHEET 6 oT 41 PRo oseD cR DE DREA NOTE APPRDxIMETE nE S AREA To c o. (seE No o oNTN�NEeR e) FECORP orenunm *REFER TG EET E EGRNCONTRDE PGINT o SLF 142 NORTH NG&FASTING A D CURVE DATA ASIDE,L21035 DocuSign Envelope ID'.8F6758E2-OE1D-438E-P5A484D1ED41AE52 � � - .. CONSULiAMS SHEET PROJECT NO 21ID229D 0 o� A 1 aII IdTW IC 0 0 3 3 PROPOSED PONDS o f 1 (SEE SHEET 35 \ \\ ' =�2 TPE.III IDI 11 OR"PIE DI 17 3, ("y c su R�OpE - �\ 2 P,_ 2 II DR�� INDER I CAP �a 7 17 R 26 GR RDPE DR,7 - RAN PPE 20 EF EC �, 00 0.00 SECTOR 2A'o Pds 0 ; p z 0 i� I c -- — — 15 - - --- - - V7 v su NSEE�suIET 23jMW i ODOR )f /(�,';1113 k 0 3 0 �� � 111 p W w E ,reoo A2 12 o�E a3oo F 1�� 16 CA 00 na° 7 18 FQIV / sp0 R4)I AD 1, Tp° 'I 11Uh FU N PPE DPI DR 17—_ 39,0 a z E UNDERDRA 2E OR 2 20 LF o�\\ ` 2 DOOR_ \ °\ Ta PE \� 2D AE// 5°p 6 PI HD __ ___ _ COOo �/ 6 PVC SDR 2 PE DR 17 %M N.SLU ------PPE >2D EF - z PROPOSED POND Not ° 7 0_ I ED CAO }COO GO4O 11 CpO o Q OF 1 LE INDEIDIAIN N LEGEND NOTES DR< MATCHLINE Z w o 0 SEE SHEET 6 FOR CONTINUATION coNToures PASS of AORADE EEEVATIoN E115TNG ® ' Q AT POTTOIA M of SUMP. w- TZ A z 35A0— EASE OF SUPGRADE It_ 0 EASE OF SUPCRADE EoE.oures O, AT TRENCH CON5TRUCTION OR PreIore IINTIIL PINT TO TONSTRocT�oN. I N-111-E��Ore fTnE OF SLOPE EE uNDEreD ATN PTP s ARE e 0 NERForeATEDRONRE�EOT„E 11E w NOTED. PRGPDSED IPADE EPEALPIPE A seec) or a 1 a(sPPE ATE TIE-IN AREA To NOTE eTING NTSEEo E3oOsNT 2) recmreo orenunm *REFER TG""T E FGRDDNTROE DATNT o SLF 142 NORTH NG&EASTiNG AND CURVE DATA CF�'21035 Do SM,Envelope ID'.8F6T58E2-OE1D-438E-PSA484D1ED41AE52 .111S7 MATCHLINE PROJECT AS,6HOR PROJECT NO 21L0229D SEE SHEET 9 FOR CONTINUATION s 'Cooo //�L / L 4300.9 EF SEE SKEET 21 F 3a0 a 1g a a2 % FOR D Ls 3g 0p A o3W °6 HDPE DR 1305 FRED ORATED ------ --I—MN.SLOPE ---oo (SEE$FEET 23)PERMETER SWALE _ . (1�y PROPOSED POND No 2 (SEE h •"- 3390 92 III 01 i j ^ IliPRo JL J 52"005700 3000 a2-p0/z p�6' AP A I L /. oa ppo 3 2 ALELAEA)'UTATE'I B / / y N SEE SKEET 21 FOR DETAILS, e" 6 w `o 11,31 3" 3 SECTOR 2A—4. <, 4zoc�" `K 90 ROG cuLVERTs 'D "Col cD (SEE S"EET 24) , O 3e.00\ \ \ B 18 3-ao 2 5.0 c a 2 �� LL' s RDPE ore S3.e PERFORATED \�.D°e MIw SLOPE \ m ze8r� PROPOSED PONDS LEACfiL l51LLECJDCLPPE-10]i1L (SEE SKEET 35) "' (SEED SHEET"5)E / :/ 20 5"00 56 A0E39AFAA0 0/o A,D00 6 _ _ 5AA g F Ay042,11 = AD FORATED A4 AT v 1"IE ('UMP / 3 3B.o0 390p 4IAT 00\°' A �S ��U,DD 1AS' 4.003500300ODoRDPE DR RFDRATED OPEDo3 _____- -- > E ' ------ -------- -------- -------- -------- ------- -------- -------- ------- -------- -------- -------- -------- �- of1CL5 41,33 D °/ PAAARDP°SED 2p /5300 5kp0 5p0 5000 3p 0 2 5° 30p0 5900 N 00 � W r l f \ LAND" FENCE _ 9 R°ADwA''ERM A B (SEE SKEET s i FUTURE G , FUTURE (SEE SKEET 3D B 14 FUTURE B 14 SECTOR 2B e 16 1' SECTOR 3A B 16 FOR DETA Ls) NR SECTOR 3B1 x x LEGEND NOTES F, wIASI 11 ILA'L REP W w v Z EIRTING NTURS aD.DG LASE OF 9Av ° AT eoTTOM of LINER cDNTOu's evanoN ¢Q 1 "Op N ? 35 41] BASE OF cur LINER ELEv. OER W o O L IF SLIDE TRENCH T°E DF SLDPE MCONSTRUCTore PRIOR w w CONSTRUCTION. NW1111 PCH1 RR A COLLECTION -- -- T PROP05ED GRADE EFEAS NOTE O . LANDFILL FENCE TAPE FDP'E'AIN TO rM PROPOSED GROUNDWATER A JUID TO CONNECT TO UNDERDRAIN FDRCEMAIN > FORCEMAN STUB OUT. IsnNc o SHEET 8 oT 41 cE reECORP crenunmc c. LEASTALE °R2EM"" o SLF 142 ANIPSENGMANIANENT'"DNEEA TO (SEE NO T 2) AC,ATCFEC,d 21035 DOCUSign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 � � - .. CONSULTAMS SHEET PROJECT NO 21-9D 0 o� A I aV II IC TE/ 91491] 9 914 \ ` 0 033 PROPOSED PONDS o f '/` - ~t„ R 1 SHEET 35) FUME \ \\ ' 0 0 OF - / 242.4 30p s°G� LEONED9T 42 / EE s'RD °PERFORATED \ a�alb Z 3 2 S SHEET 21 FAR DETAILS RE DR-13,5iEec"eu snuFcw�a�F_zoniF __ i p0/0 SPG g� 'EA 9 1� 031. aROD r� T ep0 l i/ �I cEEASHEETas°°` SECTOR 2A oo 'so°� ou9 0p C D.9a SEE SHEET 21 ED nEs sACNAT3£vS_GTCLLEo _ 2 (REDEPo5" ss *'T DPE DR 13.5 PERFORATED MN SLOPE LT9fPEJi LF — _ -- ----_ ----- PERIMETER 5E ° (SEESHEET 23uw asz RR E /E 44,52 M1 I1I1I1 ap QW�wv` BD U~o FCh � E / U 500%0 916 1E1 Oo.cca 4_ �� T.5 ` 2 s.ccAA aN MIM,sE 1.00\c 4 1. Eco\� 2 D N o DR is. E .Dc\LF2C A£ES]LLELT __ - _____ --_ ALEOc" COLLECTOR nTE LEONOUT RSER EPE IT ETAII ITS. PROPOSED (LS EESSREET EF- "s)`° 3s 00 3900 9L9 0/0 �4PT2 A0 g j Q W W � LEGEND NOTES MATCHLINE Z w SEE SHEET 8 FOR CONTINUATIONHE 4­0LA E of cFABLING �nv°URS EASE 11 ILA'FRED EVER cDNToues 0 EVATION a Q 1 AT 9oTTOM of suMP _ V s�a1 D-.SF OF car LINER FLFv. O W o 0 nOF SLOPE TRENCH TE DF SLDEE MCONSTRUCTore PRIOR w w CONSTRUCTION. DOLE RR 2 COLLECTION EM -- -- T PROPOSED GRADE PRESS NOTE O S LANDFILL FENCE 'FEE FDP'E41N TO'E rM PROPOSED IIIUND14TEI P ITID TO CONNECT TO UNDERDRaN FDRCEMAIN a FDRCEMAIN STUD OUT. IsnNc o SHEET 9 of 41 reECORP crenunmc AAL LEAUUTATE °RCEM"" o SLF 142 ANIPSTING ANEANENT'"DNEEA TO (SEE NO T SO CCT L21035 D—SM,Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 .111SMATCHLINE PROJECT 6LIST PROJECT NO 21L0229D SEE SHEET 11 FOR CONTINUATION EEE l L00 4300.0 3a-00 1019 4 a2po V" rlEaNOD.R sER P P 6�LEaCHa e c�iLec:o PE DRE Rn.ED 6p 2 FY E STEET 21 DR ,.DN MIN,'LOPE �� — a u — ADO------- — ——LE— — ------- -- — PER METER SALE / __ ('EE'REET 2'> _ _ Grua°r __ PROPOSED POND No 2 L y o W ILS 1�h Z (SEE SHEET 35) L ° 3 292 I III 01ij ^� Ili PRODD J/ > �'6,p0 �'�00 30 p0 AZ-00/z O�6' AP L /. oa poo 3 2 FT T EE'BEET z,FOR DETALs.COLLECTOR A / EANDoT P SEP PIPE s / 9a ^� 3>,O ' SECTOR 2A�4. " 4e,o° 10 e MW-16,e aoo BOA cuLVERTs oOe Do '3.00 = (SEE SUEET 24) T 35 36,pD o ?c HpPE DR,3.5 PERFORATED co PROPOSED PONDS _-- - LE'.'ATE cnLLECTON PPE ,0,6 LE ____ _ __ ___ �P8'� (SEE'BEET ss( `� 42,11 (sE�sREEr Ns) : s2_o 35°O 36p0 39 oD o�O ,ip0 6 AS- 11 AS'ElFG1 TED, U 36 2 / �j/A 3 3e.00 Aoo 4 34 260 4300 4EL0 SIU p W w i M LATEPECr]LLECTIONPPIRPE,RATED D'Do 4j GG 4q-0o N �Q 00 SER �� RE :� \ i5'N{ 2 34.00 \ \\ a, 2 � c o SLOPE 41,33 s PROPOSED - �� o, OO DO OO OOO OO A A GOP � 0 / 3 3eoO gAo po LEACHATE& z N A2 DEWAIERNG PUMP ° g20 44.00 h z � W Q l— LANDHLL EENCE _ 0 I ROADwnr/BERM A `: B PS PE'BEET s( FUTURE 1016 FUTURE 1016 (sEE sHEEr 30 1014 FUTURE 1016 1014 SECTOR 2B 1` SECTOR 3A EOR DETALs NO SECTOR 3B, Q—x '10 x xx x 2 w W LEGEND NOTES BASE OE ILA'LNER.ELEVATION - E115T NG CON— AT AT BOTTOM of ww-- V W W Z na ROSE of cur LINER coNTDu6s It w o s5.411 Baste of oLpr LINER ELEv, OTRENCH CON5TRUCTION OR PRIORFH U W O ORIF SLIDE TO NTEIIELL��fTOE DF'LOPE CONSTRucT,ON. M cwwxm mnE lry r<o W T PROPOSED GRADE BREA' <� r DAG ooSHEET o1re0�0cl No 91AP O AT LINER(SEE NOTE Eo ON 2) Rco 0 SELF 142 PucEBENT ATPERS E 21035 Eo SM,Envelope ID'.8F6]58E2-0E1D-438E-PSA484D1ED41AE52 CONSULiAMS SHEET PROJECT NO 21ID2P9D 0 o� A I II IdTW IC 1114 1117 - 1 1 1114 _ \ 0 0 3 3 PROPOSE PONDS i 1 (SEE SREET 0 35) 0 4 Z zPIPE3x0FAR 0, e,ar 2 \ PROPOSEDa`Ii Z ce Q o O�o y RF 111 o, EE o aA? AY ' / 6O2 i/ �I EEANou;"'as°°E / SECTOR 2A oo aso0' a�oD i. A ao.9a SEE'NET z,Eo DETAILS - I OOo oo 'zov IE 2 oPos � re OPE DR,3.5 PERFORATED �,D�MN SLOPEFL � r LEA'RATE COLLECTON PPE TT,LE— -- ———— 1115 — AD Ro -- —Oo o — — — oo — v ER w ROP „� AD EEM ELT��E 2 CA rw1 m E_x P°O AInl w w E O�E K 1 (� o '° _s a.00� OO OO��.a°e MN.sL E �o a�sO poop -4 ouTAe SERLVERERR rr -°pV LEacNAiEEcOFLEcrory Ep PE ATED o � SEE SREET LS. --- ------ - ------ J PROPOSED POND No 2 (SEE SHEET 35) � pRovosEo / r 80' 3900 11L9 0/0 43.72 E / �. g O C14ET LL EE EE"ET E y,oR w 0 LEGEND NOTES MATCHLINE Z w N O SEE SHEET 10 FOR CONTINUATION - E115TNG cONToures AT ROTTOM of SUMP. EVATIoN ® ' N w BASE of cur LINE CONTOURS w w w o z 55.a� RASE of cur LINE ELEv. lAlEOLAI TRENCH CON5TRUCTION Ore PRIOR w w To NTECCELL FEES w o OF SLOPE w ��fTOE OF'LOPE CON5TRUOTION. ��'lE�E��RR o —LECTION PROPOSED GRADE BREA' <� PPR O o0sNeEi ti or at CATINAOJENT IN: 6cored mo SEE oTERON SE z1 'PNTNETICS SLF142r PiacEMENT d 21035 DOCUSM,Envelope ID'.8F6758E2-OE1D-238E-P5A484D1ED41AE52 TAMS MATCHLINE PROJECT SYIE CE PROJECT NO 21L0229D SEE SHEET 13 FOR CONTINUATION ss PER METEPSWAL / E n. 3e s3 D o (see 2 3) L,F 0 "o, B o n s.,o 6 12190p 'Doo 3., aaOF- LA.. s. z fn%. 30 LA..T FENCE O 0, w 5 0 (SEE SHEET 5) O / / 3>� 39.00_ 1,100 MIN,SLOPE \� ��iii ....�� 8,00 \ m IrUd C� PROPOSED POND No z (SEE SHEET 35) vi 45,92 L'U III a 1,p0 o CQ. / o ,AL TT 38.22 n C 'z�' / L o as 0p as. �o o o al 13.00 aa.,o `^ K RAH cULVER,2 �/�, A SECTOR 2A'a,o,� V- 121e (SEE SAEE,zn) 3,0p 1010, x /"` se.p, �3g 0p 3j-0, PPSOPOHEE ED PONDS / \1,0"3 MN.SLOPE m ZVUrr ET E // 45L3NO _ 6° 1p0 p0 9p0 0 apoa w 2 6 m ° v O aI OF � � 3s.12} III W w h \/A >.. 7 a0, 1,00\qp 0p ��— ala ae.00 1300 11.00 as.,p TO, W i 300 3800 3tp0. , o \3s.o0 n w.. AT D �.0p \35,0 \1.0°3 MN.SLOPE \a c 12 15 / U i LJ14.33 00 p0,o° Ak°00 A p° PROPOSED 15 RDP o z o d T ,' / M A B ( suEE, ., 3 w No FUTURE 1214 w � FUTURE C' •,� � FUTURE FI ( O 1214 FI W 1216 n. 1216 FOR DETAILS) ° 1216 , , j N SECTOR 2B I SECTOR 3A x x SECTOR 3B, Q—x x V LEGEND NOTES iST NG CONTOURS O TOP OF PROTECTIVE COVER Q N FU FU ELEVATSSTEDON AFTER SUMCAREP LEACH'CTONATE TRENCH TOP OF PROTECTIVE CONTOURS AND GEOSVNTHETCs NSTALLATON. LL DO W V It F2 TOP OF PROTECTIVE ELEV.. w w CL TCE GF'ILOPE LAP ����E�E��RR 0 mPROPOSED GRADE BREA' APR T, NN AFL.ENT s1EE; e� CSEEHIS o SHEET ,z Cf P, E2,R,,RADAR SLF 142 F d 21035 DocuSign Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 1-1, PROJECT NOS11HCVVD ol i a' o F A I all IdYfWB 1nf 1314 1317 13 17 13 141 \ ` �o o- 0 3 9 PROPOSED PONDS (SEE SHEET 35) \ \\ 0 0 o- 43.48 xy a z l DD DD pg z r 9 � V X 1 I N z OD OA MIN.SLOPE ��/ 1s ,�. AAoo' Sp0 p�z Pa 41,12 /n,pD 0 P A 0 31] EE a 0. c 0 / n ` 4284 43oa as oo� K SECTOR 2A O / ,OD <zOo P05 s ( E EH FE) c OPE ^5315 1/ 1 1.ON MIN O nh o Ul v i [SEE SHEET z3) 3s 783E nap0 �o� .op �o z K nzse III a Q, / 00 318 z PER METER saALE F i / / / �/ / �- o w 1 A� �gOU 1c pOo ��F / 41 Ala 4a000 U 1 1 o i � e k ) / ° t v o 00 13 6 LLFE 140 a X60 0p 500 o�z p�o0 LFNDFSUEET NCE ` 9300 0_ 00 (SEE E) / q0p 41.00 "00 \o 0p -0 %MN.SLOPE PROPOSED POND No 2 (SEE SHEET 35) //j 1 3P o0 0 / 1 3b.20 000 NF DO 100 z 46,72 ¢ d d 1 SF O 0 1319 n5 o0/o � I 0 0,00 J g w I'D N 0 U LEGEND NOTES MATCHLINE SEE SHEET 12 FOR CONTINUATION ® " oT P OF PROTECTIVE COVER N Q E LEVAT IN AFTER 5 SSTED TRENCH CAN, FZ TOIP OF PROTECTIVE CONTOURS AND CEOS.NTHETICS INS ALLA ION oO w o It F2 TDP OF PROTECTIVE ELEV. CE w ��� CL TCE DF=SLOPELOPE ����E�F��RR 0 PROPOSED SPADE 9PEAl <�3 PR TO ADJACENT LINER NOE3O51 2) o SHEET 13 of 91 FECORP[WOMco o. ga SLF 142 F d 21035 DocUSign Envelope ID'.8F6758E2-8E1D-438E-A5A4-84D1ED41AE52 WN MNTY 911EE! PFOECT Ab.21102290 ` 55 55 y� e e EX511NC WOUND 5p (lfltlP1 TaPOGMY 2012) ` 3 E 50 _ _. _ - MV}A_ NN lB 50OF 3 y 11 111 1 "NNUu 2'P�1ECT4E ..INIEKai FPN �••••" _-_ � NM 3- l _-_ III .. YI CO`hkR III III III III III bW: S�� '.Ofi•b/y _ - OR NW S: __�_ II -� Z c � a w C a m'� z o n E a ]5 TOP OF SUBGWllE BAff M 25 I I I I I I I I I I I I I 20 20 'Z I.D. 200 ­0 400 500 800 7,00 800 900 1000 11— 12— 13'00 1400 1450 � 2 8 U A LANDFILL CROSS SECTION-A j e, s 14 scALE rig 4 II13 a Q 10111213 VSIIII�p w U 55 55 ffC10N 2A —E>A F- T IWu 2'PNOmE ..TOP OFI BOIN 50 U 0 50 uN SOIL 00 1 bW - OR N1N. 3 r ��'�,..� .... .1U)b f5 \. 9'- 't NN' S 01t N1N _ ti g TOP OF SUBCRI➢E 8.1ff Z O FlABUKOON E 511 G tlVO..... -... .... ]5 S j uiiI I II II I S W ]O ... .,� ... ... (Ifltl01 iOPoG...MY 2012) .... 30 `� Z VI I III III II III W U It a J III III III III III III III III III III III I � � W ti O w U Z ]O I PO U s +00 2+00 3- 4+00 5+00 8+00 7— B+OO 9+00 1.- 1+00 12+00 I]+00 4+00 4+50 � LEGEND B LANDFILL CROSS SECTION-B CONML Flu L,8,9 14 SCALE.1"�0' S SHEET 14 0/ 91 11_1 21, _ EXCRVh11ON RSLF 142 k s aNne�ix mr � Cltt FNN,rc!1 11035 DOcuSign Envelope ID'.8F6758E2-8E1D-438E-A5A484D1ED41AE52 MN MNTY SHEET PFdh'CT Ab.21102290 ` 55 55 y� SECiOH k SECfpV 2a .. .. .TOP OF EEld2 90 50 - _.- __I.... NINNON 2'P9]IECME (-. _50 rsnnc cNanN - _ 11 .... - - - soa cutin _ Z Na ... ..w z 7777- 6 TOP OF SUBCROOE&6E d � 30 30 AIPA 5 2 0 25 e x O SVUrr 20 20 'Z 1400 2400 ]400 4400 5400 8400 7400 8400 9400 10400 2 8 U c LANDFILL CROSS SECTION-C j i 811 13 15 SCALE'1"50 III a R Ail o w U 55 55 50 ENSTNG .,� ... ... ENSIINC NO .... !OP BEPN11 ffL10fl k EECiI?A 50 U v UnN iOPMNo 2021) I3 11 --- - � N VA s--I Ox ury ux x'NMIEOME - m cmER _ S U ]5 ... .. 35 > W I I W Lo W 0 30 .,� i0P OF Sum BASE 30 Z W O 2 25 � U III III III III III III III III III III III I � J 1t wW sb 20 20 U ul 5E 1400 2`0 -0 4400 5400 8400 —0 8400 9400 10400 11400 12400 13400 14400 14450 LEGEND o LANDFILL CROSS SECTION-D TROL FlLL 15 SCALE.1"�0' CON ' s e 1012 0� S SHEET 15 oT 41 -ON NSLF 142 F awne ix mr Cltt PRO£C! L1105 DOCUSign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 MNfi UMTS SHEET PRIECT A'0.2JW229D SINOIE SIDED ORNNAOE OEOCOMPOSITE GRADE BRI-BETWEEN SECTORS SECTOR 2A SECTOR 28 g}'I ED—SIO.ORNNAGE GEOCOMPOSITE a {' SMOOTH EO NIL HOPE ML MXTURED 80 NIL HOPE FML RIP OF CONTNNMENi CSINGLEEOCONPom ORNNAGE BERM(3'HEIGHT NN.) h y •o 5'00^�M NN. ]] 8'0' PROTECRYE C_ Ir SMOOTH W NIL HOPE ML PLYW000 COYER OvERLAP PROMCRYE 2 _ COYEIE tr 11 ENO CEOSYNiNERCS NTURE EXCAVATION IFL 11 �— FOR NEW SECTOR T A 4 NOTE: 2R SLOPE 3X SLOPE Z 3 N RECONPACIFD CLAY N. PROPOSED RADE 1.SEE DEML 1 B 0^ 6 iN15 SHEEP. RECOMPMTED E SECTION — LINER AT SLOPE TRANSITION CLAY LINER 20'-0' 10'-0'•olrcH eonoM `gs­tjq,r L7 1, 1B 1fi wLi,x.T.s. — 101112130 E G SECTION — LANDFILL BOTTOM LINER TERMINATION BETWEEN CELLS e� 1B _„.T.s. 681012 OOUBIf SIDED DRNNADE GEOCONP-M PROTECTNE C_ L TEXTURE 60 MIL HOPE ML ITS DOUBLE SIDED DRNNAGE GEOCOMPOSIIE � 'Z 3 ) 2 ¢� '41.0 SINGLE SIDED OMNACE GEOCOMPOSITE W 1XNRE0 80 NIL HOPE ML 2 CRADE TO ORNN SMOOTH 60 NIL HOPE MS U L RYE PftOIECC_ _ 'I� I 'N F PROIECRYE COYER a Q LANCHOR TRENCH SIIII Q W (BACKFILL WISH % U ON-SIZE SOIL) a NNER RECONPACIED CLAY END GEOSTNTHEGCS T SUBGRADE U F SECTION — ANCHOR TRENCH 6,],8,9 IB to scut.x.Ts. 10,11,12,13 PROPOSED SUBGRIDE GRADE BRI-BETWEEN SECRIRS NOTE: PROPOSED SOBGRADE k 3B SECTOR SECTOR RECOMPACM.CUY LINER g 2A >A 1� CEOSYNiNERC COMPONENT RECOMPACTEO LLAT LINER � TOP OF CONTNNNENTTHICKNESSES HAVE BEEN 2 SINGLE SIDED DMNADE BERM(3•HEIGHT MIN.) LANOFILL BOTTOM LINING ENVRGED FOR CLARITY LANDFILL SIOE SLOPE LINING S w OIIE SM > SNOOTH OIN 60 80 MIL HOPE ML PLYV/OOD CO­ 1 DETA`5- LINING PROTECTIVE 2 2 4'-0^ N W COYER Ir 11 ENO CEOSYNTHETCS 18 IB SLpE.x... w W L] 2 MN NE EX ON _ FOR NEW SECttIR >N Z (llr N..Jai.`?` B S _ W O � 22 SLOPE� IS SLOPE B-0, b F RECONPACTED 20'-0^ 10'-0^DITCH BOTRIN C AY NNER S SHEET 16 DT 41 H SECTION — LANDFILL BOTTOM LINER TERMINATION BETWEEN CELLS RFO04D ORIMW'G Atl. B e 1012 B x.Ti SLF 142 k s � Cltt PRO2C!1 11035 DOCUSigO Envelope ID'.8F6758E2-8E1D-438E-P5A4-84D1ED41AE52 MNSHMTY SHE Y 9EGTOR U GSR s SFR LINK PMLECT A'0.2IID449D FO2 SECTOR 1B IC e TE-IN AREA 12 OZ/SY SACRIFlCIFL FUTURE CELLS GEOTEX 1 z z E i0 BE REM—) EXISTING­00 Z (TO BE RM—.) 1S _ PROTECTED I� •••�� CO R MWEEME Vl y NIL HON [ _.fes J; yY Z._0. ANCHOR TRENCHDRAINAGPEE CEOCONP IlE - SUBGRADE CONPACIEO CLAY N. 80 ML I J EXISTING TIE—IN AREA SECTOR 1B 1C PRE—TIE IN DETAIL n uWE.I -� o a�sW 91113 REM EXISTING PROTECTIVE COYflR FOR TE-IN SECTOR RA CIFR A SER UNIT v FOR SECTOR IB IC SECTION 1:TIE-IN NOTES L z Z 1. EXCAVATE EMSTING PROTECTW COVER FROM TE-IN AREA AS SHOWN ! VARIES I'-0'I'-G' T TO EXPOSE EXISTING DRAINAGE GEOCOMPOSITE AND PLYWOOD COYER. W = 1RAN5 TON a IS 1. REW RE LAST 6.OF PROTECTIVE COVER OVER UNER TE-IN LOCATION $ U PROPOSED PROTECTIVE N ——————— O TO BE REMOVED BY HAND WTH SHOVELS AND/OR BROOMS. j COVER y \ J. FORD BACK INTO SEC O£OIS/IG. E ANI CEONEMBRANE PAST TOP OF III 4 Q t BERM AND Ni0 SECTOR IB/IC W C 0 a �SaIIU p W ei 4. CONSTRUCT SUBGRADE i0 BOTTOM OF PROPOSED CLAY UNER U GO \Y 5 TONE STING 18/1C GUY UNER. Y LINER,NCLUO NC 5.1 SRAPEO TIE-IN O c .? \ TE-IN OF NEW RECONRACIEO EXISTING DRAINAGE T £ \ CUT LINER i0 EXISTING CEO SUBGRADE 8. FORD BACK CEONEMBRPNE AND MELD NEW CEONEMBRANE i0 EMSTNC. H- t AN-BUILT CERTIFIED CUT EXISTING 60 MIL HOPE ML E%ISIINC COMPACTED CUT LINER ]. FORD BACK DRAINAGE GEOCOMPOSITE AND TE NEW GEOCOMPOSIM TO U O a i1 U ER EMSTNC. a D PROPOSED RECOMPACTEO WELD NEW ML i0 EXISTING B. PLACE PROTECTIVE COYER. CUT UNER TE NEW DRAINAGE GEOCOMPOSITE TO EXIST NO NEW EXISTING I PROPOSED TIE—IN TO EXISTING SECTOR 1 B 1C LINER }EXCAVATE EXISTING SOLS OR PLACE CONTROU-ED BACKFILL AS REQUIRED 2 ]9 11 13 i0 ACHIEVE PROPOSED SUBGRADE W SECTOR 2A GUER k SER UNIT ELEVATIONS. Z d PROPOSED PROTECTIVE VARIES FOR SECTOR IB/IC S U COVER TRANSITION TIE-IN WELD NEW ML TO EXISTING S W TE NEW DRAINAGE GEOCOMPOS Mj 0 FQ- i0 EXISTING SECTION)TIE-IN NOTES - 4'-0' EXISTING DRAINAGE Z W GEOCOMPOSITE I. EXCAVATE EMSTING PROTECTIVE COVER FROM TE-IN AREA AS SHOWN J U 0 EXISTING 80 NIL HOPE FAIL TO EXPOSE E%STING DRAINAGE DEOCWPOSTE AND PLYWOOD COVER. G <F7 _ 1. REW RE LAST 6'OF PROTECTIVE COVER OVER UNER TE IN LOCATION h Z TO BE REMOVED BY HMO WRI SHOVELS AND/OR BROOMS. I� a O J II 3, FOLD BACK INTO SEC OR 18/1 OSIE AND CEONEMBRANE PAST TOP OF W BERM AND INTO SECTIXR IB/1C. U W 4. CONSTRUCT SUBGRPDE TO BOTTOM OF PROPOSED CUT UNER. PROPOSED RECOMPACIEO f 5. CONS1RUCi RECONPACIEO CLAY UNER AS SHOWY INCLUDING b LAY UNER COVEREMRSTEGINf f f f f f f f f f f< SCARW SCARFED AND RECOMPACTED TIE-IN i0 EMSTING IB/IC AY UNER. EXISTING COMPACTED CUY UNER BWLD . FOLD BACK CEEMBRPNE AND VENEW CEONEMBRANE i0 EMSTING. W SUBGRADE PROIECTVES�1 ]. FOD BACK DRAINAGE GEOCOMPOSITE AND TE NEW GEOCOMPOSIM TO NEW EMSTNG EMSTND. a$F4fl 1 0/ 91 RFDORO OftINW'G IW1. 6. PUCE PROTECTIVE COVER. - J PROPOSED TIE—IN TO EXISTING SECTOR 18 1C UNER SLF 142 k s ]9 11 13 a CITY PRO2CT L1105 DocUSign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 MR MTb SHEFT PROFCT A'0.2JW229D GRADE BREAK BEINEEN SECTORS e SECTOR k SEGFOR 2A i� TOP OF CONTAINMENT ` tial BERM(3'HEIGHT NN.) 2 2 8.-0.. 2'PROTECTIVE COYER IT— �I PLYWOOD COVFR ENO OF PROTECTIVE COVER 0' o ZS SLOPE ENO CEOSYNIHERCS 2 N 2 .2 _ M,�i�iYiYiYiYi 7 2S SLOPE 1%SLOPE SUBGRADE SINGLE SIDED DRAINAGE GEOCOMPOSITE B'-0" o m71 NMO001H 80 NIL HOPE FML N ENFORCED GCL vc� 20'-0' 8 Z a' 2 K EXISTING TIE—IN AREA SECTOR 3C PRE—TIE—IN DETAIL s H 6,] IB Snit.I i 10111213 �IIII O�w U 0 4- T U °a GRADE BREPH BEMfEN SECTORS D gCRIR k gCTOt 2A SECTION K:SECTOR 3—TIE IN NOTES REMM EXISTING PROTECTIVE COVER j-0" a I EXCAVATE ENSTING PROTECTIVE COVER FROM PEAK OF 3C/2A FOR TIE-IN —— _ NTERCOU_BERM INTO SECTOR U AS NECESSARY TO EXPOSE EXISTING OGt P YWO MP DRAINAGE GEOCONPOSITE AND PLOD COVER. ti 2. REQUIRE LAST 8'OF PROTECTIVEOVE CR OVER LINER TIE LOCATION =W 2 :nW ry i0 BE REMOVED BY HANDPNO NVAI1H SHOVELS AND/OR BROOMS. p d 2'PROTECTNE COYER I� Ky�4� 3 FOLD BALI(ENSTING GEOCOMPOSITE AND GEONEMBRANE PAST BERM Z U ZS SLOPE \� AND INTO SECTOR 3C CIT CCL 3'FROM PEAK OF BERN AND FOLD S W BACKINTO 3C PROPOSED SUBORADE S W 4. CONS1RUCi SIBGRPDE i0 BOTTOM OF PROPOSED RECOMPACTED GUY j C LINER. N -I w v/ 5. CONSTRUCT RECONPACIEO CI-AYLINER. W U O EXISTING SUBCE W �\ECD NEW F1AL i0 EXISTING 8. FOLD BAD(Gfl ONTO TOP OF RECOHPACIEO CI-AY LINER. j h W ANO TIE NEW DRAINAGE Z EXISTING SINGLE SIDED DRAINAGE CEOCOMPOSITE i0 EXISTING ). FOD BAC(GEOMENBRANE AND N40 NEW CEONEMBRANE i0 ENSTING. W GEOCONPOSITE U B SMOOTH W NIL HOPE FML R. FOD BAC(DRAINAGE GEOCONPOSITE AND TIE NEW GEOCONPOSITE i0 W 9 NON-RONFORCED GCLEXISTING. W U -12'-0" #EXCAVATE EXISTING SOLS OR PLACE 9. PLACE PROTECRVE COYER. U TRANSITION TIE-IN CONTROLLED BACKFILL AS REQUIRED TO ACHIEVE PROPOSED SUBGRADE CENARONS. K PROPOSED TIE—IN TO EXISTING SECTOR 3C LINER s SHEET 18 GT 41 10 1112 13 'R/ e wFi.I i RFD04D OftIMivG NO. SLF 142 $F Ott PRO ECT L1105 DOCUSign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 OONfi MINTS SHEET 8"HOPE DR 13.5 LEACHATE PRbECT Ab.21101190 (NON-PERFOMTEB)CIEPNOUL POSITIONED 6'ABOVE 6' CLEANOUT UNE CONING FROM e e SECTOR LEACHATE TRENCH ® e {o e 2,- 8'HOPE OR I].5 COLLECRON EATERIL(PERFORATE.)FROM A- —ENT CELL W TROUT SUMP 8"HOPE DR 13.5 PERFORATED UY,•'t'i 28'-O' '-10" LL COECTION PIPE LEMHATE AGGREGATE c (MAY 3'µTTN<5R 10 OZ/SY GEOTEKIILE PASSING I/2'SIEVE —R— MIN MIN NIJ CNEY R MIN B"HOPE OR IJ SUMP RISER v - 3R 2 ' n _ (NON-PERFORATED) Q SECTOR HOPE OR I].5 GGHAIE TRENCH v r B'HOPE DR IJ SUNP RISER CIEPN-OUT UNE (PERFORATED) 3:1 xp (PERFOMTEB) SLOPE n mm BOTTOM OF EX /( ��( >AA'�I ,•. S. a RECONPACIEO CTAT LINER) I 5 5 CEOCONPoSIIE ENO OF SUMP WEZ PUMP RISER PROIECRYE COYER 5-0 5 0 BOMIL HOPE ML W = 5 U H"PVC SDR 26 OR OPE UNOERDRNN PIPE II13 4 Q t (SEP 13—O SHEET 20) ~g VSIIII p w U SECLCOOER 160 11 9121r� c H- T 2 PLAN — PROPOSED SUMP AREA C3 6810 PRWTDE FIINGE WITH FABRICATED PRO— C— ELECIRICPL PUN COYER WITH LOCK SEE SHEET � 7 HOPE OR IJ V1 SEE FOR H—DEFNLS CINEOL QUICK AND IB' 2119 WITH—MR CI-AMP SUM P PUMP RISER J W N8'HDPE DR 13.5 SUPPLY —PMR O g O j9�9 2•CHECK VPLYE 2 CLEANOUT LINES 6'HOPE OR 13.5 O U ADAPTER CLEMOUT UNE S J 'PROTECiNE 18"HDPE BR IJ PROIECRYE COYER 2"BUTT FUSION TRUE UNION FULL PORI BALL > OVER SUMP PUMP RISER VPLK W p O Vl FLOW METER U J 1'-9V ELBOW N -1 Q SLPH '� W W W~ -W CONCRETE y - (2'WIDE) U Q D UNIISSTNUi.. G. // 2'DISCHMGE ELBOW LEACHATE POND OF P .......... ANCHOR TRENCH(BACKFlLL ,,,,,,�, �, ,,�„,,,•,,,,,,,,,,,,,,,,,,,,,�, U W Z HOPE ORII PIPE ON SIM SOIL)TOP OF 4”-45 ELBOW 191 EXISTING GROUND 2"z4'REDUCER RECOMPAGTED I LINER RECOMI-TEO CUT LINER ENO HDPE GEONME E E1ENBRANE/ NOM:PR CONTRACTOR SPIPING OESHEEi 20 W GEOCONPOSBE NDOUBLE SO.O.—, '0� Z DOUBLE SIDED ORNNAGE GEOCOMPOSITE AND RTFINGS.INCLUDING—P RS. MOCONPOSITE W J TEXTURE 60 NIL HOPE FML 4'DR IJ HOPE OR PVG lE%NRE 60 NIL HOPE FMLUNDERORNN PUMP RISER a SHEET 1:J 0/ 91 3 DETAIL — PROPOSED LEACHATE SIDEWALL RISER N SECTION — PROPOSED SIDEWALL RISER RFGO.40 mvAMWc nn. SLF 142 �R � Gtt Fl812C!1 11035 DOCUSigU Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 oo fi MTS SHEiT NON- EN GEOuxTWRAP 8'NON-PERE PRbECT Ay.21D2298 NnRE MSUMP AND OI_AP HOPE OR IJ"RA" NONWN o GEOFExnLE(2'MIN.) a6 a6 SUNP PUMP RISER fi z4'CONCRETE COU.Mi e e w STIP PERFOWON W/8'z8'WEDGED WIRE MESH {o 2 PRIOR TO SLOPE 8'010.NON PERFORATED r HOPE OR 13.5 CLEANOUT 8'HOPE SUMP LINE LEACHATE PUNA PPE ON SLOPE z & (15 LF FRO.BEND) APPROx U]CAnON \ _ 6'PQIFORAlEO HOPE MANUFACTURED _ OR ].5 LEACHATE BEND EAGER PIPE 18'CPP IL CLEAN GMVEL IL _ ............... .......... ... .. .... ....... _ - FILL CELL APPROVAL E COVERED N-fER -- UNROLIGH N i0 REMAIN OPERAnONPL Z V _ THROUGH iCEO BER APPROVAL 2'0' CONPACIEO BACK RISER PIPE NAY B V Z - GEOSYNFHETICS ----- 2'x2'ANCHOR FRENCH 6 a c DOUBLE SIDED DRAINAGE 14'NON-PERFORATED HOPE DR IJ am SO TENURE 1L v______ OR 15'PJC SDR 28 UNDQIDRNN PUMP RISER SO NIL HOPE ML 2'RECONPACTED GAY LINER ___ 18'NON-PERFORAFM HOPE OR IJ LEACHATE H'NON-PERFOMIM B'PVC SOR 26 OR HOPE DR IJ n 15'-0' 14'NON-PERFOMFED HOPE OR IJ SUP PUMP RISER OPE OR ].5 CLEANOUT v PERFORATED UNDERORAIN UNE 60MIL HOPE ML OR PJC UNOERORNN PUNP RISER 10 OZ/SY PIPE ON SLOPE UNDER PAN PUNP DRAINAGE NONWO.N 6'PERFORATED HOPE A(CREGATE DOUBLE SIDED>_250 NIL/8 OZ APPPo%.LOfAnON PROIECTV£COVER C£OlE%nLE OR 1].5 LEPCHAFE (MA%]'W1FH'52 y DRAINAGE GEOCONPoSIIE GEOCONPoSIIE FILL COLLECnoN PIPE PASSING I/2'SIEVE) 6'PVC SOR 26 OR HOPE OR IJ Z PERFORATED UNDERORNN HEADER v LINE = N H8'PERFORAlEO 8 U rn OPE SOR IJ t NOTE: "� i" STA-1- LAYERS 12 OF BOMIL HOPE n \ \ SUN UNE GEOMMBftWE ABOVE PRIMARYL III 4 Q t GEOMMBftW E.TACK WELD 2 I{,.i 3 k rn 10'BEYOND TOP OF SUMP. C1A�YM HER PAGFm 5-0' 'L.J 1 III Q DESIGN SUBGRADEOOU.IE LAYER O 0 TYPICAL SUMP SECTION aF c2on:xnlE G, 19 20 SCALE N?.5. T U °a 8"PJC SH 26 OR HOPES"PVC SH 28 OR HOPE H IJ AlEO PERFORUNOERORNN PIPE UNOERORAIN SUNP PERFORAlEO UNDERDTWN PIPE DRAINAGE GEOCOMPOSIIE PPPRO%.LOCAnON 2g_O^ 60.IL HOPE GEOMEMBRANE P SUMP SECTION (SMOOTH ON FLOOR; 20 ZO s 00 SUE-SIDED FEXTDRED C 6'OUTLET W IN SUMP AND ON SLOPES) PROM ED RIP-RAP 1� g o a 2'PRO­ 2 COKR SOIL 8"22.5 BEND W WC] E > 3y O tl >N 6'HOPE DR IJ FORCENNN 8'22.5'BMO 8OUTLET VAT _ COMPACTED STRUCTURAL FILL GROUNDWATER DISCHARGE UNE W U dY i0 PROMSED EVAPORATION AREAU AU GOZ./5Y ECATE GEEOTED IN TLE VER(OGROUND UNE) u�/ v/\\ PROPOSED RIP-RPP 5 �Nc 1/ - PROPOSED MNO BERM DEWATERING b 2''sIEVE) S F '2'-0'MIN. (sEE oEouF n6s�EOEaoRnw HEADER PIPE .�\\ lj 3 SHEET 20 0/ 91 Q UNDERDRAIN SECTION RFC040 ORINW'G A'0. taxa scALE.N.s. 4 DETAIL — FORCE MAIN TO EVAPORATION DEWATERING POND SLF 142 20 �F 6 30 SCALE'N.T.S. a Gtt PRMCT 1 11035 DOCUSign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 WH MTY SHEET ENO CPP PMLECT NO 2HD229D {- eTO I 6"HOPE 4 CEEPNOUT PIPE HOPE OEONENBRANE DRNNAOE OEOCONPOSIM E a - A RISER TERNINARON - SEE 0—J THIS 6 a7� w LNI= SHEET CROSS 6" -I—E C icriOR CEEANOUT\ NON-PERFORATE ! G 8'LEACHATE 5 OPE(TfP� RECONPACTED CLAY UNERSUBGRPOE O N COUECiOR IN }\510E W U U-HATE TRENCH 5 u NREFAHRIGTED 6' ON-PERFORATEDELBOW ° R SECTION — CLEANOUT RISER ni3 CIL Q soeE° zi xi caLE.Nr.s. L—HnTE TOE U _ DRNN H- T U °a 5 DETAIL — CLEANOUT RISER 2T xi s r. (£AERATE RISERDWILL z (SEE SHEET 22 FOR DEfNL) CAP END OF W d CLEANOUT PIPE g a Zo z� Z PROTECTNE caem � w wo p W � W o e j a'x8'TEE 4 ¢U GROUND w e"PVC SDR 28 OR HOPE PERFORATED UNDERDRNN W F CONVEYANCE PIPE O"/SY CEAY LINER W J 6"PJC SOR IN OR HOPE WEOTEXT. RECONPACIED PERFORATE.UDERORAN CONVEI'ANCE PIPE RAP S SHEET 21 Of 41 6 DETAIL — UNDERDRAIN PIPE 7 DETAIL — LEACHATE COLLECTOR CLEANOUT RISER RE:O,4D ORINIY9 A0. 2.2. s�E.Ns. 2.2. ALE.Ns. 2 SLF 142 s Cltt PRDRCT 1 21035 DocuSign Envelope ID'.8F6758E2-OE1D-438E-P5A484D1ED41AE52 N11—NEI RUPEE PROJECT NO 21LO229D UP Z FLANGE d `A, BOTTOM VIEWOLES COLLECTRISER PPE CbLEACHATTE L FLANGE o C b. A CUT PIPE C R SER FUSION W `, FUSION MIRE 11- 7=—.=-. O o rSA C SCONNECT LE WELD Z PAD CTE EA HOLES AT} PAT WALL DR APPROVED EDUALUFACTURED 11 WPT E L ,ION DETAIL-fi'PERFORATEO DETAI�RISE DETAIL Ts 18"SUMP DETTPI�RI4E DETAI�RISER c N a�Fp / 1 LEACHATE COLI FQn0N PIPE 9 10 1 1 1 2 z cus NF 1, V 22 22 15MH PUMP RlseR LEACHATE - W s HOPE CLEANOUT PIPE SDP 17 CRATE 1 s'HOPE sore n LEA 1 a e a gs®1i'�oCSUMP PUMP RISER cuATE s POPLEM cur ER oPENIN w SUMP FIELD �;� 11 FIPE SEA 17 2 11 A HOPE PIPE 1C O OPENINGS slzE A O cL LocnT ovl e DE No ' z q4®EE-o - P ..+T SND for o5 NA.N o III D X sLo_yE SLOPE T�� c o HDPE CLEANIS PIPE FIE DC cuT.PC LE _ � i:: p W w ¢' a 11 S.9 1/2O.G FIELD CUT AT U r 6 N OPENINGS 'LONG o O C (�5 1"OC (2)(/5 x 4-8 a ®'I B' U 10 2)ds x 4'-8' STAINLESS STEEL EVE NS®1 O.C.x 4'-2'J-P BOLT d5®T2 O.C.x 4 8C 1C N'TEF UM MA S SECTION T SECTION AT PUH PIIPEIEEMiNETPATION CE V SECTION CATF,Ta-,-o CATF,T4--, SECTION CUC,iN-�-D Z a o 0 e-J. P SUMP x4UMP RRISER cAATE o 3 o Q c W w o S � _ a N o g4 A n'Tm. 3/4'STAINLESS EYE Q STEEL EVE BOLT W O #5091/2 TVP. T U W U W 6 HOPE CLEANOUT PIPE D s£ o$HfE7 22 Ol 91 RECOftR RRAINN _ W SECTION 13 PLAN—LEACHATE RISER HEADWALL o SLF �42 CTS 21035 D,,,Sig,Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 MMS TO L El C INLET ;EE yo �'" PROJECT NO 2-9D eee o QO o 0 o c4 ii: -000 °Q Y3a �p P / / / / ® o h o w / Poet o Nps o)EEE EHEE.Es) Q ate- ,00 so -11E1 IITz � �� LEGEND-EXISTING O o i1000 0 L coNEoures -- PO PErery ENEPERIMETER o0 xE OUITINE ���// ® ro MONe -Ll EPss.aell ut �v LEGEND-PROPOSED iEE o n ��IIIp Ww w U PERIMETER swuE PROPOSED PO NO P,2 jE,// X, SECTOR 2A IEcroR (SEE SHEETS 6-13) U Ty OUREDR (SEE SUEET 24) Z i /, / Q X O m o D � e OO � Opo 5OO w TE Pw R s /J `Fi V PLE W TE W H U E p = N SVopf, !r EEl � i i SHEET 23 oT 41 M �a recroreo oreawNc No. o SLF 142 � Civ pROJCCr 4_21035 DOCUSign Envelope ID'.8F6758E2-0E1D-238E-P5A484D1ED41AE52 SECTOR 2A CONSULiAMS SwEEi —� (SEE SHEETS 6-13) Y R su PROJECT NO 21L0229D 4 28 TOP OF EAFE � °R 60� �z0 Cy •. 5 t`e OPE DITCH SL --- _ 0 126e DrCH 6 EL 40.61 a b w IMETER SWALE 6 PER METERIswALE� 4a.s� --- 1b (SEE SIEET 23) _ a C_ suEET 23) _ a a 5o of3 - a--- __ TRNJST ON i � � � � i TE N TaANST aN ______`_ N o� m _ATCH EVA NN MAJO SING '- x oe o a f 90_ PROPOSED ROAD __ 1 FORE DETAIT s)21 v _ _ __________ __.. 11) w te�0 FE-40,5A ___ g U oR _O ceNT°R 93N .aDUS OF v w4UFLL FENCE 3 tO.e eox c s sNeET-_ E III Q -(SEE SHEET s) _ rsEE SHEETS zss 34(R LEE _ (SEE SHEET s) �1[��II O w` x_. .:�T ITA IARI I \ o (PONDS P35Ds crenaxm sve iry LED o `e ss ss _..PPOPOSEDGR MATCH sTNG MATCH Ex Sr NG GRADE s R., _ GRADE 49 - 5�495� 5 9.643, - _ -49 O 44 44 J W ELEv ao sO ExisTING EE PAD o W 4C AC Q W PC 12 PC o � N K j a o ��+4o woo 0+20 0+40 O+r,O O+eO t+OD t+2D t+4D t+aD t+eD 20 ti S W W U U AL X BOX CULVERT SUPPLEMENT SHEET-WINGS AND END TREATMENTS m App—El.—Ele A L­ OR B Lw Ltw Atw a endlo C'ak Name o Box Cu h nai B C 1 SO AP,le S opa oE lma e HA"I CUN m Gl A length Ap n N^ngw'all vo.9pens-HefBnt 9tan9arn or Entl i0°,15°. enneCUNe Enu Of of Eng o:of Longest Te ovrzll Cone re o SHEET 24 Of 91 Span X Treetinent 30'or Siope Heh 1EIg Wtn 11'eVln—F Wings 11 Lengh Length. (CURD)(11, ECORO URA G NOr�Stanaartl 45, (B ) t) (RJ MJ (; (1W !D, TC-v, (Pq (CIF (9WRSLF 14LCEFE ANDFl1L,8 11 -10'X5 SP-1 PWi 0 0.2EO >.083 "UA M. e8.a"i? 36000 N%A 0.0 Ob 6'!.8 R02 E d 21035 DocNSign Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 NNSULiAMS SHEET PROJECT NO 21-90 e� {o oo� BOX DATA ON p❑ t F RU - 033 _ 's ll 7- e 8 s a < C- "'74 - s -i es n N *ro, s 1x i 11 0 10 11 11,1, 1 ( �n I d V ` o o o� e v z'< 0 3, v_zn - ,o_s CORNER OPi ION"A" CORNER OPi ION"B" CGRNER OPTION"A" CORNER OPTION"B" FILL HEIGHT 2 FT AND GREATER FILL HEIGHT LESS THAN 2 FT (~n 2 U m �v � 0 GE -.-. S 0_EL OES i 1 1 11 k P 1- - SECTION A—A 0 1 1., o 11 1, o Ta n a1 a Ta o.p l as a ..Ta ,<5 (TOP AND BOTTOM SLAB 1 1=.....1� 11 1, Y< s 1 rs', T IL I'll » T+.s JOINT REINFORCEMENT) O W IP P. 1.11I _ xL93 LOADING K g �rexes oe seaaaam � U z nl aT nansp � SINGLE BOX CULVERTS (� -- ? - - PRECAST o I— a 70'-0"SPAN -nm SCP 10 s — - o SHEET 25 Of 41 FECORP orenv"n,c NT SLF 142 421235 D—SO,Envelope ID'.8F6758E2-0E1D-438E-A5A4-84D1ED41AE52 WISL4UNI5 SHEf PRD.fCf.W.2N,?AD SSS �W a) � -;Dre. e o, ) MULTIPLE UNIT SECTION�B-B DETAIL "A"0) PLACEMENT n o 03 e --- - WINGWALL CONNECTION ) A - m r A v �D - - —Es I U c s _ , I .D*� a SECTION THRU CURB S , () .° T I -)L p BPC l BARS e UB L SECTION THRU TOP SLABS LESS THAN 7" ,r �sno r-o �:�.� -- � r_ E,. -< U o GENENAL NOTES 0 - Z'o 3'.n ne a re ar rr ire. n � ANGLE DETAIL NL93 r;, ---- -_ LOADING i J W p co U BOXCULVERTS � �ab v.. < PRECAST RECAS '�rc MISCELLANEOUS DETAILS p 1, f- Dz SCP-MD SECTION A-A PLAN OF SKEWED ENDS SHEET 26 W 41 RECPPo DCIMWG Ab. 2 SLF 142 CDY PM1FCi/2fOJ5 DocuSign Envelope ID'.8F6758E2-8E1D-438E-P5A4-84D1ED41AE52 NNSULiAMS SHEET PROJECT NO 21L0229D for e (Wings On S TABLE OF DIMENSIONS&REINFORCING STEEL TAILOL WINGWALL IOWING DIMENSION CALCULATIONS; tll El n r . s 12 W 9 < C � '' ,x - a s 0 p _ is x T <� a 0o oT -n o I - n BARS D �.� o�,,r 0 TABLE 0' o LL REiINOERNG ,c 1 c Zvi i Z 3 2 " _ a T •. � y� q, c s'-s n r e._o' -a • -o" .Tse oTa in T[ �' e P a LI -- - a <o�r� v i��ai, BARS Di G n _ + vox�v ver tv.ta v vcr �, v c S b ) e b V. BARS J BARS J BARS Js BARS V _ T U . a iE orc�a 5 _ .c_Ta.s., � .i _ _ '` — 5 r.._ X ✓I� —r� N�t T �S�I 1�Q .r SECTION C-C T c. T � 11111AL NOTES ~ 9 r� n L r l ,T T .....MEQ PARTIAL ELEVATION - PW-I PARTIAL ELEVATION - PW-2 SECTION C-C w DESIGNER NOTES Q 3 - CONCRETE WINGWALLS WITH PARALLEL WINGS FOR BOX CULVERTS U W�� PLAN TYPES PW-1 AND PW-2 vWi s i Y m , - � LAN ,,,. ° °`/ PLAN n PW � s mE -� �- DETAILS FOR DETAILS FOR v N A OX CULVERTS SECTIO A SECTION B-B NON-SKEWED BOX CULVERTS SKEWED B o _nn .. 5HL[Ty orgt reccoreo orenunmc o. - o SLF 142 p 21035 DocUSigU Envelope ID'.8F6758E2-8E1D-438E-P5A484D1ED41AE52 MN5 MT5 SHEET PMLECT A'0.2JW229D e e N10TH OF ROAD(24') d 40 PER EL-48.08.0 4ROP➢ .� ' CKFlLL 8' BPLKFlLL 0 SEED AND SEED 2.OR 2.OR 4 MIN. EXISTING GROUND E%ISRNG SUBGRPDE EXISTING GROUND TO BE COMPACTED i0 Z o Z 954 STA.PROCTOR 12"CRUSHED CONCRETE TENSAR Tz5 TRIAXAL DENSITY(ASTIR 0898) FLEXIBILE BASE GEOGRID E _ TO N1TnIN 0 TO+JR (ITEM 247 iz00i STO-TYPE O) 10 oz.NON WOYE]I = a OF OPTIMUM MOISTURE GEOTEXTILE - o .71 PAVED PERIMETER ROAD TYPICAL SECTION o X STA 0+27 THRU STA. 1+63 00 8 it 2 /4 BARS AT Ix"O.C. 8 U /4 BPRS i4 DOWEL 19"LONG L coNTINOUS 5 U 1._N. I- T g U D 14 DETAIL— CONCRETE APRON ze ze ttNc.x.r.s z Lo �g O 2 10-0" 21'-11" J'-J" I'4'-0" 24' V-0" II'm W�HOLES S� W O]'SPMING > Tn S W Ix"MIN.CPoRMm CONOflEIE FlgIBI£ CEOCOMPOSIIE SHPll BE SUBSIDMRY BASE(IRM 247 ROm Sm-I1PE OI i0 BIO ITEM A-2J CRUSHED CONCRETE N U O=Od Flf%IBLE BASE 2'W�HOLES$HNL BE SUBSIDIARY i0 BIO ITEM A-28 a W 0=4480 9:£OETNL 15 U a MS SHEET. 2R 4APE 22 SLOPE BO%CULYERi. F- O-VI.BJ M,OF INS. W p SLecRrDE D.-a BJ PROPOSED 3-10 333 'X6'BOX CULVERTS w U I D=s00 m=m.w 15 DET- s WEEP HOLE nYP.) U PRONOE 12"COMMON RIP-RAP(DRY RIP RPP) ?8 z8 SCpE F AND TYPE 2 ML FABRIC IN ACCORDANCE N1 R1 Tz00T SPECIFICATION 432-RIP RAP. CONCRETE RIP RAP SHN1 BE SUBSIDIARY i0 SFE GO DR.MOON BID ITEM A-25-DRANAGE INPROKMENTS. OmNL IV RIS RImi. 9NCI SEDED 12.NL/9 02 CEOmYPO92 9Y11m SORUSH.TO BO W IRNA-n cfluBlm mESU Rexmolo S SHEET 28 Of 91 g H.A-x8 BOX a0fflrs.a0wrc ro eIo RFL040 OftINN'G Atl. Y SECTIION — BOX CULVERT 9 SLF 142 O. z42e sn,LL. .. R s Ott PRO2CT L1105 DOcuSM,Envelope ID'.8F6758E2-0E1D-438E-P5A484D1ED41AE52 NNSULiAMS SHEET PROJECT NO 21L0229D END POST CLASS 6 POLE.6 MIN, e` `o 1'2 G S ti11 EF AND EYE D ENIN o�w D GALVANIZED ����� CLIP 1/4� RE 12 511AND(3 RE(.) IMAGE (,wEl iEu) coNTUNM028 3SWFENCE DEICE PLAN—TYPICAL /1 END CONSTRUCTION VY1 wp,RE 1s L NE EA"'FA 4 c ) reE EA To _ AT DivvEo cuvaNizEo. o _ a NTIME STRANB AFF 'e o.c.wiTB wB coRNEe Po - `_ d o w n STAPLEE(9 LCAVE)I PED:1EEL x6 a s L W TRE HOT-DiPPE <E cuv.wiRE EaeRic BELOW uv.HOG TIE(9 GAG�E)R _ - - CFOs BRACING CONNECT cA D To wiRE LIFE ITAINE DFF LOWER INTERMEDIATE STRAND 0 EABRic a D ILA e POLE:a — _ _ _ A MITI EE TVPAi� ND caw wesHER wiTH Nu PER EYEBOLT _ �u'�Ns POLE.TVPicu Too wRE IPA sBAcuLE.oNE TBR uc Nc� \; \ BoTTOM veSTRAND G iZ.1. TE LATE'v.waNCSE Arvorvil' E, T r t cALv.EYEBOLT FABRAE wINNECT HocWIRE Ery°gAEBu�oE. w = \ ��� $ U T E cwcE)�D DD6coRCTE Qv 5 �Sa�IU p w 16 TYPICAL CONTAINMENT FENCE DETAIL 17 TYPICAL POST DETAIL 18 TYPICAL CONNECTION DETAIL A � � �E_„s EDoa Ps mrvcRE E U 19 CORNER POST END SECTION DETAIL 2 0 CLASS 6 - ¢ w POLsE(a1 Teo DCOM o C) ory a > BwE w (zBON ON BOTTOM) o j EDHIT OLD DP PED DR4LVA - w O STRAND(E a,)TRE U Z _ >¢ g ALVAN ZED iMeLE --_ —- N g R D/a Ewn BE STRAND TZ w W cuv.EYEBOLT W OF 20 WIRE STRAND CROSS BRACE (TYP.) 21 CROSS POLE CONNECTION TYP. �E Ns <3 �see[)29 orgt reccoreo orenv"mc c. - o SLF 142 CTS 21035 Eo SM,Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 n \9 T CONSUL NV'S SUES - \ \ LEACHATE \\ aaadzc mo.znoszso D EVAPORATION a Szu.._. _ - \\cE�rvE � POND#1 EXISTING \ Ex SECTOR 3C \' S LE \ 'MW ss w f - _ - �\ N STUDNO 0 GRppxc-E N PIT _ FORCEMA U 444 f� \ LEGEND EXISTING z m coNToures A # e e o a PROPERTv ENE 2 \ -- SECTOR ouTE rvE ° a ® MONITOR wens w ' v v�w_p ®zoo P aN rent ore s ACNc AREA �, �. PROPOSED LEGEND-PROPOSED SECTOR 2A R SECTOR ~ D, K ) ROADwnv/OERM � U RTI-IN TO E D, op �IUpw PROPOSED e"RCP22C 1 Al U (72 LF) ( TA Tu'EM EET) N-22JJ 52 MIN. T o /II - - Mw 6 RCP o (IS EE>E° E 22-74 2241,19 N 2245,04 �, N L' E'C D �MP T TO DRO MPD PLACE APPRoxMLE oNe _ 22 DETPJL —DEWATERING POND BERM 2AEE. ,4 A w �TCC�PlE AREA v _ 211SA7 E:291 A o w P, x 1:2. _ 1 30'MIN , z TN JFM FN_ M- -I —- EED AND SEED Z O L 1 O 6 2. LL BUP LL ° _ 19 98 ,2 oN z o% D 8 4 - P \ ' -T -- - N 1558 22T 62 >Q W 21-2 N 2' ' E.22] 0 NG PONp BERM E RA:.'AL W w w \ 6 HpP pF 1 ( E 5 SHEET) LEx LE 5 NCR TE W U (ABOORAT IN AREA OSCIARGE LINE TO PFOPOSEp / STEMttPEDp)p0TD"NON U W X'A FUTURE FUTURE IOW-19 PLACCOMPE T TO 98%MPDIT NJD 9 SECTOR 2B SECTOR 2C PLACE N2T W\oo \ o SHEET 30 of 47 1 4 E 23 DETPJL —ROADWAY BERM 50 5o s � Nc Na e #r wrev prenx7 o SL F 142 ., 2 D,,,Sign Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 OR �I PROPOSED POND No 1 f EXISTING EXISTING PROJECTANOS21L0229D EXTENSION SECTOR 1B SECTOR 1A SSS �) (SEE SHEET 35 FEXISTING EXISTING SECTOR 4B SECTOR 1C F' 0 0 ^ T o W I w W i2e EXISTING T SECTOR 3D //_A, NOPxc uuI I PC ��... '{ WA E SHEE25)) E N EXISTING SECTOR 3C M: PROPOSED y, s PROPOSED o SECTOR 2A / E FF, �W LEGEND-EXISTING oa -_ -_ coNEoures PROPEREv LNE x"oo .Mw MWE® MONITOR WELLS C PROPOSED 'OZ "+ POND O2 I su IEE SHEET 35 4 ) E Ea) � 3 1 / / � / FUTURE X /W- r �SECTOR3B� i Vl v / LEGEND-PROPOSED ��II 1.. ( a ( FUTURE O w /` SECTOR 3A RA oN PONos SECTOR ' / Exis U o M \ � �� 11F SEDIMENT CONTROL FENCE o / U Exi A, 0 1 f � 17 FUTURE W U I SECTOR 2BFEA, I CONTRACTOR PERMErER 3ENCE O ENT CONTROL E LS)3o z 1 OL J SCA EE NCE I, \ FSILIMINT ONiR /�M FOR DETAILS Z W � iLs)TO g o o_ Z pIFULL RE \\ W III J: SECTOR 2C EXISTING Er L /- POND No3 FAST L,COVER RN Q IUII ONS AEA) 1` \ F/j,4 W V d C PROPOSED EVAPORATION AREA Q N 1 FOR ERNG OPERA.RN1 %s �s a, � � �� w o 9 C, <�3 II o SHEET 31 of 91 �P �� 1 RSLFWN142 CFS 21035 E—SK,Envelope ID'.8F6758E2-0E1D-438E-P5A484D1ED41AE52 NNSULiAMS SHEET SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS PROJECT No CIL— SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLSALL 17�FN : Foo Pew ANE P PLANTNc.AGENDA ore sEEDINcTEMPORPRI SEEDING e PROJECT 'PtETEE EaNVET B DmcEs PPo ce,Nc s MILITUDA CXUMT`P EP NEE s.�ff Ell— E NA,DR DRA�EwA�P«< AVE PRDR EALLAwED BITTER ZONES Q A " PRESERVATION of NATURAL RESOURCES P, Egno� a TOM El IF,— OTHER <„D AEEUEA ED E`IXT aEAE EERVEEE. DFu FENCE s CRM wa ER Pouu o„PREVEN,o„PSA„ STRUCTURAL PRACTICES: REPDR "ED IN THE INIPIAHIN u„ FDD PRSILT FENCES „ z AGUALE AGREE.„ cu�vER,aNO RaNs o„Hl Es o USE ELE-111 FULL”gNll DIVERSION,INTERCEPTOR,OR PERIM�T�'l AVE110G.INTEICEPT.1,.1 RED. waYT"El.co D Pu D —E couBINATIO„sLDEJBAATEI RILL AD EM�A, POND E PaNs o„aND coNSRuc o„ OT ROCK BEDDING AT NST CONSTRUCTION E+IT EXIT DE Dua ED D„E E Ras wu RE au�ED o A�oca��aNDF u.No coNs Ruc o„was E ua ER„�wu o aP CHANNEL LINER SEDIMENT TRAP STORM INLET SEDIMENT TRAP res REs _'ERED azAaoHAZARDOUS ous"c E APPaoPRaSELLE sPu coFEpoALoao"a.s uE aE r�uEoa EE CCNU Eo EE � C1111 AND ti STORM SEIERS EROSION caNTRDL LacsOTHER = s v ��v ,';�III a X P 3 w NARRATIVE-I—ENCE of CONSTRICTION(srDRM wATER MANAGEMENT)AcnwnEs. HER"ED Ar Loru REcuu oNs B a LcwsED SAN Are wasxE MwACEUEN coNtRAcioR ore R �SS�IU O w PR DR o DnuaBANIF DEE s Nc oPIAL e OFFSITE vERICLE TRAcuINc_ TOTAL PROJECT AREA ss Arars GO TOTAL AREA TO BE DISTURBED 11 EllEl K �l AT DA NOFF 11EFF1 F, ICATE(AF ER cT'TNsrRucnoN). CAGE Al E SNI Coil) + NATuL s Aa Lzm roNs Ruc oN EN RiNCE nR TR STABILIZED CONSTRUCTION ENTRANCE EN wwcE A EaD reA Fore Preare o coumENC Nc ­Rllll MP—11 LL 1111 ED IT N 'IND IT IN IF VE FLAT IANTI mFr rraT TIRE AN E ava oNs ore DR wore J z W osureDEo ar wMreAc ore s Ac v Es �05ON co„RaE o„uE ART.s _ W ZC-�LF�FAL DA,ENTC sreuc—L ASN ATS AND IE SEED AreEAS os 11RED Ar THEIR aEmovu Q C_ 11NIFF IF ALL IALTLI— Q OW 0 N PE reaNu IUEEI 111INN IGNITIHATIGN oPERa oNs THAT ARE NXT PART DE TIE FINKIED wore - w -F F, U OZ a C Q AD GONIATED VIA INLETI.AND SX01.ElEl LINEIE AND 11C'LEN CAD E coN RAc ore uNtL E PERMANEN s oRMwa ER O A, w w OF, CONTRACTOR SHALL UTILIZE THE STORM WATER POLLUTION PREVENTION PLAN AND STAFF OR AN ALL FEAR TS AND FELL LL ALL PEROT REOU IF MENTIG'N.CEU DING w NT MCI O MCT).Au ACTAF EX wlLu BE PERFORMED aTETAEC MILESTD Es REOIIREDMATaTIE ..E.O.No SEPARATE PAYMENT WILL BE MaoE FOR Sucre PERMITS t~il s <�3 o SHEE7 32 0l 91 recccrec crenunwc c. - o SLF 142 CTS 21035 DocuSign Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 NNSULiAMS SHEET PROJECT NO 21L0229D d�o� ,(1, G(—Ii—IF,a ra<ctE: -" 1-t I.,Io e os o.-Isee e�lo on e<e w o v dela betl so must mmea y ��uci on reore wvrr n the come o,e areo ona contact the g r c,(F.Pct)Eo ❑N aw, ore o N a.Rw<, El .ao eo,o d<d wtn P<,=o a o,at<n« kt-N, dd,aDtT P<,m�s 3PreaSooDD�...d<� Z �d. 9 ,da 9 .,�, a d� �� a,<d.ta<,ad o Z =_ - «d—,, l za NI —j-I V IF «k=.=t,<ams filin, <.«w,�g o,o�n<,�,k�a�v�t<,eod<x,«,,. o N 4c�a.R.a<.d ❑re a<.d�to� �o<ao Na a=a <om n<�o�t,ano,m�.,adnr. a�� tn<,.�m, ro�d���o�.o..o.�a�.d stn�n..o��o 9 0,m,a a �a�o�No. Q N �,�o.re.a�.d ❑ a��,ad It- � o N aumw re. 4c a.N. ❑N a.w.um 11 11N.al . .11g, a ❑ w11,Puma 11 11N a<a< Tv,o 1.<,z a« 1 -1 1 wv ❑��a s II13 a k ❑one,xa��o�rnaa a—Reaui,aa. Hwa r U~ c.�t�cai Namta�, n 0 o a u„a�a.oda.aei e 1 o,,d...... o N. R.a<.d ❑1—,aa o No11w ❑a.a<.d to. k,-No. a.I—No w aiw Q > z ❑re�ao Rom a..m ❑ ❑��M ❑„ �a r��a,o�.. ❑ c I o:�i N ❑tea ❑said ❑a.=,.<—w.,�a.d. ❑ re aa�a ❑'l. o�aa ❑w Q w o ❑ „�a.o�a. ❑ ,d ., ❑r,— 1 ❑E,o.�o< o< comao ❑T s-IlIllol Imoa., ❑N��<d . Q ❑M,�r��t.,e.,m aid 1111, ❑a�<d r���.,aa,m o�d ❑a o�I'Mi,,da,m aid so< �d.�mm.d�a�.d aid.o��a<��n. 9 ..�mm.d� 1 o o ❑co ao<t rut.,e<,m aye so<a< ❑co a< a<, <.m o� oa> ®v<.a�o���< m« v t" ❑s.�<ow�<�s<mm<��,��P< ❑so d reit.,sr 1— v, ❑,�me��aa9��s o— m si <�3 o SHEET 33 If 41 recmreo orenunNc c. SLF 142 CTS 21035 DDcuSign Envelope ID'.8F6758E2-OE1D-438E-P5A4-84D1ED41AE52 NNSFt—I SHEET PROJECT NO 21LO229D III.=,�v^v,III so Na WNON OI-EL I"Pons c OD o PO'yis' [*rvuls aosPsxas us nxrs rneac r1*ra Ps"N"xOF FFF—�slanc rva o� c S� Q�'ci P uc m N so rwc[ w �� T nvs L Poss b IN Ere ��� rrrvcE usrvc rvov[ry crOTExn1E rIF NI FFFFTE, "OFF N, Eo ns oczaco .....s. D�E cures uro m1ET Tos. EurrvT Or MervHo E rilTra r�aic corvsau 10N reEMavro upon causlEnory or sill rrrvcE rsre[rvcti J - PlOFl 6"OF F-1111IN""'MO OFF onrere N E Preore D Pac TEMPORARY FILTER FABRIC a a Sao<1 as z 3.N CURB INLET-PLAN MANHOLE-PLAN INLET PROTECTION DETAIL O 500'�r r 1�ono ono o.,P EM Po re Mµ .OPEN�NO NOT 10 s�E Nm,O—F NOT To 1-1 S.MreoE. ---scr-- a n�gw TEMPORARY SEDIMENT CONTROL FENCE DETAIL = FENE FENE F—A uENo. .aE u�D To I.Nll I Ereosl.N rreDM o Fl—E I—Ere,HEN S—El NENOEo,D n N HEIE IF .1 tial reE MoolrlEo g U NFosre�O SPDC a MSN s�E NOTE renaH�EED—EN—EMESH THE EHMNa=.. ° ��III pww ILA unreE rcerem s,reunNreE �FaOM"re�oP Oowro ROCK FILTER DAM AT —11 1111 wNO snE "Orr 1. > E EARTHEN BOTTOM CHANNEL ON Tower- N.1 To s:wF cadt wo. U I MIN es I1016EE e+ccEN) cel ae a l"vIN Mo=E.Nc, O ��O,a% Z RF MIN, �� EEN NoFN_ re.D.. p cs roauoEE mccro> z NF)Tll " w No,E, redN ED -� a o CL� zQ 1—OND N1ET,OP.LFT aMrM Or 4 MIN, PreDP.1H urNEL r—LINE g o o w IEE NOTE re PLAN o a N CURB INLET PROTECTION DETAIL SECTION A-A STABILIZED CONSTRUCTION ENTRANCE w C, 11PLE No,To s—E No,To EOaw a¢ 1,Z C,¢ oN FN,�11PF'N'FloEFEZ 5— ti H°Nno"sOosoour reEHN HT oreH�nHCE ESS,HwN so. 1S t«Oarro,<.aw�FF ONE NNPND.'HE 11N F-1-1 FOM, T,1 SDTl"Fl OFF u w v w os�no�coreo on,HE Pions. `�ioEare`s P` u, reDM ENTEl-ary noreu 1— O - arocE or TaE coma.Tws uETaoo sane rvm aE usro ti lON IN NLFE,0 - rneaic uus aE srcuaro To 1 1 D111-1 euxirvc wOa anoint or sroiMENT lnorry aurvorr said eE or Tal of-N-Ns o v oua�NcDFFMEElH 11 o SHEE7 34 of 91 <3ONDPOreoTe o OreonwoE swaE TD n(1-1-IN n oNT�so -�N PreEVENT reunorr reDM 1Eov�No THE mnnreucT�ON SATE. Dino eE smurem ore s<xm TD,HE sreEOM oED Pre�ore TD cored ore oar NITLEI GNEIET.TON INII ETA, SLF 142 s wicT 11.1-1-1NJLL er IF-1 ns—N 1 Tur muacr ar 1111MrN1 is 11-111DCT�'21035 DocuSM,Envelope ID'.8F6]58E2-OE1D-438E-PSA4-84D1ED41AE52 i' \ C2NSUL AN S S EE .` PROPOSEDr FUTURE ®z PR2JEC NO 2-9D0 1 SECTOR 2A SECTOR 2B .. EXISTING .\ L \ SECTOR 1C _ �c—L� '4 S PER METER S23L _ VV �a - �c ry ray v (SEE SUEET 23) \" � � .. w 1 ` o Box cu EVERTS (IEE LEET aP DETALS)24 PROPOSED POND No 2 (BOTTOM ELL=40.00) � d6 PROPOSED POND No.1 EXTENSION .e ooh 000 �i �� c (BOTTOM ELL=40.00) �j xo t1a pis c4a w 2 O O ^� 35 = 41 J �q 42 41 ,a 15 EL 460 DUND POND BE A 46 AROUND POND DE SPLL— (65P25E0 30 re�P 0ETAL THIS SHEET) (SEE DEAL THIS SHEET)' _ _(SEE SPILL TOP EL SO BELOW) _ . . . — _ - z POINT TABLE POINT TABLE CURVE TABLE LEGEND-EXISTING /(�,';VIII3 a X e.Wh = ��III p w w Puma Nunn�q Es ss�o� Puma Nunn�q Ess�q Lsss�o� Honea L xar� uena cmo ob tPogm e�s�ei Baa. sem ss srs a� �sss as aaeo s, aas�e �os�es s5s� 15 To CONTOURS U ' DPIIPEFTTI LINE ~ s seeoes �s�om sem se smssa �m3o sere o ssm esm aam Nis*osE ��s ° ° - SECTOR OUTLINE ® MONITOR WELLS BOTTOM AL ND cj EL-4I.o LEGEND-PROPOSED COMPACT TO 981.MPD AND Q SECTOR 4 DETAIL - TYPICAL POND BERM A, U- N ,e seem b semi ,e mean yam sem 4sw 0 as®e� �xe>>x sem LINE TABLE 52 E TSLLwnv e 3 j Q Z �e mso�e n m Lnep L..Wh 0 2P o M Z J OP L=46 EL 4 W V M 44 1� 44 0 0 sn e�ean �x m nova x� -5I1 41 3 t SLOPE - - - -3 1 SLOPE 46 Q N a aam �e , rem Ls zasse s� Av E 41o 44 8 {Ex Ex,ST NO- -- - �36a.a U W z as vx.�e �moae aem rzm s� L _ _ m c a nmso �e m mrz s� _ _ 39 - 36 ROP O w as sareb� yam. m s�o n6�e snee�e��w -. - RCP I ° 32 SLID 0.40 SLID 112. 110. SLID SIPS SLID 3120 4.00 4.40 4.60 I1II I14 3+00 5120 e D16I 1120 4100 o SHEET 35 0l 41 °e :e a °e ae recccrec crenunNc c. SECTION-SPILLWAY ,N R, SECTION-SPILLWAY OUTLET PIPE SLF 142 _ SCALE,T'=40 sCAL E:r=40 -_ ,421235 D—SM,Envelope ID'.8F658E2-8E1D-438E-P5A484D1ED41AE52 CONSULTANTS SNCEi SCOPE OF WORK: PROJECT NO,21—D �m z _ 'LECTRllll SCOPE OF WORK LOCALE EXISTING 4POWER FEEDS TO(3)EXISTING �••= t 4 ,„ OHE o o ® ® LEACHATEOVE PUMPSI W SYSTESTE MS IN SECTOR 1A B AND 1C, REME%ING 4BSERVICE AND PROVIDE NEW SEPARATE SERVICES TO EACH EXISTING LEACHATE SYSTEM. END OF EXISTING O ® �`• u 2NV POLE LINE 2. PROVIDE NEW 4NOW POWER AND INSTALL NEW LEPCHALN PUMP SYSTEM,NEW ELECTRICAL RACKS,ALL WIRING,AND 11` ASSOCIATED INSTRUMENTATION FOR NEW SECTOR 2A O NEW 12 SECTOR 1A \ LEGEND ti POLE ED ® o NEW OVERHEAD ELEciBlei�l EXISTING OVERHEAD ELECTRICAL L SECTOR 1 B I O UNDERGROUND ELECTRICAL P,J POWER POLE OPOLE MOONTED TRANSFORMER / --�-------- -'— I 481NCONDUI CID TPHNCO NNCLONSEE LOOEO UPNEMIT SCHEDULE T oLxW I SECTOR 1C INSTROMCM CONNECTION TO EOOIPNEM n` m CAN HE ffl DISCONNECT SNITCH NEW 4XSE v o SE SWI METER AREA GF DEMOTION TOK 1 C /�Fo DETAIL CALLOUT IS _ DoFE SECLON OR DETAIL IDENTIFICATION LETTER V] i FOR SECTION NUMBER FOR DfLAL C,x \ ® NUMBER OF SHEET ON WHICH III w coNDL0N IS DRAWN [) ®% C o NUMBER OF SHEET ON WHICH CO NDI710N EXISTS O a ECT(�$`2A GENERAL NOTES: �_ F f�"""" 1. C0011INAL1 GO IT ELECTRICAL UTILITY NUECES ELECTRIC U COOPERATIVE i0 PROVIDE NEW ELECTRIC SERVICE i0 SITE. y/ CONTRACTOR SHALL PROVIDE SERVICE DISCONNECT AND METER ENCLOSURE PER NEC STANDARDS.CONTACT ANDREW a VLLAREAL AT(361)3R7-2581 EXT J247. 2, CONCUR ROUTES SHOWN ARE DIAGRAMMATIC AND ARE NOT IN TO INDICATE EXACT ROUTES.CONTRACTOR WILL SHALL �e z FEED ROTE PS REOU RED.EXACT MANUFACTURERS ONS WILL BE DEIERM VIED IN FET AND AS PER MPNOFPCTORER'S '� W REOOIREMEMS Z J 3. CON-CLOR SHALL BE AWARE OF ALL POTENTIAL g d - 1 ONDERGROUND OBSTRUTHIS AND OBTAIN ALL NECESSARY R o W J A D AVAIIABLE ASSISTANCE N LOCATING THESE OBSTRUCTIONS LHS SERVCE SHOOED NOT EXCLUSIVELY RELY g ON TEXAS ONE CALL SYSTEM. E N N /® N J 1 4. DOTION SHALL COMPLY WITH H IALESL EDITION OF NEC W OR U Q AN D/OR LOCAL CODES. Q U 5. CONTRACTOR SHALL PAY ALL COSTS ASSOCIATED FOR NEW N SERVICES. AN ESTIMATED ALLOWANCE HAS BEEN PROVIDED W CC J IN BID FORM FOR BIDDING PURPOSES AND SHALL BE O FINALIZED DURING CONSTRUCTION. U W U CONSTRUCTION NOTES ELECTRICAL SITE PLAN �i COORDINATE WITH NUECES ELECTRIC TO EXTEND EXISTING 1- 36 38 tiLLF 200 o PRIMARY OVERHEAD LINE FROM EXISTING POWER POLE ON THE EE NORTH. EXTEND POWER LINE SOUTHWARD TO SECTOR 2A N a o SHEET 36 0l 41 GRAPHIC SCALE RcmRo oRnunNc No. �, A �Ao YAo o AAo �.. ���V �mm o SLF 142 SEC -zoo-o Ci�'21035 D,,,Sign Envelope ID'.8F6758E2-OE1D-238E-A5A484D1ED41AE52 —J LEGEND (SEE SHEET 36) LaxFw E-,HUGE OHE ONE DEML OITION NOTES 0"• m ti o - 0 MOUMED TRAVs1ERs.ELECTRIC To RE—,ERIISING POLE W - _ REM WE EVISTING SE RNCE TO PANELBOARDi RE—E SERAIE \ \ DISCONNECT AND MEI ER REMOVE ASSOCIATED-1 AND CONDUIT. COMFOL auuaT �� REMOVE ALL UNDERGROUND WIRE ANN ABANDON CONDUIT IN PLACE O m57I puna SUMP 1 Q 1 _ DISCONNECT FEEDER l0 PUMP COMROL PANEL FROM EXISTING metre aoxD V4]/ SUMP IA-2 � Z z SECTOR 1A - - tj �° o0 cor"naol aHw"D SECTOR 1B _ SUMP 1 BSC 1 ELECTRICAL SITE PLAN - SECTOR 1 DEMOLITION 383J ralE� eo 0 ��v IN mkkaX �IuS CA w U x,� ovmxr,o ury .exrHo a orvlce ), E �6 CONSTRUCTION NOTES rvex set+ - ---- T U PP O COORDINATE WITH NUECES ELECTRIC TO EXTEND 12IN OVERHEAD O OHE N[ _� OHE O cOORDENA�E WITH NUECEs ELECTRIC TE INsrALL NEw PO c _- CONTROL PANEL INMERL TOR NEw SERVICE TO ECT AND KWH CJMROS PANEL INSTALL NEW SERNCE DISCONNECT AND NWH MW �� - _ �� METER SOCKET PER NEC STPNDPRDS. ROUTENEW 48N 3PHSERVCE FROMNEW POWER POLE AND REFEED EWsf ND LEACHATE PUMP CON TROL PANEL J W / .TEST PANEL L o a O /- SUMP 1A-1 0 LETTER AFTER NEW SERVICE Is raNNEcFEo z 3 0 �- SUMP 1A-2 w TF-,' ' w o z L - N-� Q SECTOR 1A `"v N v v U� w °C' SECTOR 1B SUMP 1B/C - 4T ELECTRICAL SITE PLAN SECTOR 1 NEW WORK R stlEEr 37 or a1 s �SEOTOR 1C ® aSL Dreawrmc m0. r� ���V �mm SLF 142 sralc:�'=eo'-o' GRAPHIC SCALE IN DOcuSign Envelope ID'.8F6758E2-0E1D-438E-P5A484D1ED41AE52 LEGEND SONSUUAMS IIEIr PROJECT NO.11L02?9D 6 (SEC SHEET 76) UCFEEL RETAIL PUMP CU ANEL RACK _ 4 ETAIL 5 6 _ (E) 1 o u tg US P NEW PM R RULETRANTQRME 3 Tn P JBOx Racyll DETa 2 LEVEL SENSOR -1 GO FLOWMPER"E" -1 v III X ,RDx �lo�o w w CONSTRUCTION NOTES / 111—PIPE FL—EIFuIaAE EIYF E Oj INSTALL NEW PUMP CONTROL PANEL AS PER PUMP CONTROL U PANEL SUPPLIER REQUIREMENTS AND MAINTAIN ALL CLEARANCES roxxFCllou 2O ROUTE NEW FEEDER TO NEW PUMP CONTROL PANEL, amort iory N OINSTALL NEW BREAKOUT LBEYES AS PER SUPPLIER REQUIREMENTS AND MAINTAIN ALL CLEARANCES T O 0h q FIELD ROUTE ALL WIRING TO DENYSTE CES AND TEST SM as Z U SPECIFIED. Q d FEC OPROVIDE COB CABLE FITTINGS FOR ALL CABLES OUT OF Q O z CONDUITS AND INTO CONNECTIONS TO PIPES FOR POWER AND QQ INSTRUMENT CABLES. J J 1.1 ASNVt iaryz NNEcnoN O WTHW U OF Q Q / N z ®IS U w 1 ELECTRICAL ENLARGED PLAN — SECTOR 2A GENERAL NOTES: T. SEE AT CIVIL SHEETS 19 AND 20 FOR PDDDIONPL LAYOUT INFORMATION ON PUMPS AND DEvlcEs. U w w a o SHEE7 38 OI 41 GRAPHIC SCALE _RccoRo oRnunNc No. n 035 DocuSign Envelope ID'.8F6758E2-0E1D-438E-P5A484D1ED41AE52 CONSULiAMS"Lu STw•T°" LEGEND PROJECT No 21—D 17 rusm oseorvrvscs CABLEICONDUIT SCHEDULE -_ �cL 8mm 1 0 52E NTL SPARE GOD IREMARKS ° ry � 8 ; I , wou�wo nm "'.. ... .... ... ......... .. eacaxw,aa - Z rz c Tpr.Aeu O umoe nxoaxoasE-El 11- V] -_ �mueE O o �sas�.rewsunere - E arewr EX C rwacsueT o�� pow "ITA I= � VI 2 U � III++a X lot o w w N 0 Z a o � Q � � o � o auua awa rvw wxwoo- Z N w SECTOR '2A' RACK ONELINE � w v v w w o SHEET 40 of 41 rwr+cmRo oRnunHc No. s �..� ���..���V �mm o SLF 142 T—F FIRM F-IFT—OR 1, 1171 T 21035 DocuSign Envelope ID'.8F6758E2-OE1D-238E-P5A484D1ED41AE52 CONSULTAMS SNEET LEGEND PROJECT N¢21—D smm EDSED DSCDNNECT ulLowATT HouR METER v.A.., SECONDARIVEVOLIAGEP ONDRKVA RATING 3PH ^^I^^ SHOWN o LOW VOLTAGE CIRCULL BREAKER TRIP Z _ O AMPERAGE/POLES c - \J\ � MOTOR AND HORSEPOWER RATING E t = a wW 124] V 124]V- \ o9~a 34]K PPOP - 3PHKV-480 KV 1 4W - 3PH POP - 3PHKV-480V 41 2'C,3#4. 2"C,3#4 {/BN {/BN {/BN 1111E RV E ~ ONNECT OS ENLOU K 2 U o aqua SERVICE SERVICE SERVICE 50A DISCONNECT �3PA DISCONNECT �50A DISCONNECT z III 0-Q� , � � ENCLOSURE ENCLOSURE E ENCLOSUR � �+���I�O�w U 1 112 = r 1/2"C, _ 11/2"C u. #TOG 3W8,#ToG 3�8,^1GG 1- �J LEACHATE LEACHATE LEACHATE LEACHATE LEACHATE LEACHATE PUMP PUMP PUMP PUMP PUMP PUMP CONTROL CONTROL CONTROL CONTROL CONTROL CONTROL IANE LPANEL IAN IAN UMP IA- UMP 1A- SUMP JA/C UMP 1A- UMP 1A- SUMP 1B/C [) U 2 d � O SECTOR 'r ONELINE (DEMOLITION) SECTOR '1' ONELINE (NEW) 3 w Q ' Q � o DEMOLITION NOTES CONSTRUCTION NOTES N -� W w Z DiDi raoRomASE WITH Nu[c[s ELECTRIC To mENO 12Kv avERHEAO LINE. U cooRDmA�E WITH NUE Es ELEc c To REMov Ex snE PDL Mo MED RANSFORMws.RalOVE rns N PANELR ARD AND sERv rF Isna NECT AND ASSOCIATED RACK AND CONDUIT, REMOVE ALL UNDERGROUND WIREANDABANDON O CJORDINATE WITH NUCCES ELECTRIC TO INSTALL NEIN POLE MOUNTED TRANSFORMERS FOR N z CONDUT M PIACE SUMP COIJTROL PANEL nH NEW SERVICE DISCONNECT AND K NEW SELER TO El KOH METER LOUIE NEIN 48W'PH 'ERIE AND R6Em E%ISIING LfMHATC PUMP CAMROL PANELS W O OREFEED FXISTINO LEACHATE PUMP CONTROL PANEL,TEST PANEL OPERATION AFTER NEW U W U SE EASE IS CONNECTED U W W 3 � o SHEE7 39 0l 41 r: r+ccoRo oRnunNc No. 035 D,,,S,g,Envelope ID'.8F6758E2-0E1D-438E-P5A4-84D1ED41AE52 CONSULiAMS SNCET PROJECT ND.21LO2P9D 8mm iR[Nons N PoIE —Al TxETUE or corvnreumory cnreouT Oc o µPE �rwL SRPsp e•• LEEI FlMEEEl P", s icoreno� 00 niou eo ❑uurtiou o 0 sEE�urvisreu� l a m m "❑ un0 " l, -na �S+LS sS �000 v Z I'LL AT AlE �Zs��� cif s% o o ,w,w.rere �w�u IInI� ,ow P��rDre,recre IIri'��I _ E ..� 'Ilnl'I. _ IJlil'I° �rr: a,rJrererere ''''t'''' NOTES 1.1 Dra rea.a rereE T°Erere�EEoa roreP�rer yore°rere°ire, ��di 2 CONDUIT STUB—UP 3 BREAKOUT JBOX RACK DETAIL V' ,ore°°re �E res �E res i v s}� v 1El PEP Eo LENT rno°wmc PE-1E.EMsr sTEET°ws°m III++a x slot o w w IA corv*eoc are)SET o�o 08 E EPEC LL 0 °°-,T° �E° MNlElEo � � 1-1 N.IALE „ s° ° TEE rl/lI 0 1-01E 111,ol lol— 0 NE II °.—E o 0 0 0 o o o �reE w z LIE 1.1 o o z � nm.l rmireo 0 re E — — �reEreE.E,w- 3 0 0 o o - o Twn p accn.wE.IES o N w Q I r TGR.co V W rim Dore°repo 0 0 a � N U NOTEIC�I K W jOIIIO�II,a w o W mPireon .;';[1'; wn ouE ;;0; W W T°TawPuon sncni°u. ulk Il;u, SHEE7 47 0l 41 1 SERVICE ENTRANCE POLE DETAIL 4 DUCTBANK DETAIL TYP. ELECTRICAL RACK DETAIL reccoeo oeaw�rrc No. sa a, ESE.re.,.E. re,= .. ..1u6 o sss 142 T 21035