Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2023-157 - 7/25/2023 - Approved
DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITYWIDE WATERLINE REPAIR/REPLACE LARGE DIAMETER IDIQ FY2023 PART B PROJECT NUMBER 23208 C C)IIS Ll 11A, 8"' w , 00 M) 0 FKkP� 852 DOCUMENTS ISSUED FOR CONSTRUCTION These"Issued for Construction" Contract Documents have been prepared by revising the Bidding Documents to record references to addenda, field orders or change orders issued. The Bidding Documents may have been revised to incorporate these revisions directly into the "Issued for Construction" Contract Documents. Contractor is responsible for determining that these documents are consistent with their understanding of the Bidding Documents as modified per the appropriate provisions of the Contract Documents. The Bidding Documents, as modified per the appropriate provisions of the Contract Documents, take precedence over these"Issued for Construction" documents. Prepared by: 11imo �a: 0000m� 000� 0000m O L Freese and Nichols, Inc. 800 N Shoreline Blvd,Suite 160ON Corpus Christi,Texas 78401 Texas Registered Engineering Firm F-2144 WTR-495 MAY 2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page 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) 00 91 00 Addenda Division 01 General Requirements 01 11 00 Summary of Work(Rev 10-2018) 01 23 10 Alternates and Allowances(Rev 5-2020) 01 29 01 Measurement and Basis for Payment(Rev 5-2020) 01 33 01 Submittal Register(Rev 10-2018) 01 35 00 Special Procedures(Rev 10-2018) 01 50 00 Temporary Facilities and Controls(Rev 8-2019) 01 57 00 Temporary Controls(Revs-2019) Part S Standard Specifications 021020 Site Clearing and Stripping 021040 Site Grading 022020 Excavations and Backfill for Utilities 022021 Control of Groundwater Water 022022 Trench Safety for Excavation 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils and Emulsions 025412 Prime Coat Table of Contents 000100-1 Citywide Waterline Repair/Replace-Large Diameter IDIQ-Project No. 23065 Rev 1/2022 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Division/ Title Section 025424 Hot Mix Asphaltic Concrete Pavement(Class A) 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 026201 Waterline Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026204 Polyvinyl Chloride Pipe (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation Systems and Water Transmission Lines) 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeve and Tapping Valves 026411 Gate Valves For Waterlines 026416 Fire Hydrants 027205 Fiberglass Manholes 028020 Seeding 028040 Sodding 028200 Mailbox Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications Technical Special Provisions 01200 Existing Obstructions 02203 Utility Easement R.O.W Clearing and Restoration 02204 Ditch Cleaning and Shoulder Restoration Table of Contents 000100-2 Citywide Waterline Repair/Replace-Large Diameter IDIQ-Project No. 23065 Rev 1/2022 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Division/ Title Section 02340 Boring and Casing Roadways and Railroads 02342 Open Cutting and Casing 02449 Installation of Utilities by Horizontal Directional Drilling 02512 Fusible Polyvinyl Chloride Pipe 02620 Storm Water Pollution Prevention 05020 Welding 09910 Painting 15060 Miscellaneous Piping 15104 Gate Vales 15108 Combination Air Release and Vacuum Valves Appendix 1 Example Delivery Order END OF SECTION Table of Contents 000100-3 Citywide Waterline Repair/Replace-Large Diameter IDIQ-Project No. 23065 Rev 1/2022 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 0001 01 SEALS PAGE THE SEAL THAT ORIGINALLY APPEARED ON THIS DOCUMENT WAS AUTHORIZED BY DHRUV DESHMUKH, P.E., TEXAS NO. 141831 ON MAY 5, 2023. FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERING FIRM F- 2144. ALTERATION OF A SEALED DOCUMENT WITHOUT PROPER NOTIFICATION OF THE RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT. -------------------------------------------------------------------------------------------------------------------------- END OF SECTION 1 of 1 Citywide Waterline Repair/Replace - Large Diameter IDIQ FY2023 Part B Project No. 23107 0001 01 Rev 1/2022 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 Clark Pipeline Services, LLC. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Citywide Waterline Repair/Replace - Large Diameter IDIQ FY2023 Part B Project No. 23107 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Freese and Nichols, Inc. Dhruv Deshmukh, PE 800 N Shoreline Blvd, Ste 160ON Corpus Christi,Texas 78401 dhruv.deshmukh@freese.com 2.02 The Owner's Authorized Representative for this Project is: Brett Van Hazel, PMP City of Corpus Christi— Engineering Services 4917 Holly Road, bldg. No. 5 Corpus Christi,TX 78411 brettvh@cctexas.com ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The City intends to award this contract for an initial one-year(12-calendar months) period, with the option to administratively renew for two (2) additional one year(12-calendar months) periods.The City's Department of Engineering Services will determine whether to Agreement 005223- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders,the recommendation of the City Design Engineer, Construction Management and Inspection Team, approval by the City's Director of Engineering Services, and the concurrence from the Contractor. The contract allows for a City-approved economic adjustment,to apply to a renewal period, based upon published cost-of- construction indices acceptable to the City. In the scenario of contract renewal, all the draft delivery orders provided by the City to the Contractor during the duration of the previous one year(12-calendar months) period will be based on the bid prices approved for that one year(12-calendar months) period. B. The Work is required to be substantially completed within 365 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 30 days after the substantial completion date.This substantial completion duration is for the entire contract and a separate substantial completion duration will be established for each Delivery Order. Each Delivery Order will be eligible for the final payment 30 days after the substantial completion of that Delivery Order. C. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. D. Milestones, and the dates for completion of each, are as defined in Section 0135 00 SPECIAL PROCEDURES. E. Contractor is required to have person available and on-call at all times during the Contract to provide emergency response on-call services as described in Section 01 35 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 (Non-Emergency Response Delivery Order): Contractor shall pay Owner$500.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Substantial Completion of the Remaining Work (Emergency Response Delivery Order): Contractor shall pay Owner$1000.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 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. Agreement 005223-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 5. The Owner will determine whether the Work has been completed within the Contract Times. 6. The liquidated damages specified in this section will be assessed separately for each Delivery Order based on the Substantial Completion Date established for the corresponding Delivery Order. 7. Liquidated damages specified in this section do not consider the loss of revenue for the Owner owing to delay in the schedule. Owner will have the option of determining the daily loss of revenue separately for each Delivery Order, which will be added to the liquidated damages. 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 $ 5,000,000 4.02 The contract allows for a City-approved economic adjustment,to apply to a renewal period, based upon published cost-of-construction indices acceptable to the City. In the scenario of contract renewal, all the draft delivery orders provided by the City to the Contractor during the duration of the previous one-year(12-calendar months) period will be based on the bid prices approved for that one year(12-calendar months) period. ARTICLE 5—PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. Agreement 005223-3 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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; 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. Agreement 005223-4 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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. 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, Agreement 005223-5 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 (SIGNATURE PAGE FOLLOWS) Agreement 005223-6 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ATTEST CITY OF CORPUS CHRISTI oocuSCgnea by: F .uSig-a by: i 8/14/2023 8/14/2023 Rebecca Huerta Jeffrey Edmonds, P.E City Secretary Director of Engineering Services M2023-110 AUTHORIZED 7/25/2023 APPROVED AS TO LEGAL FORM: BY COUNCIL Enn-usig-d hy: M�k" , 8/14/2023 RH/SB Assistant City Attorney ATTEST(IF CORPORATION) CONTRACTOR Clark Pipeline Services, LLC. (Seal Below) By. 6kvis 8/14/2023 Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 6229 Leopard Street Financial Officer Address Corpus Christi TX 78409 City State Zip 361-816-6007 Phone Fax cclark@clarkpipeline.com EMail END OF SECTION Agreement 005223-7 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 12/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM BID TOTALS BASE BID Total Part A-General $24,600.00 Part B-WATERLINE IMPROVEMENTS $4,220,822.61 Part C-ALLOWANCE $680,974.00 Total $4,926,396.61 Part A-General No. Description Unit Qty Unit Price Ext Price Al Mobilization(Maximum 5%of Project LS 1 $12,300.00 $12,300.00 Total) A2 Storm Water Pollution Prevention EA 1 $12,300.00 $12,300.00 Subtotal: $24,600.00 Part B-WATERLINE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price E1 Remove and Dispose of 6" Diam. LF 50 $12.60 $630.00 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) B2 Remove and Dispose of 8" Diam. LF 50 $15.75 $787.50 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) B3 Remove and Dispose of 10" Diam. LF 50 $15.75 $787.50 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) B4 Remove and Dispose of 12" Diam. LF 100 $28.35 $2,835.00 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) B5 Remove and Dispose of 16" Diam. LF 100 $29.40 $2,940.00 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) B6 Remove and Dispose of 20" Diam. LF 100 $29.40 $2,940.00 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) B7 Remove and Dispose of 24" Diam. LF 50 $39.90 $1,995.00 CIP/DIP/PVC Waterline(Up to 5-ft of Cover) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B8 Remove and Dispose of 6" Diam.ACP LF 50 $70.22 $3,511.00 Waterline(Up to 5-ft of Cover) B9 Remove and Dispose of 8" Diam.ACP LF 50 $70.22 $3,511.00 Waterline(Up to 5-ft of Cover) B10 Remove and Dispose of 10" Diam.ACP LF 50 $70.22 $3,511.00 Waterline(Up to 5-ft of Cover) B11 Remove and Dispose of 12" Diam.ACP LF 20 $74.63 $1,492.60 Waterline(Up to 5-ft of Cover) B12 Remove and Dispose of 14" Diam.ACP LF 20 $74.63 $1,492.60 Waterline(Up to 5-ft of Cover) B13 Remove and Dispose of 16" Diam.ACP LF 20 $76.11 $1,522.20 Waterline(Up to 5-ft of Cover) B14 Remove and Dispose of 20" Diam.ACP LF 20 $76.11 $1,522.20 Waterline(Up to 5-ft of Cover) B15 Remove and Dispose of 24" Diam.ACP LF 20 $76.11 $1,522.20 Waterline(Up to 5-ft of Cover) B16 Furnish and Install 6" Diam.C900 DR18 LF 20 $91.54 $1,830.80 PVC Waterline(Up to 5-ft of Cover)(0- 100 ft) B17 Furnish and Install 8" Diam.C900 DR18 LF 20 $102.32 $2,046.40 PVC Waterline(Up to 5-ft of Cover) (0- 100 ft) B18 Furnish and Install 10" Diam.C900 LF 20 $102.32 $2,046.40 DR18 PVC Waterline(Up to 5-ft of Cover) (0- 100 ft) B19 Furnish and Install 12" Diam. C900 DR18 LF 20 $129.00 $2,580.00 PVC Waterline(Up to 5-ft of Cover) (0- 100 ft) B20 Furnish and Install 16" Diam. C900 DR18 LF 20 $147.69 $2,953.80 PVC Waterline(Up to 5-ft of Cover)(0- 100 ft) B21 Furnish and Install 20" Diam. C900 DR18 LF 20 $181.44 $3,628.80 PVC Waterline(Up to 5-ft of Cover)(0- 100 ft) B22 Furnish and Install 24" Diam. C900 DR18 LF 20 $275.60 $5,512.00 PVC Waterline(Up to 5-ft of Cover)(0- 100 ft) B23 Furnish and Install 6" Diam.C900 DR18 LF 100 $89.18 $8,918.00 PVC Waterline(Up to 5-ft Cover)(> 100 ft) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B24 Furnish and Install 8" Diam.C900 DR18 LF 100 $94.53 $9,453.00 PVC Waterline(Up to 5-ft of Cover)(> 100 ft) B25 Furnish and Install 10" Diam. C900 DR18 LF 100 $109.93 $10,993.00 PVC Waterline(Up to 5-ft of Cover)(> 100 ft) B26 Furnish and Install 12" Diam. C900 DR18 LF 100 $116.55 $11,655.00 PVC Waterline(Up to 5-ft of Cover)(> 100 ft) B27 Furnish and Install 16" Diam. C900 DR18 LF 100 $165.89 $16,589.00 PVC Waterline(Up to 5-ft of Cover)(> 100 ft) B28 Furnish and Install 20" Diam. C900 DR18 LF 100 $197.69 $19,769.00 PVC Waterline(Up to 5-ft of Cover)(> 100 ft) B29 Furnish and Install 24" Diam. C900 DR18 LF 100 $251.83 $25,183.00 PVC Waterline(Up to 5-ft of Cover)(> 100 ft) B30 Extra Depth for PVC Waterline LF 5 $26.67 $133.35 Installation for Each Vertical Foot Over 5-ft Cover,Added Linearly Along the Trench(All Pipe Sizes) B31 Furnish and Install 6" Diam. DIP LF 5 $170.20 $851.00 Waterline(Up to 5-ft of Cover) B32 Furnish and Install 8" Diam. DIP LF 5 $236.80 $1,184.00 Waterline(Up to 5-ft of Cover) B33 Furnish and Install 10" Diam. DIP LF 5 $253.23 $1,266.15 Waterline(Up to 5-ft of Cover) B34 Furnish and Install 12" Diam. DIP LF 5 $318.92 $1,594.60 Waterline(Up to 5-ft of Cover) B35 Furnish and Install 16" Diam. DIP LF 5 $498.96 $2,494.80 Waterline(Up to 5-ft of Cover) B36 Furnish and Install 20" Diam. DIP LF 5 $681.31 $3,406.55 Waterline(Up to 5-ft of Cover) B37 Furnish and Install 24" Diam. DIP LF 5 $910.34 $4,551.70 Waterline(Up to 5-ft of Cover) B38 Extra Depth for DIP Waterline LF 5 $128.80 $644.00 Installations for Each Vertical Foot Over 5-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B39 Point Repair in Front Easement/ROW EA 2 $3,042.02 $6,084.04 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B40 Furnish and Install 8" Diam.C900 DR 18 LF 150 $269.72 $40,458.00 Fusible PVC Waterline by HDD(0-300 ft) B41 Furnish and Install 10" Diam.C900 DR LF 150 $303.61 $45,541.50 18 Fusible PVC Waterline by HDD(0-300 ft) B42 Furnish and Install 12" Diam. C900 DR LF 150 $340.78 $51,117.00 18 Fusible PVC Waterline by HDD(0-300 ft) B43 Furnish and Install 14" Diam. C900 DR LF 150 $410.03 $61,504.50 18 Fusible PVC Waterline by HDD(0-300 ft) B44 Furnish and Install 16" Diam. C900 DR LF 150 $546.97 $82,045.50 18 Fusible PVC Waterline by HDD(0-300 ft) B45 Furnish and Install 20" Diam. C900 DR LF 150 $688.26 $103,239.00 18 Fusible PVC Waterline by HDD(0-300 ft) B46 Furnish and Install 24" Diam. C900 DR LF 150 $865.00 $129,750.00 18 Fusible PVC Waterline by HDD(0-300 ft) B47 Furnish and Install 8" Diam.C900 DR 18 LF 150 $585.00 $87,750.00 Fusible PVC Waterline by HDD in Backyard Easement(0-300 ft) B48 Construct Drill Pads EA 2 $9,375.00 $18,750.00 B49 Furnish and Install 8" Diam.C900 DR 18 LF 300 $253.72 $76,116.00 Fusible PVC Waterline by HDD(>300 ft) B50 Furnish and Install 10" Diam. C900 DR LF 300 $303.61 $91,083.00 18 Fusible PVC Waterline by HDD(>300 ft) B51 Furnish and Install 12" Diam. C900 DR LF 300 $340.78 $102,234.00 18 Fusible PVC Waterline by HDD(>300 ft) B52 Furnish and Install 14" Diam. C900 DR LF 300 $410.03 $123,009.00 18 Fusible PVC Waterline by HDD(>300 ft) B53 Furnish and Install 16" Diam. C900 DR LF 300 $546.97 $164,091.00 18 Fusible PVC Waterline by HDD(>300 ft) B54 Furnish and Install 8" Diam.C900 DR 18 LF 300 $585.00 $175,500.00 Fusible PVC Waterline by HDD in Backyard Easement(>300 ft) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B55 Furnish and Install 6" R/W Gate Valve EA 2 $1,494.21 $2,988.42 and Valve Box B56 Furnish and Install 8" R/W Gate Valve EA 2 $2,143.95 $4,287.90 and Valve Box B57 Furnish and Install 10" R/W Gate Valve EA 2 $3,301.67 $6,603.34 and Valve Box B58 Furnish and Install 12" R/W Gate Valve EA 2 $3,982.00 $7,964.00 and Valve Box B59 Furnish and Install 16" R/W Gate Valve EA 4 $16,825.94 $67,303.76 and Valve Box B60 Furnish and Install 20" R/W Gate Valve EA 4 $28,083.41 $112,333.64 and Valve Box B61 Furnish and Install 24" R/W Gate Valve EA 4 $37,904.60 $151,618.40 and Valve Box B62 Furnish and Install 30" R/W Gate Valve EA 1 $65,861.36 $65,861.36 and Valve Box B63 Furnish and Install 36" R/W Gate Valve EA 1 $94,039.07 $94,039.07 and Valve Box B64 Furnish and Install 6" Bends(Mj with EA 5 $406.55 $2,032.75 Mega Lug joint Restraint Fitting) B65 Furnish and Install 6" Reducers-All EA 2 $326.63 $653.26 Sizes(Mj with Mega Lug Joint Restraint Fitting) B66 Furnish and Install 6"Crosses-All Sizes EA 2 $722.52 $1,445.04 (Mj with Mega Lug Joint Restraint Fitting) B67 Furnish and Install 6"Tees(Mj with EA 2 $546.02 $1,092.04 Mega Lug joint Restraint Fitting) B68 Furnish and Install 8" Bends(Mj with EA 5 $541.06 $2,705.30 Mega Lug joint Restraint Fitting) B69 Furnish and Install 8" Reducers-All EA 2 $400.42 $800.84 Sizes(Mj with Mega Lug Joint Restraint Fitting) B70 Furnish and Install 8"Crosses-All Sizes EA 2 $890.13 $1,780.26 (Mj with Mega Lug Joint Restraint Fitting) B71 Furnish and Install 8"Tees(Mj with EA 2 $746.44 $1,492.88 Mega Lug joint Restraint Fitting) B72 Furnish and Install 10" Bends(Mj with EA 5 $826.84 $4,134.20 Mega Lug joint Restraint Fitting) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B73 Furnish and Install 10" Reducers-All EA 2 $575.69 $1,151.38 Sizes(Mj with Mega Lug Joint Restraint Fitting) B74 Furnish and Install 10"Crosses-All Sizes EA 2 $1,459.28 $2,918.56 (Mj with Mega Lug Joint Restraint Fitting) B75 Furnish and Install 10"Tees(Mj with EA 2 $1,157.17 $2,314.34 Mega Lug joint Restraint Fitting) B76 Furnish and Install 12" Bends(Mj with EA 5 $1,003.42 $5,017.10 Mega Lug joint Restraint Fitting) B77 Furnish and Install 12" Reducers-All EA 2 $740.84 $1,481.68 Sizes(Mj with Mega Lug Joint Restraint Fitting) B78 Furnish and Install 12" Crosses-All EA 2 $1,900.83 $3,801.66 Sizes(Mj with Mega Lug Joint Restraint Fitting) B79 Furnish and Install 12"Tees(Mj with EA 2 $1,365.53 $2,731.06 Mega Lug joint Restraint Fitting) B80 Furnish and Install 16" Bends(Mj with EA 5 $2,095.52 $10,477.60 Mega Lug joint Restraint Fitting) B81 Furnish and Install 16" Reducers-All EA 2 $1,255.65 $2,511.30 Sizes(Mj with Mega Lug Joint Restraint Fitting) B82 Furnish and Install 16"Crosses-All Sizes EA 2 $4,505.70 $9,011.40 (Mj with Mega Lug Joint Restraint Fitting) B83 Furnish and Install 16"Tees(Mj with EA 2 $2,887.76 $5,775.52 Mega Lug joint Restraint Fitting) B84 Furnish and Install 20" Bends(Mj with EA 5 $3,209.04 $16,045.20 Mega Lug joint Restraint Fitting) B85 Furnish and Install 20" Reducers-All EA 2 $1,450.26 $2,900.52 Sizes(Mj with Mega Lug Joint Restraint Fitting) B86 Furnish and Install 20"Crosses-All Sizes EA 2 $7,608.01 $15,216.02 (Mj with Mega Lug Joint Restraint Fitting) B87 Furnish and Install 20"Tees(Mj with EA 2 $4,106.86 $8,213.72 Mega Lug joint Restraint Fitting) B88 Furnish and Install 24" Bends(Mj with EA 5 $4,471.96 $22,359.80 Mega Lug joint Restraint Fitting) B89 Furnish and Install 24" Reducers-All EA 2 $3,113.34 $6,226.68 Sizes(Mj with Mega Lug Joint Restraint Fitting) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B90 Furnish and Install 24"Crosses-All Sizes EA 2 $3,223.93 $6,447.86 (Mj with Mega Lug Joint Restraint Fitting) B91 Furnish and Install 24"Tees(Mj with EA 2 $5,381.46 $10,762.92 Mega Lug joint Restraint Fitting) B92 Furnish and Install Copper or HDPE EA 100 $2,238.10 $223,810.00 Short Service(Up to 5-ft of Cover) B93 Furnish and Install Copper or HDPE EA 100 $2,465.29 $246,529.00 Long Service(Up to 5-ft of Cover) B94 Reconnect Copper or HDPE Existing EA 4 $2,096.67 $8,386.68 Service to Waterline B95 Connection to Existing 6"Waterline EA 2 $2,217.02 $4,434.04 (conventional sleeve and tee method) B96 Connection to Existing 8"Waterline EA 2 $2,687.86 $5,375.72 (conventional sleeve and tee method) B97 Connection to Existing 10"Waterline EA 2 $3,404.79 $6,809.58 (conventional sleeve and tee method) B98 Connection to Existing 12"Waterline EA 4 $3,979.64 $15,918.56 (conventional sleeve and tee method) B99 Connection to Existing 14"Waterline EA 4 $5,311.70 $21,246.80 (conventional sleeve and tee method) B100 Connection to Existing 16"Waterline EA 4 $6,749.70 $26,998.80 (conventional sleeve and tee method) B101 Connection to Existing 20"Waterline EA 4 $9,123.37 $36,493.48 (conventional sleeve and tee method) B102 Connection to Existing 24"Waterline EA 4 $11,856.81 $47,427.24 (conventional sleeve and tee method) B103 Furnish and Install 6"Tapping Sleeve EA 1 $4,663.25 $4,663.25 c/w 4" RW Gate Valve(hot tap method) B104 Furnish and Install 8"Tapping Sleeve EA 1 $4,705.80 $4,705.80 c/w 4" RW Gate Valve(hot tap method) B105 Furnish and Install 8"Tapping Sleeve EA 1 $6,114.05 $6,114.05 c/w 6" RW Gate Valve(hot tap method) B106 Furnish and Install 10"Tapping Sleeve EA 1 $4,637.60 $4,637.60 c/w 4" RW Gate Valve(hot tap method) B107 Furnish and Install 10"Tapping Sleeve EA 1 $5,041.30 $5,041.30 c/w 6" RW Gate Valve(hot tap method) B108 Furnish and Install 12" Tapping Sleeve EA 1 $6,526.25 $6,526.25 c/w 8" RW Gate Valve(hot tap method) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B109 Furnish and Install 12" Tapping Sleeve EA 1 $8,306.45 $8,306.45 c/w 10" RW Gate Valve(hot tap method) B110 Furnish and Install 16"Tapping Sleeve EA 1 $10,536.00 $10,536.00 c/w 12" RW Gate Valve(hot tap method) B111 Furnish and Install 16"Tapping Sleeve EA 1 $20,834.40 $20,834.40 c/w 14" RW Gate Valve(hot tap method) B112 Furnish and Install 20"Tapping Sleeve EA 1 $27,931.60 $27,931.60 c/w 16" RW Gate Valve(hot tap method) B113 Furnish and Install 24"Tapping Sleeve EA 1 $49,102.00 $49,102.00 c/w 20" RW Gate Valve(hot tap method) B114 Furnish and Install 6"Tapping Sleeve EA 1 $5,236.80 $5,236.80 c/w 6" RW Gate Valve(hot tap method) B115 Furnish and Install 8"Tapping Sleeve EA 1 $6,319.20 $6,319.20 c/w 8" RW Gate Valve(hot tap method) B116 Furnish and Install 10"Tapping Sleeve EA 1 $8,594.40 $8,594.40 c/w 10" RW Gate Valve(hot tap method) B117 Furnish and Install 12"Tapping Sleeve EA 1 $9,592.80 $9,592.80 c/w 12" RW Gate Valve(hot tap method) B118 Furnish and Install 14"Tapping Sleeve EA 1 $20,557.20 $20,557.20 c/w 14" RW Gate Valve(hot tap method) B119 Furnish and Install 16"Tapping Sleeve EA 1 $26,955.60 $26,955.60 c/w 16" RW Gate Valve(hot tap method) B120 Furnish and Install 20"Tapping Sleeve EA 1 $44,116.00 $44,116.00 c/w 20" RW Gate Valve(hot tap method) B121 Furnish and Install 24"Tapping Sleeve EA 1 $61,343.20 $61,343.20 c/w 24" RW Gate Valve(hot tap method) B122 Furnish and Install FH Assembly Long EA 4 $7,116.24 $28,464.96 Lead(Tee, Pipe and Valve)Greater than 14' in Length B123 Furnish and Install FH Assembly Short EA 4 $7,428.74 $29,714.96 Lead(Tee, Pipe and Valve)Up to 14' in Length B124 Remove Existing Fire Hydrant EA 2 $1,372.07 $2,744.14 B125 Furnish and Install Water Meter Box EA 2 $1,112.54 $2,225.08 B126 Furnish and Install 16"Valve Vault EA 1 $19,614.14 $19,614.14 B127 Furnish and Install 20"Valve Vault EA 1 $30,872.21 $30,872.21 B128 Furnish and Install 24"Valve Vault EA 1 $40,693.40 $40,693.40 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B129 Furnish and Install 30"Valve Vault EA 1 $57,126.96 $57,126.96 B130 Furnish and Install 36"Valve Vault EA 1 $80,608.39 $80,608.39 B131 Adjust Valve Box, 14" and Under EA 1 $570.00 $570.00 B132 Adjust Valve Box,Greater than 14" EA 1 $570.00 $570.00 B133 Trench Safety for Remove and Install LF 500 $12.30 $6,150.00 Waterline(Up to 5-ft of Cover) B134 Extra Depth for Trench Safety for LF 100 $30.75 $3,075.00 Remove and Install CIP/DIP/PVC Waterline(All Pipe Sizes) B135 Trench Safety for Horizontal Directional EA 10 $307.50 $3,075.00 Drill Pits(All Pipe Sizes) B136 Furnish and Install Cement Stabilized TONS 50 $615.00 $30,750.00 Sand B137 Clearing and Grubbing AC 1 $3,075.00 $3,075.00 B138 Furnish and Install Asphalt Pavement SY 50 $156.25 $7,812.50 Repair B139 Sawcut Asphalt(All thickness) LF 20 $430.50 $8,610.00 B140 Furnish and Install Asphalt Overlay Per SY 10 $43.05 $430.50 2" lift greater than 2"thickness B141 Remove Asphalt Per 2" lift greater than SY 10 $19.68 $196.80 2"thickness B142 Furnish and Install Compacted SY 5 $159.60 $798.00 Limestone Base per 2"depth B143 Furnish and Install Compacted SY 5 $319.20 $1,596.00 Limestone Base per 4"depth B144 Furnish and Install Compacted SY 5 $431.20 $2,156.00 Limestone Base per 6"depth B145 Furnish and Install Concrete Pavement SF 100 $69.89 $6,989.00 Repair B146 Sawcut Concrete Per 2"lift greater than LF 100 $9.23 $923.00 8"thickness B147 Furnish and Install Concrete Thickness SF 100 $79.95 $7,995.00 per 2"Greater than 8"thickness B148 Remove Concrete Per 2"lift greater than SF 100 $30.75 $3,075.00 8"thickness B149 Furnish and Install Concrete Driveway SF 100 $29.30 $2,930.00 Repair DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B150 Furnish and Install Concrete Curb Ramp SF 100 $52.28 $5,228.00 Repair B151 Furnish and Install Concrete Curb and LF 100 $39.36 $3,936.00 Gutter Repair B152 Furnish and Install Concrete Valley LF 100 $56.40 $5,640.00 Gutter Repair B153 Furnish and Install Concrete Sidewalk SF 100 $25.20 $2,520.00 Repair B154 Furnish and Install Seeding SY 100 $2.58 $258.00 B155 Furnish and Install Sodding SY 100 $19.68 $1,968.00 B156 Furnish and Install Wooden Fence LF 100 $55.35 $5,535.00 B157 Furnish and Install Chain Link Fencing LF 100 $67.65 $6,765.00 B158 Haul off Concrete(Greater than 8 inches HR 2 $190.65 $381.30 in thickness)/Asphalt(Greater than 2 inches thickness) B159 Tree Removal 4"-8" in Dia. EA 1 $450.00 $450.00 B160 Tree Removal Greater than 8" in Dia. EA 1 $900.00 $900.00 B161 Remove and Replace Existing Wooden LF 50 $36.00 $1,800.00 Fence B162 Remove and Replace Existing Chainlink LF 50 $42.00 $2,100.00 Fence B163 Furnish and Install Silt Fence LF 20 $6.13 $122.60 B164 Furnish and Install Fiber Rolls LF 5 $21.73 $108.65 B165 Furnish and Install Rock Filter Dam LS 1 $3,000.00 $3,000.00 B166 Furnish and Install Construction LS 1 $8,625.00 $8,625.00 Entrance/Exit B167 Furnish and Install Well Pointing for LF 20 $211.50 $4,230.00 Waterline Installation(Up to 5-ft of Cover) B168 Extra Depth for Well Pointing for LF 20 $237.00 $4,740.00 Waterline Installation for Each Vertical Foot Over 5-ft of Cover,Added Linearly Along the Trench(All Pipe Sizes) B169 Curb Inlet Protection LF 10 $75.00 $750.00 B170 Owner Directed Pothole Utility EA 5 $5,075.25 $25,376.25 B171 CCTV inspection of Existing Utility(6"to LF 100 $46.74 $4,674.00 24" Dia.) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B172 Furnish and Install 6" Dia.Waterline Cap EA 2 $564.63 $1,129.26 B173 Furnish and Install 8" Dia.Waterline Cap EA 2 $552.06 $1,104.12 B174 Furnish and Install 10" Dia.Waterline EA 2 $597.99 $1,195.98 Cap B175 Furnish and Install 12" Dia.Waterline EA 2 $623.71 $1,247.42 Cap B176 Furnish and Install 14" Dia.Waterline EA 2 $901.34 $1,802.68 Cap B177 Furnish and Install 16" Dia.Waterline EA 2 $1,153.82 $2,307.64 Cap B178 Furnish and Install 20" Dia.Waterline EA 2 $1,726.17 $3,452.34 Cap B179 Furnish and Install 24" Dia.Waterline EA 2 $2,140.78 $4,281.56 Cap B180 Emergency-Trench Excavation Safety LF 500 $18.75 $9,375.00 Protection(All Depths) B181 Emergency- Point Repair in Front EA 1 $4,465.59 $4,465.59 Easement/ROW,2" Dia.Water Line(All Depths) B182 Emergency- Point Repair in Rear/Side EA 1 $5,909.86 $5,909.86 Easement,2" Dia.Water Line(All Depths) B183 Emergency- Point Repair in Front EA 1 $5,071.23 $5,071.23 Easement/ROW,4" Dia.Water Line(All Depths) B184 Emergency- Point Repair in Rear/Side EA 1 $5,916.44 $5,916.44 Easement,4" Dia.Water Line(All Depths) B185 Emergency- Point Repair in Front EA 1 $5,474.49 $5,474.49 Easement/ROW,6" Dia.Water Line(All Depths) B186 Emergency- Point Repair in Rear/Side EA 1 $9,386.91 $9,386.91 Easement,6" Dia.Water Line(All Depths) B187 Emergency- Point Repair in Front EA 1 $6,053.76 $6,053.76 Easement/ROW,8" Dia.Water Line(All Depths) B188 Emergency- Point Repair in Rear/Side EA 1 $9,062.72 $9,062.72 Easement,8" Dia.Water Line(All Depths) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B189 Emergency- Point Repair in Front EA 1 $10,743.93 $10,743.93 Easement/ROW, 10" Dia.Water Line(All Depths) B190 Emergency- Point Repair in Rear/Side EA 1 $12,534.59 $12,534.59 Easement, 10" Dia.Water Line(All Depths) B191 Emergency- Point Repair in Front EA 1 $11,420.54 $11,420.54 Easement/ROW, 12" Dia.Water Line(All Depths) B192 Emergency- Point Repair in Rear/Side EA 1 $13,323.96 $13,323.96 Easement, 12" Dia.Water Line(All Depths) B193 Emergency- Point Repair in Front EA 1 $23,112.27 $23,112.27 Easement/ROW, 16" Dia.Water Line(All Depths) B194 Emergency- Point Repair in Rear/Side EA 1 $19,810.52 $19,810.52 Easement, 16" Dia.Water Line(All Depths) B195 Emergency- Point Repair in Front EA 1 $38,633.02 $38,633.02 Easement/ROW,20" Dia.Water Line(All Depths) B196 Emergency- Point Repair in Rear/Side EA 1 $33,114.02 $33,114.02 Easement,20" Dia.Water Line(All Depths) B197 Emergency- Point Repair in Front EA 1 $41,235.69 $41,235.69 Easement/ROW,24" Dia.Water Line(All Depths) B198 Emergency- Point Repair in Rear/Side EA 1 $35,344.88 $35,344.88 Easement,24" Dia.Water Line(All Depths) B199 Emergency- Extra Length Point Repair LF 2 $446.56 $893.12 in Front Easement/ROW,2" Dia.Water Line(All Depths) B200 Emergency- Extra Length Point Repair LF 2 $620.99 $1,241.98 in Rear/Side Easement,2" Dia.Water Line(All Depths) B201 Emergency- Extra Length Point Repair LF 2 $507.12 $1,014.24 in Front Easement/ROW,4" Dia.Water Line(All Depths) B202 Emergency- Extra Length Point Repair LF 2 $791.64 $1,583.28 in Rear/Side Easement,4" Dia.Water Line(All Depths) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B203 Emergency- Extra Length Point Repair LF 2 $547.45 $1,094.90 in Front Easement/ROW,6" Dia.Water Line(All Depths) B204 Emergency- Extra Length Point Repair LF 2 $838.69 $1,677.38 in Rear/Side Easement,6" Dia.Water Line(All Depths) B205 Emergency- Extra Length Point Repair LF 2 $605.38 $1,210.76 in Front Easement/ROW,8" Dia.Water Line(All Depths) B206 Emergency- Extra Length Point Repair LF 2 $906.27 $1,812.54 in Rear/Side Easement,8" Dia.Water Line(All Depths) B207 Emergency- Extra Length Point Repair LF 2 $1,074.39 $2,148.78 in Front Easement/ROW, 10" Dia.Water Line(All Depths) B208 Emergency- Extra Length Point Repair LF 2 $1,253.46 $2,506.92 in Rear/Side Easement, 10" Dia.Water Line(All Depths) B209 Emergency- Extra Length Point Repair LF 2 $1,142.05 $2,284.10 in Front Easement/ROW, 12"Dia.Water Line(All Depths) B210 Emergency- Extra Length Point Repair LF 2 $1,332.40 $2,664.80 in Rear/Side Easement, 12" Dia.Water Line(All Depths) B211 Emergency- Extra Length Point Repair LF 2 $1,981.05 $3,962.10 in Front Easement/ROW, 16" Dia.Water Line(All Depths) B212 Emergency- Extra Length Point Repair LF 2 $2,311.23 $4,622.46 in Rear/Side Easement, 16" Dia.Water Line(All Depths) B213 Emergency- Extra Length Point Repair LF 2 $3,311.40 $6,622.80 in Front Easement/ROW,20" Dia.Water Line(All Depths) B214 Emergency- Extra Length Point Repair LF 2 $3,863.30 $7,726.60 in Rear/Side Easement,20" Dia.Water Line(All Depths) B215 Emergency- Extra Length Point Repair LF 2 $3,534.49 $7,068.98 in Front Easement/ROW,24" Dia.Water Line(All Depths) B216 Emergency- Extra Length Point Repair LF 2 $4,123.57 $8,247.14 in Rear/Side Easement,24" Dia.Water Line(All Depths) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM B217 Emergency- Remove and Replace SY 50 $254.73 $12,736.50 Asphalt Pavement,3" HMAC and 12" Limestone Base B218 Emergency- Remove and Replace SY 80 $218.75 $17,500.00 Concrete Pavement, up to 12"Thick B219 Emergency- Furnish and Install SY 50 $159.30 $7,965.00 Temporary Asphalt Pavement, Up to 8" Thick B220 Emergency- Flowable Fill Backfill, CY 40 $226.80 $9,072.00 Complete and In-Place B221 Emergency-Cement Stabilized Sand, TONS 100 $180.00 $18,000.00 Complete and In-Place B222 Emergency-Site Restoration with SF 100 $2.52 $252.00 Seeding B223 Emergency-Site Restoration with SF 100 $20.80 $2,080.00 Sodding B224 Emergency- Remove and Replace LF 50 $66.00 $3,300.00 Chainlink Fence B225 Emergency- Remove and Replace LF 50 $54.00 $2,700.00 Wooden Fence B226 Emergency- Install New Chainlink Fence LF 25 $66.00 $1,650.00 B227 Emergency- Install New Wooden Fence LF 25 $54.00 $1,350.00 B228 Emergency- Remove and Replace SF 100 $12.60 $1,260.00 Concrete Driveway B229 Emergency- Remove and Replace SF 100 $15.60 $1,560.00 Concrete Sidewalk B230 Emergency- Remove and Replace Curb LF 150 $45.60 $6,840.00 and Gutter B231 Emergency- Furnish and Install Copper EA 50 $1,986.90 $99,345.00 or HDPE Short Service(Up to 5-ft of Cover) B232 Emergency- Furnish and Install Copper EA 10 $2,076.87 $20,768.70 or HDPE Long Service(Up to 5-ft of Cover) Subtotal: $4,220,822.61 Part C-ALLOWANCE No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM C1 Bonds and Insurance(Maximum of 2% AL 1 $75,974.00 $75,974.00 of Project Total) C2 Preparation and Implementation of AL 1 $150,000.00 $150,000.00 Traffic Control Plans C3 Disposal of Contaminated Ground AL 1 $25,000.00 $25,000.00 Water C4 Miscellaneous Utility Improvements AL 1 $100,000.00 $100,000.00 C5 Services of a State Licensed Surveyor AL 1 $30,000.00 $30,000.00 C6 Other Emergency Items AL 1 $100,000.00 $100,000.00 C7 Furnish and Install Line Stop(all sizes) AL 1 $200,000.00 $200,000.00 and Other Unanticipated Water Improvements Subtotal:$680,974.00 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 4818 Addendum No. 1 06/14/2023 18:12:47 PM DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 FY2023 Part B, Projec... Report Created On:6/14/2023 7:35:20 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 4818 Drawings 5/16/2023 1:18:57 PM Addenda RFB 4818 Addendum No. 1 6/12/2023 1:50:08 PM Invitation To Bid RFB 4818 Invitation to Bid and 5/15/2023 4:29:06 PM Specifications DocuSign Envelope ID:DE2DBB4C-8C8E-458C-972A-EC73C911 E965 00 30 01 BID FORM Project Citywide Waterline Repair/Replace-Large Diameter IDIQ FY2023 Part B Name: Project project No.23107 Number: Owner: City of Corpus Christi OAR: Designer:I Freese and Nichols,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: CPC Interests LLC DBA Clark Pipeline Services LLC (full legal name of Bidder) Signature: - (signature of person with authority to bind the Bidder) Name: Nilesh Patel (printed name of person signing Bid Form) Title: Project Manager (title of person signing Bid Form) Attest: Christopher Clark (signature) State of Residency:Texas Federal Tx ID No. 32-042591837 Address for Notices: 6229 Leopard Street Corpus Christi,Texas 78409 Phone: 361-929-5822 Email: npatel@clarkpipeline.com 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 I Mobilization(Maximum 5%of Project Total) LS 1 A2 IStorm Water Pollution Prevention EA 1 SUBTOTAL PART A-GENERAL(Items Al thru A2) Part B-WATERLINE IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 31 Remove and Dispose of 6"Diam.CIP/DIP/PVC Waterline(Up LF 50 to 5-ft of Cover) B2 Remove and Dispose of 8"Diam.CIP/DIP/PVC Waterline(Up LF 50 to 5-ft of Cover) B3 Remove and Dispose of 10" Diam.CIP/DIP/PVC Waterline(Up LF 50 to 5-ft of Cover) B4 Remove and Dispose of 12"Diam.CIP/DIP/PVC Waterline(Up LF 100 to 5-ft of Cover) BS Remove and Dispose of 16"Diam.CIP/DIP/PVC Waterline(Up LF 100 to 5-ft of Cover) B6 Remove and Dispose of 20"Diam.CIP/DIP/PVC Waterline(Up LF 100 to 5-ft of Cover) B7 Remove and Dispose of 24"Diam.CIP/DIP/PVC Waterline(Up LF 50 to 5-ft of Cover) B8 Remove and Dispose of 6"Diam.ACP Waterline(Up to 5-ft of LF 50 Cover) B9 Remove and Dispose of 8" Diam.ACP Waterline(Up to 5-ft of LF 50 Cover) B10 Remove and Dispose of 10" Diam.ACP Waterline(Up to 5-ft LF 50 of Cover) 311 Remove and Dispose of 12" Diam.ACP Waterline(Up to 5-ft LF 20 of Cover) B12 Remove and Dispose of 14" Diam.ACP Waterline(Up to 5-ft LF 20 of Cover) B13 Remove and Dispose of 16"Diam.ACP Waterline(Up to 5-ft of LF 20 Cover) B14 Remove and Dispose of 20"Diam.ACP Waterline(Up to 5-ft of LF 20 Cover) B15 Remove and Dispose of 24"Diam.ACP Waterline(Up to 5-ft of LF 20 Cover) Bid Form Citywide Waterline Repair/Replace-Small Diameter IDIQ FY2023 Part B 0030 01-Page 1 of 18 Project No.23108 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 30.21 Notices. .................................................................................................................................131 General Conditions 007200-9 Corpus Christi Standards Rev 6/2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 forthe 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 bythe 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1—DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi,Texas Corpus Christi Water Freese and Nichols, Inc. B. Paragraph 1.01.A.54"Substantial Completion" is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. All repaired or replaced water pipelines and appurtenances have passed acceptance testing and placed in service for each Delivery Order(DO) in accordance with the Contract Documents, as approved by the Owner or OAR. b. Restoration (i.e. asphalt and concrete pavement,flatwork, sodding, and fencing) must also be completed for Substantial Completion. C. Each DO will stipulate the Substantial Completion date for that DO and is to be completed in accordance with the Contract Documents and eligible for Final DO Payment as part of the next Pay Application following the date for Substantial Completion. ARTICLE 2—PRELIMINARY MATTERS SC-2.04 BEFORE STARTING CONSTRUCTION A. Delete the paragraph 2.04 A and insert the following: "A. Provide the preliminary documents listed in this section in accordance with the Contract Documents for each Delivery Order within 7 days of the date of issuance of the corresponding draft Delivery Order.The City will provide feedback on the documents and will coordinate with the Contractor for any updates required.The documents established will need to be approved by the City prior to the executed Delivery Order. 1. Progress Schedule, which must be a Critical Path Method (CPM)Schedule 2. Schedule of Documents; and Supplementary Conditions 007300- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3. Schedule of Values and projected cash flow information" ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK SC-4.03 PROGRESS SCHEDULE A. Add the following sentences to the start of paragraph 4.03 A: "Contractor must submit a separate schedule for each Delivery Order within 7 days of the date of issuance of the corresponding draft Delivery Order.The City will provide feedback on the schedule and will coordinate with the Contractor for any updates required.The schedule established will need to be approved by the City prior to an executed Delivery Order.The City approved schedule will be used as a basis for the determination of any liquidated damages." SC-4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 43 rain days have been set for this Project. An extension of time due to rain days will be considered only after 43 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. Supplementary Conditions 007300-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. 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. ARTICLE 6—BONDS AND INSURANCE SC-6.03 REQUIRED MINIMUM INSURANCE COVERAGE INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Broad Form 2. Premises—Operations 3. Underground Hazard 4. Products/Completed Operations $1,000,000 Per Occurrence 5. Contractual Liability $2,000,000 Aggregate 6 Independent Contractors 7. Personal &Advertising Injury Business Automobile Liability-Owned, Non- $500,000 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 X Required ❑ Not Required Supplementary Conditions 007300-3 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 5 ft or asbestos present Builder's Risk(All Perils including Collapse) Coverage limit shall be in the amount of the total cost of the project. Required for vertical structures and bridges ❑ Required ❑X Not Required Installation/Equipment Floater Equal to Contract Price Required if installing city-owned equipment or storing contractor equipment on city- ❑X Required ❑ Not Required owned property Contractor shall meet insurance requirements required by the City's Traffic Engineering Department for any work in the City Right-of-Way as specified in Exhibit A of the Right-of-Way Construction Permit Application. ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES SC-7.02 LABOR; WORKING HOURS A. Add the holiday for Juneteenth on June 19 to the table under Paragraph 7.02.C. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of person or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. Regular working hours are between sun up and sun down 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 Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 Supplementary Conditions 007300-4 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS,AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." ARTICLE 14-PREVAILING WAGE RATE REQUIREMENTS SC-14.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No TX21 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX29 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). "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. Supplementary Conditions 007300-5 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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) . lIf the contract is entered 1 . Executive Order 14026 1 linto on or after January 30, 1 generally applies to the 1 12022, or the contract is 1 contract. 1 lrenewed or extended (e.g. , an 1 . The contractor must pay 1 loption is exercised) on or 1 all covered workers at 1 lafter January 30, 2022: 1 least $16.20 per hour (or 1 I the applicable wage rate I listed on this wage I determination, if it is 1 I higher) for all hours I spent performing on the I contract in 2023. I I I lIf the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the 1 1January 29, 2022, and the I contract. 1 lcontract is not renewed or 1 . The contractor must pay alll lextended on or after January I covered workers at least 1 130, 2022: 1 $12. 15 per hour (or the I I I applicable wage rate listedl I I on this wage determination, ) I I if it is higher) for all I I I hours spent performing on I I I that contract in 2023. 1 1 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this Supplementary Conditions 007300-6 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) . . . . . . . . . . . . . . . . . . . . . . . . .$ 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 007300-7 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 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 Supplementary Conditions 007300-8 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 Supplementary Conditions 007300-9 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter Supplementary Conditions 007300- 10 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 * 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 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: Supplementary Conditions 007300- 11 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION" "General Decision Number: TX20230029 01/06/2023 Superseded General Decision Number: TX20220029 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges) . Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, Supplementary Conditions 007300- 12 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 including those set forth at 29 CFR 5. 1 (a) (2) - (60) . lIf the contract is entered 1 . Executive Order 14026 1 linto on or after January 30, 1 generally applies to the 1 12022, or the contract is 1 contract. 1 lrenewed or extended (e.g. , an 1 . The contractor must pay 1 loption is exercised) on or 1 all covered workers at 1 lafter January 30, 2022: 1 least $16.20 per hour (or I I the applicable wage rate I I listed on this wage I I determination, if it is I I higher) for all hours I I spent performing on the I I contract in 2023. I I I lIf the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the 1 1January 29, 2022, and the I contract. 1 lcontract is not renewed or 1 . The contractor must pay alll lextended on or after January I covered workers at least 1 130, 2022: 1 $12. 15 per hour (or the I I I applicable wage rate listedl I I on this wage determination, ) I I if it is higher) for all I I I hours spent performing on I I I that contract in 2023. 1 1 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker Supplementary Conditions 007300- 13 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 SUTX2011-010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures) . . .$ 12. 64 ** FORM BUILDER/FORM SETTER Paving & Curb. . . . . . . . . . . . . . .$ 10. 69 ** Structures. . . . . . . . . . . . . . . . . .$ 13. 61 ** LABORER Asphalt Raker. . . . . . . . . . . . . . .$ 11. 67 ** Flagger. . . . . . . . . . . . . . . . . . . . .$ 8. 81 ** Laborer, Common. . . . . . . . . . . . .$ 10.25 ** Laborer, Utility. . . . . . . . . . . .$ 11.23 ** Pipelayer. . . . . . . . . . . . . . . . . . .$ 11. 17 ** Work Zone Barricade Servicer. . . . . . . . . . . . . . . . . . . .$ 11.51 ** PAINTER (Structures) . . . . . . . . . . . . .$ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor. . . . . . . . .$ 14.25 ** Asphalt Paving Machine. . . . . .$ 13.44 ** Mechanic. . . . . . . . . . . . . . . . . . . .$ 17. 00 Motor Grader, Fine Grade. . . .$ 17.74 Motor Grader, Rough. . . . . . . . .$ 16. 85 TRUCK DRIVER Supplementary Conditions 007300- 14 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Lowboy-Float. . . . . . . . . . . . . . . .$ 16. 62 Single Axle. . . . . . . . . . . . . . . . .$ 11. 61 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher 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) ) . Supplementary Conditions 007300- 15 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that Supplementary Conditions 007300- 16 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 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- 17 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 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. Supplementary Conditions 007300- 18 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION" ARTICLE 19—PROJECT MANAGEMENT AND COORDINATION SC-19.21 COOPERATION WITH PUBLIC AGENCIES C. For the Contractor's convenience,the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Freese and Nichols, Inc. 361-561-6500 Dhruv Deshmukh, PE 361-844-8121 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 Supplementary Conditions 007300- 19 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Public Agencies/Contacts Phone Number City Street Div.for Traffic Signals 361-826-1610 Solid Waste& Brush 361-826-1973 IT Department(City Fiber) 361-826-1956 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 1-866-247-2633 Spectrum Communications 1-800-892-4357 Crown Castle Communications 1-888-632-0931 (Network Operations Center) Centu ryLi 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 ARTICLE 20—PROJECT COORDINATION SC-20.08 RECORD DOCUMENTS A. Delete 20.08 A 1 and replace with the following: "1. Drawings (also referred to as "Record Drawings" or"As-Built Drawings")." B. Add the following to Paragraph 20.08 D 4: "h. Actual extents of repair, rehabilitation, replacement, installation and removal of water lines, service laterals,fire hydrants and appurtenances, and concrete or steel encasements. Provide northing and easting for new installations including but not limited to valves, fittings, hydrants, and casing beginning& end limits. Provide pipeline material, ASTM standard, and pressure rating. i. Legend and symbols for pipelines, valves,fittings and all other installations. It should be possible to distinguish between the existing components and the repaired/replaced components. j. Actual service connection and meter box locations, and depths. k. North arrow, street names and dimensions of the new installations including but not limited to the distance from the pipelines/appurtenances to the easement limit or the property border. Supplementary Conditions 007300-20 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 I. Refer to Attachment A of Section 0135 00 SPECIAL PROCEDURES for an example Exhibit. These are minimum requirements and are established to provide consistency throughout the record documents provided to the City meeting the standards and quality required by the City to incorporate the record documents into the City GIS database. Refer to Attachment B of Section 0135 00 SPECIAL PROCEDURES for examples of the template forms that will be provided to the Contractor for developing the record data." C. Delete Paragraph 20.08 D 6 entirely and insert the following: "6. Progress Record Documents (including the up-to-date Progress As-Built Drawings) will need to be submitted with each Payment Application. Submit the complete Record Documents for each Delivery Order to Designer for review and acceptance within 7 days of Substantial Completion of each Delivery Order." D. Delete Paragraph 20.08 E entirely and insert the following: "E. Progress Payments, Payments for DO Substantial Completion and Final Application for Payment will not be recommended for payment if Record Documents (including the up-to- date Progress and Final As-Built PDF Drawings) are found to be incomplete or not in order. Final Payment will not be recommended with incomplete Record Documents. Additionally, failure to provide complete and approved Record Documents including As-built Drawings as required may result in Owner withholding new Delivery Orders." ARTICLE 25—SHOP DRAWINGS SC-25.03 CONTRACTOR'S RESPONSIBILITIES A. Please refer to 0133 01 Submittal Register for Shop Drawing to be included. ARTICLE 26—RECORD DATA SC-26.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 00 73 00 Contractor Record Drawings for Each DO 02 76 11 CCTV footage and reports 013301 Other record data would be required based on the specific DOs ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE SC-27.02 DOCUMENT SUBMITTAL A. Delete the paragraph 27.02 B, and insert the following: "B. Submit A preliminary schedule within 7 days of the date of issuance of the corresponding draft Delivery Order.The schedule is to be available at the pre-construction conference.The Supplementary Conditions 007300-21 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 City will provide feedback on the schedule and will coordinate with the Contractor for any updates required. B. Delete the paragraph 27.02 B, and insert the following: "C. A detailed schedule will need to be reviewed and approved by the City prior to the executed Delivery Order." ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION SC-28.03 DOCUMENT SUBMITTAL A. Delete the paragraph 28.03 B, and insert the following: "B. Submit a thumb drive or file transfer link to the video recording as Record Data in accordance with Article 24." SC-28.04 PHOTOGRAPHS A. Delete the paragraph 28.04 C, and insert the following: "C. Provide a digital copy of each photograph taken." SC-28.05 VIDEO RECORDING A. Remove "on DVD"from the paragraph 28.05 A. B. Replace "DVD" in the paragraph 28.05 F,with "Video". ARTICLE 30—MISCELLANEOUS SC-30.21 Notices. B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions 007300-22 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 3/2023 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ADDENDA See Attached Issued Addenda ADDENDA 00 91 00 COR23332—Citywide Waterline Repair/Replace—Large Diameter IDIQ FY2023 Part B DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 �Qos C� Citywide Waterline Repair/Replace Large ©� Diameter IDIQ FY2023 Part B Project No. 23107 "C1852 ADDENDUM No. 1 CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT Addendum No: 1 Addendum Date: May 24, 2023 Bidder must acknowledge the receipt of this Addendum in its bid. Failure of the Bidder to acknowledge this Addendum may result in City's rejection for the Bidder for non-responsiveness. ATTACHMENTS: 1. MODIFICATIONS TO THE SPECIFICATIONS 2. MODIFICATIONS TO THE DRAWINGS Page 1 of 1 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 009101 ADDENDUM NUMBER 01 Citywide Waterline Repair/Replace - Large Diameter Project: IDIQ FY2023 Part B Project Number: Owner: City of Corpus Christi 23107 City Engineer: J.H. Edmonds, P.E. Designer: Freese and Nichols, Inc. Addendum No. 01 Specification Section: 00 9101 Issue Date: 5-24-2023 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: Freese and Nichols, Inc. _��?��•OF'P'�kjj l Dhruv Deshmukh, PE 5-24-2023 =* *��� Name Date ..:...................:... 00 DHRUV DESHMUKH j ..........................i Addendum Items: ���� 141831 ' ; ��cENSEQ•���� Section 0135 00 Special Procedures Appendix 1 Example Delivery Order &"'- Drawing Sheet No. 28 &U5-24-2023 FREESE AND NICHOLS, INC. Clarification - Project Key Updates Summary TEXAS REGISTERED ENGINEERING FIRM F-2144 ARTICLE 1-BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. 1.02 MODIFICATIONS TO THE BIDDING REQUIREMENTS- NOT APPLICABLE Addendum No.01 00 9101- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 01-13-2016 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ARTICLE 2—MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. 2.01 ADD, DELETE OR REPLACE SPECIFICATION SECTIONS (OR TECHNICAL SPECIFICATIONS) A. Delete the following Specification Sections (or Technical Specifications): Deleted Specification Sections(or Technical Specifications) SECTION 0135 00 SPECIAL PROCEDURES APPENDIX 1 EXAMPLE DELIVERY ORDER B. Add the following Specification Sections (or Technical Specifications): Added Specification Sections (or Technical Specifications) SECTION 0135 00 SPECIAL PROCEDURES (Attachment 1) APPENDIX 1 EXAMPLE DELIVERY ORDER (Attachment 2) 2.02 AMEND SPECIFICATIONS (OR TECHNICAL SPECIFICATIONS)— NOT APPLICABLE ARTICLE 3- MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS— NOT APPLICABLE 3.02 AMEND DRAWINGS A. Drawing [Sheet No. 28-"City of Corpus Christi Water Details Fire Hydrant Valve Box and Lid" - Detail Valve Box Detail @ Pavement]: 1. Change 1: Delete the dimension callout "X'-X" MIN. COVER"for the dimension between the top of the pipe and the pavement. 2. Change 2: Update the dimension callout"X MIN." on the left to be "1" MIN.". ARTICLE 4—CLARIFICATIONS 4.01 QUESTIONS—NOT APPLICABLE 4.02 CLARIFICATIONS A. Clarification: Project Key Updates are summarized and provided as Attachment 3. END OF ADDENDUM NO. 01 Addendum No.01 00 9101-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 01-13-2016 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 DIVISION 01 GENERAL REQUIREMENTS DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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. This project consists of City-wide waterline improvements which include removal and abandonment of existing 6"to 24" waterlines,the installation of new 6"to 24" waterlines by open trenching or horizontal directional drilling, casing, new fire hydrants, valves,fittings, services, pavement repairs, and other miscellaneous items required to complete the project. Work will be executed with multiple indefinite delivery indefinite quantity(IDIQ) delivery orders as required, in accordance with the plans, specifications, and contract documents. Emergency Delivery Orders will include improvements for waterlines from 2" to 24".The project also includes an allowance for the unanticipated water improvements that may consist of pipelines larger than 24" including valves,fittings and other services/appurtenances. Each delivery order will stipulate the substantial completion date as shown in the appended example delivery orders.The contract will be for an initial one year (12-calendar months) period, with the option to administratively renew for two (2) additional one year(12- calendar months) periods. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. Delivery orders for water line improvements may be issued for work done under the City's street preventative maintenance program (SPMP)and may require the contractor to schedule and coordinate his work with other road storm water, wastewater, water, and gas improvements at the same site. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents,the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. Summary of Work 011100- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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. See Section 1.03. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 011100-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate,and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. C. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per Article 19 of SECTION 0172 00 GENERAL CONDITIONS. b. Cost for labor and equipment for installation and finishing. C. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. C. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 012310- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per Article 12 of SECTION 00 72 00 GENERAL CONDITIONS to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. C. Provide actual invoices for the materials. C. The 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 1. Not Used 1.04 DESCRIPTION OF ALLOWANCES A. Allowance C1—Bonds and Insurance: 1. A maximum of 2%of the bid price is to be used for the purchase of bonds and insurance required for the Project. 2. Payment shall include all bonds and insurance required under the Contract Documents. 3. 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 Alternates and Allowances 012310-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 and general company insurance policies that are maintained for the course of conducting normal business operations. Contractor will be reimbursed for the actual cost of project specific bonds and insurance, not to exceed the bid amount or the verifiable costs of Project specific bonds and insurance incurred by the Contractor. B. Allowance C2- Preparation and Implementation of a Traffic Control Plan: 1. The sum of$150,000.00 is to be used for the payment of preparation and implementation of traffic control plans as required throughout the project for the various DOs issued under the Contract. 2. Measurement for payment shall be on a lump sum basis based on a 5% markup of the Contractor's actual costs. The allowance may not be utilized/paid in conjunction with a TCP that is included in the drawings/plans. a. Contractor is required to provide documentation and invoices of their actual costs used under this allowance to receive payment. 3. Payment shall include but not be limited to: a. TCP prepared by a Texas license professional engineer, furnishing, implementing, installing, moving, replacing, removing and maintaining all temporary traffic controls. b. Temporary traffic controls including but not limited to, barricades, signs, PCMS boards, flashing arrow boards, barriers, cones, lights, signals, temporary striping and markers,flagmen, and such temporary devices. C. Relocation of existing signs and devices. d. All materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. 4. TCP Allowance cannot be used for TCP on residential streets. Any and all TCP on residential streets is subsidiary to the work. 5. A change order will be required at the completion of the project to correct the amount forthe allowance to the actual amount utilized.The Contractor shall provide a summary of all the costs used for this allowance under various DOs throughout the project. C. Allowance C3 - Disposal of Contaminated Ground Water: 1. The sum of$25,000.00 is to be used to compensate the contractor for the disposal of contaminated groundwater, as directed by the Construction Engineer. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis per Delivery Order. 3. A change order will be required at the completion of the project to correct the amount forthe allowance to the actual amount utilized.The Contractor shall provide a summary of all the costs used for this allowance under various DOs throughout the project. D. Allowance C4- Miscellaneous Utility Improvements: 1. The sum of $100,000.00 is to be used for the payment of unanticipated utility improvements including Stormwater, Wastewater, Gas, Electric, Communication, or Alternates and Allowances 012310-3 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Fiber improvements related to the project, discovered and approved by the City during the construction process. 2. For work under this allowance, the Contractor will be required to provide field supervisory personnel and crews that have past experience working on City of Corpus Christi Utility projects and are qualified to complete the work on the system. Contractor's employees(or Subcontractor if required to provide experienced personnel) shall provide a minimum of three similar reference water distribution system projects completed within the past 3 years along with Owner contact information. 3. Any Stormwater, Wastewater, Gas, Electric, Communication, or Fiber improvement work is subject to the submittal review process including providing product information for all appurtenances required for the work; and Contractor and/or Subcontractor experience record and resumes for proposed field supervisory personnel and field crews. 4. A change order will be required at the completion of the project to correct the amount forthe allowance to the actual amount utilized.The Contractor shall provide a summary of all the costs used for this allowance under various DOs throughout the project. E. Allowance C5—Services of a State Licensed Surveyor: 1. The sum of$30,000.00 is to be used to compensate the contractor for the use of a State Licensed Surveyor to develop CAD Record Documents, as directed by the Construction Engineer. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment shall be on a lump sum basis per Delivery Order. 3. A change order will be required at the completion of the project to correct the amount forthe allowance to the actual amount utilized.The Contractor shall provide a summary of all the costs used for this allowance under various DOs throughout the project. F. Allowance C6—Other Emergency Items: 1. The sum of up to $100,000.00 is to be used to compensate the contractor for the emergency items that are not included under the base bid items as directed by the Construction Engineer.This amount is for the entire contract duration and the amount used for individual Delivery Orders will be on a case-by-case basis. 2. Measurement for payment shall be per Delivery Order, on a time and materials (T&M) basis with a not-to-exceed amount of 1.5 times the regular price established for the corresponding base bid items. G. Allowance C7 — Furnish and Install Line Stop (all sizes) and Other Unanticipated Water Improvements 1. The sum of$200,000.00 is to be used for the payment for furnishing and installing line stops (all pipeline sizes) and other unanticipated water improvements, as directed by the Construction Engineer.This amount is for the entire contract duration and the amount used for individual Delivery Orders will be on a case-by-case basis. 2. Payment will be based on the Contractor's actual costs and will be negotiated. Measurement for payment for line stops shall be per each line stop per day. Alternates and Allowances 012310-4 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Measurement and Payment for other unanticipated water improvements will depend on the type of work. 3. The work for furnishing and installing line stops shall include the following items and all other items required to install the line stops,that are not specifically outlined in other bid items: a. Equipment, certified manufacturer's technicians and materials required to install line stops including fittings, valves, piping and all other incidental items necessary to complete the line stop. b. Labor required to assist the manufacturer technicians. C. Excavation, dewatering, backfill, compaction, shoring and/or scaffolding required for the installation of the line stop. d. Access ladder and lighting for the work area. e. Lifting services for the line stop equipment. f. Concrete support for line stop fitting. g. Pre-installation investigation to determine the pipeline size, material, outside diameter, and pipe wall thickness. h. Retrieval of a lost coupon if needed. i. All the services will need to be provided for the whole duration of the line stop. These services may be required after hours or on weekends depending on the favorable pipe flow and velocity scenarios required for the line stop. 4. The work for other unanticipated water improvements shall include the water improvement items that are not included in the base bid items.This will also include the following items for pipelines larger than 24" in Diameter, as requested by the City: a. Removal and Disposal of existing pipelines (all materials). b. Furnishing and installing new pipelines (all materials) either by conventional trenching or HDD method. C. Pipeline appurtenances including valves,fittings, and valve vaults/boxes. d. Connection using either conventional tapping sleeve&tee or hot tap tapping sleeve&valve. e. Point repair and extra length point repair for existing pipelines (all materials). f. Line stops for pipelines larger than 24" diameter (all materials). g. CCTV Inspection for water,wastewater or stormwater pipelines larger than 24" in diameter. 5. A change order will be required at the completion of the project to correct the amount for the allowance to the actual amount utilized.The Contractor shall provide a summary of all the costs used for this allowance under various DOs throughout the project. Alternates and Allowances 012310-5 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 012310-6 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in Article 17 of SECTION 00 72 00 GENERAL CONDITIONS for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A-1—Mobilization (Maximum 5%of Project Total): 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 and; d. Salaries for field personnel assigned to the Project related to the mobilization demobilization of the Project; 2. Unless indicated otherwise in the Bid Form, Mobilization (Max. 5%of Project Total)shall be measured by the lump sum. Payment shall be made per Delivery Order on the following basis: Measurement and Basis for Payment 0129 01- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Mobilization Payment= (Mobilization Lump Sum) ( no cost Contract Amount The initial monthly estimate will include 50%of the unit price bid minus retainage.The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. Mobilization may not exceed 5 percent of the total Contract Price for Delivery Order Improvements. B. Bid Item A-2—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 per each basis. Refer to sheets 40, 41 and 42 of the drawings for the SWPPP requirements. 3. The bid item will only be required for sites greater than 1 acre in area. For sites smaller than 1 acre,the NOI/NOT are not required (refer to section 0157 00 TEMPORARY CONTROLS), and the SWPPP for such sites will be subsidiary to the other work items. C. Bid Item B-1 to B-7—Remove and Dispose CIP/DIP/PVC Waterline (up to 5-ft of cover): 1. Payment by Linear Foot 2. Measurement for Remove CIP/DIP/PVC Waterline shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and Remove existing CIP/DIP/PVC Waterline. b. Properly dispose of CIP/DIP/PVC waterline, meeting all local, state, and federal regulations; C. Dewatering as defined in Section 0157 00. d. Any other items required to complete the demolition of the waterline in accordance with these Contract Documents that are not measured and paid for under another bid item. D. Bid Item B-8 to B-15— Remove and Dispose ACP Waterline (up to 5-ft of cover): 1. Payment by Linear Foot 2. Measurement for Remove ACP Waterline shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Excavate, remove, handle, transport and properly dispose of existing ACP Waterline. b. The removal, handling, transportation, and disposal of the ACP will be carried out by a Licensed Contractor in accordance with all local, state and federal regulations. C. Dewatering as defined in Section 0157 00. Measurement and Basis for Payment 0129 01-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 d. Any other items required to complete the demolition of the waterline in accordance with these Contract Documents that are not measured and paid for under another bid item. E. Bid Item B-16 to B-22 and B-23 to B-29 — Furnish and Install PVC Waterline by Open Trenching: 1. Payment by Linear Foot 2. Measurement for Install PVC Waterline by Open Trenching and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill. b. Embedment. C. Dewatering as defined in Section 0157 00. d. Furnish and install all water main (PVC pipe to have#12 copper coated tracer wire DIP shall be installed with polyethylene wrap) as shown on the plans. e. All materials,labor and equipmentto complete the hydrostatic testing,sterilization (including flushing and de-chlorination) and bacteriological testing. f. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. F. Bid Item B-31 to B-37—Furnish and Install DIP Waterline by Open Trenching: 1. Payment by Linear Foot 2. Measurement for Install DIP Waterline by Open Trenching and shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill. b. Embedment. C. Dewatering as defined in Section 0157 00. d. Furnish and install all water main (PVC pipe to have#12 copper coated tracer wire DIP shall be installed with polyethylene wrap) as shown on the plans. e. All materials,labor and equipmentto complete the hydrostatic testing,sterilization (including flushing and de-chlorination) and bacteriological testing. f. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. G. Bid Item B-30 and B-38— Extra Depth for Waterline Installations for Each Vertical Foot Over 5-ft of Cover, Added Linearly Along the Trench (All Pipe Sizes): 1. Payment by Linear Foot Measurement and Basis for Payment 0129 01-3 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Measurements for Extra Depth for Waterline Installations shall be full compensation for all labor, materials,and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. H. Bid Item B-39—Point Repair in Front Easement/ROW: 1. Payment by Each 2. Measurement for Point Repair shall be per Each and shall be full compensation for all labor, materials,and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and backfill. b. Cut and remove 10-ft. segment of host pipe. C. Furnish, and install 10-ft. section of Fusible PVC water main pipe as shown on the plans. d. Furnish and install transition coupling at each end. e. Associated Fittings. f. Dewatering as defined in Section 0157 00. g. Any other item required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. I. Bid Item B-40 to B-46—Watermain Installation by HDD (0-300') using Walkover Guidance Technology and B-49 to B-53 Watermain Installation by HDD (Greater Than 300' using Wireline Guidance Technology): 1. Payment by Linear Foot 2. Measurement for Install Fusible PVC Waterline by HDD shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and back fill to connect to existing water system. b. Furnish,fuse and install all Fusible PVC water main pipe as shown on the plans. C. Provide walk over or wireline guidance technology as noted on the bid form. d. Dewatering as defined in Section 0157 00. e. All materials,labor and equipmentto complete the hydrostatic testing,sterilization (including flushing and de-chlorination) and bacteriological testing. f. Site clean-up including hauling off the drilling fluids and cuttings to an approved disposal site. g. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. Measurement and Basis for Payment 0129 01-4 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 J. Bid Item B-47—Watermain Installation by HDD in Backyard Easement (0-300') using Walkover Guidance Technology and B-54 Watermain Installation by HDD in Backyard Easement (Greater Than 300' using Wireline Guidance Technology): 1. Payment by Linear Foot 2. Measurement for Install Fusible PVC Waterline by HDD in Backyard Easement shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Pre-construction exploratory excavation to determine locations/alignment, elevations and dimensions of the existing pipeline and appurtenances, in order to prevent damage to the existing infrastructure by HDD. b. Prepare a Plan of Action indicating the owner of the excavation performed and the information collected. C. Do not perform Work on the Project until all exploratory excavation items requested by the City have been completed and the Plan of Action has been approved by the Designer. d. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. e. Any other items required to complete the exploratory excavations in accordance with these Contract Documents that are not measured and paid for under another bid item. f. Excavation and back fill to connect to existing water system. g. Furnish,fuse and install all Fusible PVC water main pipe as shown on the plans. h. Provide walk over or wireline guidance technology as noted on the bid form. i. Dewatering as defined in Section 0157 00. j. All materials,labor and equipmentto complete the hydrostatic testing,sterilization (including flushing and de-chlorination) and bacteriological testing. k. Site clean-up including hauling off the drilling fluids and cuttings to an approved disposal site. I. Any other items required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. K. Bid Item B-48—Construct Horizontal Directional Drill Pads: 1. Payment by Each 2. This item will be measured by Each individual item installed to construct the drill entry pad at each work site, in accordance with the Contract Documents. This item includes, but is not limited to the following work: a. Furnish and install granular material to requirements of the HDD contractor. Measurement and Basis for Payment 0129 01-5 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. Remove all granular material and restore pad site to pre-construction conditions and contours. C. Dispose of all granular material according to Local, State and Federal regulations. d. Furnish Storm Water Pollution Prevention BMP's as specified in the Contract Documents. e. Install, maintain and remove silt. Silt fence shall completely surround the work area. f. Mud pits shall be excavated and constructed so that there is a berm around the pit upon completion. The contractor will install, maintain and remove silt fence around the outside of the berm during the course of the drilling activities. This silt fence is in addition to the silt fence that will surround the work area, noted above. g. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. L. Bid Item B-55 to B-63—Furnish and Install R. W. Gate Valves and Valve Box: 1. Payment by Each 2. Measurement for Gate Valve shall be per Each and shall be full compensation for all labor, materials,and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to. a. Furnish and install the valve complete with mega lug joint restraint fitting. b. Embedment. C. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. f. Any other items required to complete the installation of valves in accordance with these Contract Documents that are not measured and paid for under another bid item. M. Bid Item B-64 to B-91 — Furnish and Install Ductile Iron Fittings MJ with Mega Lug Joint Restraint Fitting: 1. Payment by Each 2. Measurement for Ductile Iron Fitting and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and install the fitting complete with mega lug joint restraint fitting. b. Embedment. C. Furnish and install any adapters or special fittings. d. Furnish and install polyethylene wrap. e. Furnish and install concrete thrust blocking. Measurement and Basis for Payment 0129 01-6 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 f. Any other items required to complete the installation of fittings in accordance with these Contract Documents that are not measured and paid for under another bid item. N. Bid Item B-92—Furnish and Install Copper or HDPE Short Service (Up to 5-ft of Cover): 1. Payment by Each 2. Measurement for Copper or HDPE Short Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, etc. as required to complete the service from the new water line to the property line, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 0157 00. C. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter — Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Contractor will re-install all components per city specs in new box without disconnecting MTU from Register and restore service for customers that are active. Contractor will notify the city after re-installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re-install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4-Components are damaged. Contractor will re-install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. e. Any other items required to complete the installation of the short water service in accordance with these Contract Documents that are not measured and paid for under another bid item. O. Bid Item B-93—Furnish and Install Copper or HDPE Long Service(Up to 5-ft of Cover): 1. Payment by Each Measurement and Basis for Payment 0129 01-7 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Measurement for Copper or HDPE Long Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, etc. as required to complete the service from the new water line to the property line. Including, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 0157 00. C. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter — Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Contractor will re-install all components per city specs in meter box without disconnecting MTU from Register and restore service for customers that are active. Contractor will notify the city after re-installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re-install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4-Components are damaged. Contractor will re-install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. e. Any other items required to complete the installation of the long water service in accordance with these Contract Documents that are not measured and paid for under another bid item. P. Bid Item B-94—Reconnect Copper or HDPE Existing Service to Waterline: 1. Payment by Each 2. Measurement for Reconnect Copper or HDPE Existing Service to Waterline and shall be per Each and shall be full compensation for all labor, materials,and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and Backfill, service saddle, corp stop. Measurement and Basis for Payment 0129 01-8 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. Any other items required to complete the reconnection in accordance with these Contract Documents that are not measured and paid for under another bid item. Q. Bid Item B-95 to B-102—Connect New Water Main to Existing Water Main by Conventional Method with Sleeve and Tee: 1. Payment by Each 2. Measurement for Connect New Water Main to Existing Water Main shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, including sleeve and tee etc. as required to complete the connection to the new water line. b. Any other items required to complete the connection in accordance with these Contract Documents that are not measured and paid for under another bid item. R. Bid Item B-103 to B-121—Connect New Water Main to Existing Water Main by Hot Tapping with Sleeve and Valve: 1. Payment by Each 2. Measurement for connect New Water Main to Existing by Hot Tapping with Sleeve and Valve shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, including sleeve and valve etc. as required to complete the connection to the new water line. b. Any other items required to complete the connection in accordance with these contract documents that are not measured and paid for under another bid item. S. Bid Item B-122 — Furnish and Install FH Assembly Long Lead (Tee, Pipe and Valve) Greater than 14' in Length: 1. Payment by Each 2. Measurement for Fire Hydrant Assembly and Long Fire Hydrant Lead shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavate and backfill. b. Dewatering as described in Section 0157 00. C. Furnish and install fire hydrant, valve, pipe, and Tee. d. Furnish and install drainage pit. e. Furnish and install thrust blocking. f. Sterilization (including flushing and de-chlorination) and bacteriological testing. Measurement and Basis for Payment 0129 01-9 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 g. Any other items required to complete the installation of fire hydrants in accordance with these Contract Documents that are not measured and paid for under another bid item. T. Bid Item B-123— Furnish and Install FH Assembly Short Lead (Tee, Pipe and Valve) Up to 14' in Length: 1. Payment by Each 2. Measurements for Fire Hydrant Assembly and Short Fire Hydrant Lead shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. a. Excavate and backfill. b. Dewatering as described in Section 0157 00. C. Furnish and install fire hydrant, valve, pipe, and Tee. d. Furnish and install drainage pit. e. Furnish and install thrust blocking. f. Sterilization (including flushing and de-chlorination) and bacteriological testing. g. Any other items required to complete the installation of fire hydrants in accordance with these Contract Documents that are not measured and paid for under another bid item. h. Contract Documents that are not measured and paid for under another bid item. U. Bid Item B-124—Remove Existing Fire Hydrant: 1. Payment by Each 2. Measurements for Remove Existing Fire Hydrant shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Excavate and Remove existing Fire Hydrant. b. Properly dispose of or stock pile existing fire hydrant and fittings, meeting all local, state, and federal regulations; C. Dewatering as defined in Section 0157 00. d. Any other items required to complete the demolition of the Fire Hydrant in accordance with these Contract Documents that are not measured and paid for under another bid item. V. Bid Item B-125— Furnish and Install Water Meter Box: 1. Payment by Each 2. Measurement for install Water Meter Box shall be per Each and shall be full compensation for all labor, materials, and equipment required to install only the meter box. The meter, register, and MTU will be furnished by the City of Corpus Christi. The Measurement and Basis for Payment 012901- 10 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 installation will provide a complete and functioning system as required by the Contract Documents. W. Bid Item B-126 to B-130—Furnish and Install Valve Vault: 1. Payment by Each 2. Measurement for Furnish and Install Valve Vault shall be per Each and shall be full compensation for all labor, materials, and equipment required to install only the valve vault and provide a complete and functioning system as required by the Contract Documents. The submittals for the valve vaults will need to be approved by the City before installation. X. Bid Item B-131 and B-132—Adjust Valve Box: 1. Payment by Each 2. Measurement for Adjust Valve Box shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. Y. Bid Item B-133—Trench Safety for Remove and Install Waterline (up to 5-ft cover): 1. Payment by Linear Foot 2. Measurement for Trench Safety shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Standard Specification 022022 Trench Safety for Excavation. b. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. Z. Bid Item B-134 — Extra Depth for Trench Safety for Remove and Install Waterline (All Pipe Sizes): 1. Payment by Linear Foot 2. Measurements for Extra Depth for Trench Safety for Remove and Install Waterline shall be full compensation for all labor, materials, and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. AA. Bid Item B-135—Trench Safety for Horizontal Directional Drill Pits (All Pipe Sizes): 1. Payment by Each 2. Measurement for Trench Safety shall be per Each and shall be full compensation for all labor, materials,and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Standard Specification 022022 Trench Safety for Excavation. Measurement and Basis for Payment 012901- 11 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. BB. Bid Item B-136— Furnish and Install Cement Stabilized Sand: 1. Payment by Ton 2. Measurement for Cement Stabilized Sand shall be per Ton and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. CC. Bid Item B-137—Clearing and Grubbing: 1. Payment by Acre 2. Measurementfor Clearing and Grubbing shall be per Acre and shall be full compensation for all labor, materials, and equipment required complete this item of work as required by the Contract Documents including but not limited to: a. Cut, remove, haul and dispose of unwanted surface material including brush, grass, weeds,trees (less than 4" diameter) and other materials identified in the contract documents. b. Remove and dispose of all unwanted vegetative matter from underground, such as stumps, roots, buried logs, and other debris. C. Any other items required to complete Clearing and Grubbing in accordance with these Contract Documents that are not measured and paid for under a separate bid item. DD. Bid Item B-138— Furnish and Install Asphalt Pavement Repair: 1. Payment by Square Yard 2. Asphaltic Pavement repair shall be measured by the Square Yard of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted asphalt material. b. Furnish and place Flexible base (Limestone Type 'A' Grade 1). Finished base course of the thickness as indicated in the Contract Documents. C. Furnishing and applying prime coat. d. Furnishing, placing and compacting asphaltic concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. EE. Bid Item B-139—Sawcut Asphalt (All Thickness): 1. Payment by Linear Foot 2. Sawcut Asphalt(AII Thickness)shall be measured by the Linear Foot of Sawcut pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: Measurement and Basis for Payment 012901- 12 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 a. Saw cutting the pavement with a vertical cut to the depth required. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. FF. Bid Item B-140— Furnish and Install Asphalt Overlay Per 2" lift greater than 2"thickness: 1. Payment by Square Yard 2. Asphalt Overlay Per 2" lift greater than 2" thickness shall be measured by the Square Yard of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Furnishing and applying tack coat between each 2"thickness of asphalt as required. b. Furnishing, placing and compacting asphaltic concrete. C. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. GG. Bid Item B-141—Remove Asphalt Per 2" lift greater than 2"thickness: 1. Payment by Square Yard 2. Remove Asphalt Per 2" lift greater than 2" thickness shall be measured by the Square Yard of removed pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removing, asphaltic concrete from the cut area and loading on to trucks for haulage. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. HH. Bid Item B-142 to B-144—Furnish and Install Compacted Limestone Base: 1. Payment by Square Yard 2. Furnish and Install Compacted Limestone Base shall be measured by the Square Yard of installed limestone base, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Furnishing, placing and compacting limestone base of the required thickness. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. II. Bid Item B-145— Furnish and Install Concrete Pavement Repair: 1. Payment by Square Foot 2. Concrete Pavement Repair shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete pavement. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. Measurement and Basis for Payment 012901- 13 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. JJ. Bid Item B-146—Sawcut Concrete Per 2" lift greater than 8"thickness: 1. Payment by Linear Foot 2. Sawcut Concrete Per 2" lift greater than 8" thickness shall be measured by the Linear Foot of Sawcut pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Saw cutting the concrete pavement with vertical cut to the depth required. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. KK. Bid Item B-147— Furnish and Install Concrete Thickness per 2" lift greater than 8"thickness: 1. Payment by Square Foot 2. Concrete Thickness Per 2" lift greater than 8"thickness shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents.This item includes, but is not limited to,the following work: a. Constructing the form work and placing reinforcing steel. b. Furnishing, placing and finishing concrete. C. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. LL. Bid Item B-148—Remove Concrete Per 2" lift greater than 8"thickness: 1. Payment by Square Foot 2. Remove Concrete Per 2" Lift greater the 8" thickness shall be measured by the Square Foot of removed pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removing the concrete pavement from the cut area and loading on to trucks for haulage. b. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. MM.Bid Item B-149— Furnish and Install Concrete Driveway Repair: 1. Payment by Square Foot 2. Concrete Driveway Repair shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete driveway. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. Measurement and Basis for Payment 012901- 14 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 d. Furnishing, placing and finishing the concrete pavement. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. NN. Bid Item B-150— Furnish and Install Concrete Curb Ramp Repair: 1. Payment by Square Foot 2. Concrete Curb Ramp Repair shall be measured bythe Square Foot of finished curb ramp, in accordance with the Contract Documents. This item includes, but is not limited to, the following work: a. Removal of all previously excavated unwanted concrete curb ramp. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. 00. Bid Item B-151— Furnish and Install Concrete Curb and Gutter Repair: 1. Payment by Linear Foot 2. Concrete Curb and Gutter Repair shall be measured by the Linear Foot of finished curb and gutter of the required length, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete curb and gutter. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. PP. Bid Item B-152— Furnish and Install Concrete Valley Gutter Repair: 1. Payment by Linear Foot 2. Concrete Valley Gutter Repair shall be measured by the Linear Foot of finished gutter of the required length, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete valley gutter. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. Measurement and Basis for Payment 012901- 15 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 C.Q. Bid Item B-153— Furnish and Install Concrete Sidewalk Repair: 1. Payment by Square Foot 2. Concrete Sidewalk Repair shall be measured by the Square Foot of finished sidewalk, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete sidewalk. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. RR. Bid Item B-154— Furnish and Install Seeding: 1. Payment by Square Yard 2. Measurement for Seeding shall be per Square Yard and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Seed,fertilize, water, and maintain through specified establishment of grass cover including provision of topsoil. b. Any other items required to complete the seeding in accordance with these Contract Documents that are not measured and paid for under another bid item. SS. Bid Item B-155— Furnish and Install Sodding: 1. Payment by Square Yard 2. Measurement for Sodding shall be per Square Yard and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Sod, fertilize, water, and maintain through specified establishment of grass cover including provision of topsoil. b. Any other items required to complete the sodding in accordance with these Contract Documents that are not measured and paid for under another bid item. TT. Bid Item B-156— Furnish and Install Wooden Fence: 1. Payment by Linear Foot 2. Measurement for Wooden Fence and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and Install wood fence including all posts, wood fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. Measurement and Basis for Payment 012901- 16 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. UU. Bid Item B-157— Furnish and Install Chain Link Fencing: 1. Payment by Linear Foot 2. Measurement for Chain Link Fencing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and Install chain link fence including all posts, chain link fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. VV. Bid Item B-158 — Haul Off Concrete (Greater that 8" in Thickness) and Asphalt (Greater than 2" in Thickness): 1. Payment by Hour 2. Measurement for Haul Off Concrete(Greater that 8" in Thickness) and Asphalt(Greater than 2" in Thickness) shall be per hour and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Handle,transport and properly dispose of existing concrete asphalt. b. Handling, transportation and disposal of the concrete and asphalt will be carried out by a Licensed Contractor in accordance with all local, state and federal regulations. WW. Bid Item B-159 —Tree Removal 4" - 8" in Diameter and Bid Item B-160 —Tree Removal Greater than 8" in Diameter: 1. Payment by Each 2. Measurement for Tree Removal and shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Remove and dispose of tree(s) identified in the Contract Documents. b. The diameter of the tree shall be measured at 3 feet height above the ground.Trees less than 4" diameter shall be considered as brush and will be covered under clearing and grubbing.Trees with multiple trunks at the point of measurement shall be measured separately and paid accordingly for the specified diameter. Removal of the stump is subsidiary to tree removal. C. Any other items required to complete tree removal in accordance with these Contract Documents that are not measured and paid for under a separate bid item. XX. Bid Item B-161—Remove and Replace Existing Wooden Fence: 1. Payment by Linear Foot Measurement and Basis for Payment 012901- 17 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Measurement for Wooden Fence and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and Install wood fence including all posts, wood fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. YY. Bid Item B-162—Remove and Replace Chain Link Fencing: 1. Payment by Linear Foot 2. Measurement for Chain Link Fencing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and Install chain link fence including all posts, chain link fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. ZZ. Bid Item B- 163—Silt Fence and B-164— Fiber Rolls: 1. Payment by Linear Foot 2. Measurement for Silt Fence and Fiber Rolls shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish, install, maintain, and remove all Silt Fence and Fiber Rolls erosion control devices and practices as described by the Storm Water Quality Management Plan (refer to sheet 40-42 of the drawings). b. Any other items required to complete the Silt Fence and Fiber Rolls erosion control devices in accordance with these Contract Documents that are not measured and paid for under another bid item. AAA. Bid Item B-165—Rock Filter Dam and B-166—Construction Entrance/Exit: 1. Payment by Lump Sum 2. Measurement for Rock Filter Dam, and Construction Entrance/Exit shall be full compensation for all labor, materials and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. a. Furnish, install, maintain and remove Rock Filter Dam and construction Entrance/Exit as described by the Storm Water Quality Management Plan (refer to sheet 40-42 of the drawings). Measurement and Basis for Payment 012901- 18 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. Any other items required to complete the Rock Filter Dam in accordance with these Contract Documents that are not measured and paid for under another bid item. BBB. Bid Item B-167—Furnish and Install Well Pointing for Waterline Installation (Up to 5-ft of Cover): 1. Payment by Linear Foot 2. Well pointing is not dewatering as described in Section 0157 00. 3. Measurement for Well Pointing shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. All pumps, piping, hoses well points and material required to provide a suitable working environment. b. Disposal of water. (See also Section 0157 00). C. Any other items required to complete the well pointing in accordance with these Contract Documents that are not measured and paid for under bid item. CCC.Bid Item B-168 — Extra Depth for Well Pointing for Waterline Installation for Each Vertical Foot Over 5-ft of Cover,Added Linearly Along the Trench (All Pipe Sizes): 1. Payment by Linear Foot 2. Measurement for Extra Depth for Well Pointing Installation shall be full compensation for all labor, materials, and equipment required to complete the system in accordance with these Contract Documents that are not measured and paid for under bid item. DDD. Bid Item B-169—Curb Inlet Protection: 1. Payment by Linear Foot 2. Measurement for Extra Depth for Curb Inlet Protection shall be full compensation for all labor, materials, and equipment required to provide curb inlet protection in accordance with these Contract Documents that are not measured and paid for under bid item. EEE. Bid Item B-170—Owner Directed Pothole Utility : 1. Payment by Each 2. Pothole Utility as a part of the Pre-Construction Exploratory Excavation for the project as per General Conditions Article 19.0, will be subsidiary to the base bid items for each Delivery Order. The Bid Item for "Owner Directed Pothole Utility" will be used if requested by the City for a specific Delivery Order. Prior to pre-construction exploratory excavation,the City may request CCTV inspection with electronic location technology to determine the location of existing utilities in order to avoid conflict with the water line HDD installation. CCTV inspection is a separate bid item, which will be used for pre- construction inspection as requested by the City. 3. Measurements for Pothole Utility shall be full compensation for all labor, materials and equipment required to perform Pothole Utility work in order to determine the location and elevation of the existing utilities as requested by the City. FFF. Bid Item B-171—CCTV Inspection of Existing Utility (6"-24" Pipelines): Measurement and Basis for Payment 012901- 19 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 1. Payment by Liner Foot 2. Measurement for the closed-circuit televising (CCTV) inspection of pipelines (6"-24") shall be per linear foot and shall include full compensation for all labor, materials, and equipment required to provide the following services as requested by the City: a. CCTV inspections for waterlines, sewers, or stormwater lines ranging from 6" to 24" in size. b. All CCTV inspections shall meet Pipeline Assessment Certification Program (PACP) guidelines. C. CCTV cameras with electronic location technology shall be used when determining existing utility locations prior to water line installation by HDD. Post- construction inspection may also be requested by the City to ensure any existing utility was not damaged. d. PACP rating of sectional segment shall be provided with PDF,JPG, and MGP files. Videos shall be clear,free of static and of high quality to ensure possible pipe defects or cross bores can be easily identified. GGG. Bid Item B-172 to B-179—Furnish and Install Waterline Cap: 1. Payment by Each 2. Measurement for Waterline Cap shall include full compensation for furnishing and installing the following items including all labor, materials and equipment: a. Waterline Caps along with 2-inch risers required to complete and test the system in accordance with these Contract Documents that are not measured and paid for under bid item. b. All other Waterline Caps with 2-inch risers not paid separately under other bid items. HHH. Bid Item B-180—Emergency-Trench Excavation Safety Protection (All Depths): 1. Payment by Linear Foot 2. Measurement for Trench Excavation Safety Protection shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. OSHA Trench Safety shall be provided for any excavation or any part of a trench regardless of depth and shall include the cost to provide trench safety as set out in Standard Specification 022022 Trench Safety for Excavation. b. Any other items required to complete the OSHA Trench Protection in accordance with these Contract Documents that are not measured and paid for under another bid item. III. Bid Item B-181 to B-198—Emergency- Point Repair in Front and Rear/Side Easement/ROW: 1. Payment by Each Measurement and Basis for Payment 012901-20 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Measurement for Point Repair shall be per Each and shall be full compensation for all labor, materials,and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Excavation and backfill. b. Cut and remove 10-ft. segment of host pipe. C. Furnish, and install 10-ft. section of Fusible PVC water main pipe as shown on the plans. d. Furnish and install transition coupling at each end. e. Associated Fittings. f. Dewatering as defined in Section 0157 00. g. Any other item required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. JJJ. Bid Item B-199 to B-216—Emergency- Extra Length Point Repair in Front and Rear Easement/ROW 1. Payment by Linear Foot 2. Measurement for Extra Length Point Repair shall be per linear foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Excavation and backfill. b. Cut and remove 10-ft. segment of host pipe. C. Furnish, and install 10-ft. section of Fusible PVC water main pipe as shown on the plans. d. Furnish and install transition coupling at each end. e. Associated Fittings. f. Dewatering as defined in Section 0157 00. g. Any other item required to complete the water line improvements in accordance with these Contract Documents that are not measured and paid for under another bid item. KKK.Bid Item B-217—Emergency- Remove and Replace Asphalt Pavement, 3" HMAC and 12" Limestone Base: 1. Payment by Square Yard 2. Asphalt Pavement removal and replacement shall be measured by the Square Yard of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted asphalt material. Measurement and Basis for Payment 012901-21 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. Furnish and place Flexible base. Finished base course of the thickness as indicated in the Contract Documents. C. Furnishing and applying prime coat. d. Furnishing, placing, and compacting asphaltic concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. LLL. Bid Item B-218—Emergency- Remove and Replace Concrete Pavement, up to 12"Thick: 1. Payment by Square Yard 2. Concrete Pavement removal and replacement up to 12"thickness shall be measured by the Square yard of finished pavement, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Constructing the form work and placing reinforcing steel. b. Furnishing, removing, replacing, and finishing concrete. C. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. MMM. Bid Item B-219—Emergency- Furnish and Install Temporary Asphalt Pavement, Up to 8" Thick: 1. Payment by Square Yard 2. Furnish and Install Temporary Asphalt Pavement shall be measured by the Square Yard of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted material. b. Furnish and place Flexible base. Finished base course of the thickness as indicated in the Contract Documents. C. Furnishing and applying prime coat. d. Furnishing, placing, and compacting asphaltic concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. NNN. Bid Item B-220—Emergency- Flowable Fill Backfill, Complete and In-Place: 1. Payment by Cubic Yard 2. Measurement for Flowable Fill Backfill shall be per Cubic Yard and shall be full compensation for supplying all labor, equipment, and materials for installing the flowable fill including the extra excavation, shoring, and all work required to install additional flowable fill. 000. Bid Item B-221—Emergency-Cement Stabilized Sand, Complete and In-Place: 1. Payment by Ton Measurement and Basis for Payment 012901-22 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Measurement for Cement Stabilized Sand shall be per Ton and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents. PPP.Bid Item B-222—Emergency-Site Restoration with Seeding: 1. Payment by Square Foot 2. Measurement for Site Restoration with Seeding shall be per Square Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Seed,fertilize, water, and maintain through specified establishment of grass cover including provision of topsoil. b. Any other items required to complete the seeding in accordance with these Contract Documents that are not measured and paid for under another bid item. C.C.Q. Bid Item B-223—Emergency-Site Restoration with Sodding: 1. Payment by Square Foot 2. Measurement for Site Restoration and Sodding and shall be per Square Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Sod, fertilize, water, and maintain through specified establishment of grass cover including provision of topsoil. b. Any other items required to complete the sodding in accordance with these Contract Documents that are not measured and paid for under another bid item. RRR.Bid Item B-224—Emergency- Remove and Replace Chain Link Fence: 1. Payment by Linear Foot 2. Measurement for Removal and Replacement of Chain Link Fencing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: a. Furnish and Install chain link fence including all posts, chain link fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. SSS. Bid Item B-225—Emergency- Remove and Replace Wooden Fence: 1. Payment by Linear Foot 2. Measurement for Removal and Replacement of Wooden Fence and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required by the Contract Documents including but not limited to: Measurement and Basis for Payment 012901-23 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 a. Furnish and Install wood fence including all posts, wood fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. TTT. Bid Item B-226—Emergency- Install New Chain Link Fence: 1. Payment by Linear Foot 2. Measurement for New Chain Link Fencing and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and Install chain link fence including all posts, chain link fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. UUU. Bid Item B-227—Emergency-Install New Wooden Fence: 1. Payment by Linear Foot 2. Measurement for New Wooden Fence and shall be per Linear Foot and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and Install wood fence including all posts, wood fabric, and gates. b. It is the intent that the fence be restored to pre-construction or better condition. C. Any other items required to complete the fence in accordance with these Contract Documents that are not measured and paid for under another bid item. VVV.Bid Item B-228—Emergency-Remove and Replace Concrete Driveway: 1. Payment by Square Foot 2. Remove and Replace Concrete Driveway shall be measured by the Square Foot of finished pavement of the required thickness, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete driveway. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete pavement. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. WWW. Bid Item B-229—Emergency-Remove and Replace Concrete Sidewalk: 1. Payment by Square Foot Measurement and Basis for Payment 012901-24 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Remove and Replace Concrete Sidewalk shall be measured by the Square Foot of finished sidewalk, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete sidewalk. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. XXX.Bid Item B-230—Emergency- Remove and Replace Curb and Gutter: 1. Payment by Linear Foot 2. Remove and Replace Concrete Curb and Gutter shall be measured by the Linear Foot of finished curb and gutter of the required length, in accordance with the Contract Documents. This item includes, but is not limited to,the following work: a. Removal of all previously excavated unwanted concrete curb and gutter. b. Grading and stabilizing the sub-grade with lime (as required). C. Constructing the formwork and placing reinforcing steel. d. Furnishing, placing and finishing the concrete. e. Any other work required to complete this item in accordance with these Contract Documents that are not measured and paid for under another bid item. YYY. Bid Item B-231—Emergency- Furnish and Install Copper or HDPE Short Service (Up to 5-ft of Cover): 1. Payment by Each 2. Measurement for Copper or HDPE Short Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, etc. as required to complete the service from the new water line to the property line, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 0157 00. C. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter — Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Contractor will re-install all components per city specs in new box without disconnecting MTU from Register and restore service for customers that are Measurement and Basis for Payment 012901-25 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 active. Contractor will notify the city after re-installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re-install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4-Components are damaged. Contractor will re-install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. e. Any other items required to complete the installation of the short water service in accordance with these Contract Documents that are not measured and paid for under another bid item. ZZZ. Bid Item B-232—Emergency- Furnish and Install Copper or HDPE Long Service (Up to 5-ft of Cover): 1. Payment by Each 2. Measurement for Copper or HDPE Long Service shall be per Each and shall be full compensation for all labor, materials, and equipment required to provide a complete and functioning system as required bythe Contract Documents including but not limited to: a. Furnish and install all pipe, fittings, etc. as required to complete the service from the new water line to the property line. Including, Excavation and Backfill, Service Saddle, Corp Stop, Service Line, and Meter Valve. b. Dewatering as defined in Section 0157 00. C. Adjusting the existing meter box to grade. d. Reconnecting Existing Meter — Contractor shall reconnect to existing City components per one (1) of the following scenarios: 1) Scenario 1 - Meter, Register, and MTU are present and do not show signs of physical damage. Contractor will re-install all components per city specs in meter box without disconnecting MTU from Register and restore service for customers that are active. Contractor will notify the city after re-installs are complete and a city meter technician will verify that the meters are working properly and make any repairs necessary. Measurement and Basis for Payment 012901-26 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2) Scenario 2 - MTU is missing but register and meter show no signs of physical damage. Contractor will re-install Meter and Register then notify City that an MTU is missing at specific address. 3) Scenario 3 - MTU and Register are missing or all components are missing and or there is a straight connection. Contractor shall notify the city and a technician will investigate and determine necessary action. 4) Scenario 4-Components are damaged. Contractor will re-install components but should take a photo of the components in its original condition to verify that the damaged was not caused by the contractor. e. Any other items required to complete the installation of the long water service in accordance with these Contract Documents that are not measured and paid for under another bid item. AAAA. 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. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES: 1. See specification "0123 10 Alternates and Allowances". 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 012901-27 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 5/2020 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 0133 01 Submittal Register Note:This document is not a comprehensive list of required submittals.Deviation from the approved drawings and specifications will require an approved submittal. FR i 022020 Excavation Backfill Utilities 022022 Trench Safety for Excavations 022100 ISelect Material 025620 Concrete Pavement 025223 Crushed Limestone Flexible Base 025404 Asphalts Oils and Emulsions 025412 Prime Coat 025424 HMAC Pavement 026204 Polyvinyl Chloride Pipe-ASTM 026206 Ductile Iron Pipe and Fittings 026210 Polyvinyl Chloride Pipe-AWWA 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeve and Tapping Valves 026411 JGate Valves For Waterlines 026416 Fire Hydrants 027205 Fiberglass Manholes 028020 Seeding 028040 Sodding 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 02340 Boring and Casing Roadways and Railroads 02449 Installation of Utilities by Horizontal Directional Drilling 02512 Fusible Polyvinyl Chloride Pipe 05020 Welding 09910 Painting 15060 Miscellaneous Piping 15104 Gate Vales 15108 Combination Air Release and Vacuum Valve TxDOT Temporary Line Stop Type Valve SS7079 Notes: 1.List of Qualifications to be submitted for the individual(s)performing site restoration work,including education,certification in inspection cleaning and restoration,working knowledge of hand and power tools,and site restoration experience of five projects similar in size and scope in the last five years. 2.Delivery Orders may also request additional specific submittals as a result of the particular scope. Submittal Register Citywide Waterline Repair/Replace-Large Diameter IDIQ FY2023 Part B 01 33 01-1 Project No.23107 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 DELIVERY ORDER PROCESS A. The Owner will issue a Draft Delivery Order to the Contractor providing the scope of work. The Delivery Order Documents will contain site maps, estimated quantities, estimated time of completion and a time/date for a Pre-Construction Walk-Through. The Contractor is required to meet the City Inspector and Design Engineer at the site within 7 calendar days of the issued Draft Delivery Order. B. The Delivery Order may include multiple line segments and manholes but will be located within the same general vicinity and will be treated as a single "work site". C. During the Pre-Construction Walk-Through, the Contractor will confirm the estimated quantities provided by the Owner and ask for any additional clarifications. Within 3 calendar days after the Contractor's questions are answered,the quantities are confirmed and a Final Delivery Order Document is forwarded to the Contractor, the Contractor will complete and submit a signed Delivery Order with confirmation of the Contract Time. D. The Contractor is not authorized to perform work until the Final Delivery Order is approved and a Notice to Proceed is issued. Mobilization must begin within 7 calendar days of Notice to Proceed for each Delivery Order, or as approved by Owner. E. The Notice to Proceed date will be the commencement date for the purposes of the measurement of Contract Time for an individual Delivery Order. A sample Delivery Order package is included in the Bid Documents Appendix 1 as an example of the Work to be bid. The Contractor must acknowledge the Delivery Order approved by the City by signing the estimate page of the executed Delivery Order. If the Contractor starts the work on the Delivery Order without signing the acknowledgment, the Contractor agrees to the terms included in the executed Delivery Order. F. Special requirements regarding the provision of the record documents including record drawings or as-built drawings are described under Section 00 73 00 SUPPLEMENTARY CONDITIONS. The corresponding Attachment A for example record drawing exhibit and Attachment B for example template forms pertaining to these requirements are included in this specification. 1.02 CONSTRUCTION SEQUENCE A. The Working Time allowed for each Delivery Order will be based upon the production rates included on Sheet 2 of the IDIQ Plans. B. Contractor shall submit typical construction sequence plans to the Owner as part of the various work required in the Contract Documents, prior to the pre-construction conference. C. Each submittal shall outline the Contractor's anticipated construction sequence to include mobilization; utility locates; set-up of traffic control, bypass, and dewatering systems; rehabilitation/replacement construction; testing; site restoration; substantial and final completion. Special Procedures 013500- 1 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 D. The submittals shall outline the Contractor's anticipated construction sequence for the various types of Delivery Orders that are anticipated under this Contract,to include: 1. Open-Cut Water Line Remove and Replace 2. Open-Cut Water Line Point Repair 3. Water line by Horizontal Directional Drilling 4. CIP/DIP/PVC Water Line 5. Fire Hydrants, Pavement Repair, Valves/Fittings, Services and Other Miscellaneous Items E. The submittals shall also outline the Contractor's anticipated construction sequence for the various work site locations that are anticipated under this Contract, to include, but is not limited to:work in residential, collector, or arterial roadways, and within rear lot easements. 1.03 EMERGENCY RESPONSE REQUIREMENTS A. Description In the event that City maintenance crews are unable to perform emergency response and repairs for the water distribution system, the CONTRACTOR may be called upon to perform these services. In such an event,the work will include providing on-call, emergency services. Emergencies will be unplanned events, and will require that the CONTRACTOR provide immediate response (as described in Section 1.03 D) to repair/ replace one or more components of the water system due to failure, collapse, blockage, leak, valve replacement, etc. The CONTRACTOR shall furnish and install all material and equipment required to complete the Work in compliance with all applicable provisions of the Contract Documents. Activities by the CONTRACTOR for emergency water line repairs may include, but are not limited to: 1. Setup, maintenance, and operation of temporary traffic controls in accordance with Texas Manual on Uniform Traffic Control Devices (MUTCD) and to the satisfaction of City of Corpus Christi Right-of-Way Management Department; 2. Removal, repair and/or replacement of existing water lines, service connections, and appurtenances; 3. Dewatering excavations with a well points system or suitable size and number of pumps to promptly provide a safe working environment while making necessary repairs; 4. Having the ability to provide available workforce to work around the clock as needed to eliminate the emergency condition.Work on other, non-emergency projects under this contract may be temporarily suspended, as per City's direction, to divert the CONTRACTOR's resources to the emergency project(s), if needed; 5. Temporary or permanent restoration/replacement of roadway pavement materials, curb and gutter, sidewalk, driveways,vegetation, plants, etc. as directed by the Owner; 6. Hauling and disposal of unused materials. Special Procedures 013500-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 B. Definitions 1. Emergency Response Delivery Order: Emergency Response DO shall be designated by the Owner but will generally consist of a problem with the water distribution system which requires the CONTRACTOR to immediately mobilize and provide a remedy. An emergency is not planned in advance and is a direct result of a water distribution system failure, collapse, blockage, leak, valve replacement, etc. C. Construction Methods 1. The Contractor shall have the Project Manager, Project Superintendent,Safety Manager or other approved employee on call at all times prepared to respond to emergency delivery orders. 2. Construction methods for emergency response items will vary on a case by case basis, depending on the nature of the emergency. Upon notification by the Owner that an emergency repair is needed, the Contractor and Owner will meet immediately to coordinate an efficient response strategy and subsequent construction methods. An emergency may require that only the prime Contractor respond, or may require that the Contractor and sub-contractors respond as well. 3. To the extent possible, all existing adjacent utilities shall be located by the Contractor and protected to ensure further damage does not occur to other utilities. Any existing utilities that will be damaged during the construction shall be repaired and restored by the Contractor at no additional cost to the Owner. D. Contractor Response Time 1. Once an emergency occurs,the Owner will immediately notify the Contractor's primary contact via telephone. In the event the primary contact is not able to be reached, the Owner will phone the Contractor's secondary contact. If secondary contact is also not able to be reached on the first try, the initial notification time will be assumed as the time when the secondary contact number was first tried; this will respectively impact the response time and the corresponding liquidated damages.The Contractor must be prepared to comply with the following maximum response times: a. When the Contractor is notified of an emergency on a Working Day between the hours of 7:00 am and 6:00 pm,the Contractor shall have a crew foreman or higher dispatched to the Work site within one (1) hour of initial notification to evaluate the emergency and coordinate the Work with City staff. b. When the Contractor is notified of an emergency at any time on a non-Working Day, or between the hours 6:00 pm and 7:00 am,the Contractor shall have a crew foreman or higher dispatched to the Work site within three (3) hours of initial notification to evaluate the emergency and coordinate the Work with City staff. C. The Contractor is required to be mobilized to the Work site and begin productive work towards resolution of the emergency condition and have in place all mitigation measures to prevent further damage to public and private property within six(6) hours of the first meeting on site. 2. The Contractor shall be required to maintain continuous operations (24 hours per day, 7 days per week), until the emergency condition(s) has/have been rectified and the danger to the Public has been resolved. Once the emergency condition(s) have been Special Procedures 013500-3 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 mitigated, any remaining work for the site will be issued separately as a non-emergency Delivery Order. 3. The Contractor may be required to respond to multiple emergencies at the same time. 4. At the sole discretion of the Owner,the Contractor's response time may be adjusted on a case by case basis to accommodate site specific conditions or specialized equipment requirements. E. Measurement and Payment 1. All work performed as a result of an emergency notification will be paid for using the Emergency Bid Items in SECTION 00 30 01 BID FORM of the Contract Documents. Emergency items other than the ones included under the base bid items will be paid for using the Allowance C-6 for"Other Emergency Items" as described in SECTION 0123 10 ALTERNATES AND ALLOWANCES of the Contract Documents. 2. Once the emergency condition(s) have been mitigated, any remaining work for the site will be issued separately as a non-emergency Delivery Order. The remaining non- emergency work will be paid using regular base bid items and not the emergency base bid items. 3. No separate payment will be made for the Contractor being "on-call", for preparatory efforts, or for equipment and material purchases made that were not used for any specific emergency project. 1.04 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 Special Procedures 013500-4 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 C. Submit plan 2 weeks prior to beginning the Work. 1.05 CRITICAL OPERATIONS—NOT APPLICABLE 1.06 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow-off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves,gates or adjacent structures. 2.00 PRODUCTS(NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 013500-5 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 10/2018 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 U1 J5 UU AiTACHMENTA MINIMUM REQUIREMENTS FOR CONTRACTOR AS-BUILT DRAWINGS FOR WATER DISTRIBUTION SYSTEM IDIQ DELIVERY ORDERS CONTRACTOR SHALL SUBMIT A KEY MAP OF EACH DO SITE ALONG WITH LETTER SIZE DRAWINGS/SKETCHES OF EACH WATER INTERSECTION SHOWING ALL INSTALLED PIPE, VALVES, HYDRANTS, LINE STOPS, FITTINGS, CASINGS, SERVICE LINES, METERS, AND ABANDONED/REMOVED WATER LINES. A SEPARATE MAP FOR ABANDONED/REMOVED WATER LINES SHOULD BE USED FOR CLARITY AS NEEDED. MAPS SHALL INCLUDE NORTHING AND EASTING COORDINATES OF ALL VALVES AND HYDRANTS. KEY MAPS SHALL CALL OUT THE TOTAL LENGTHS OF WATER LINES INSTALLED BY SIZE, MATERIAL, AND HDD/BORE, AS APPLICABLE. THE DETAILED WATER LAYOUT TIE DRAWINGS SHALL ALSO INCLUDE THE FOLLOWING INFORMATION: NORTH ARROW, STREET NAMES AND ADDRESSES; HYDRANT/VALVE TYPE, MAKE, AND MODEL, INDICATE IF VALVE INTALLED IN VAULT; PIPE MATERIAL, STANDARD, AND PRESSURE RATING; FIELD MEASURED DISTANCES FROM CURBS, FENCES, OR OTHER SITE FEATURES. A PIPING ISOMETRIC DETAIL SKETCH OR PROFILE SHALL BE PROVIDED WHERE NEEDED TO SHOW COMPLEX CHANGES IN LINE ALIGNMENT OR CROSSINGS WITH OTHER UTILITIES. EXAMPLE HYPOTHETICAL DELIVERY ORDER KEY MAP OF WATER LAYOUT TIE DRAWINGS CONNECT TO EXIST 6"ACP MAP NO.24 6"90 DEG BEND USING 4"x 6"TEE N:39374736.64 N:39574265.32 E:28432979.34 E:23751668.21 MAP NO.3 PROP.4"GATE VALVE , ABANDON 300 LF N:28347523.98 4"CIP E:23972383.34 END CASING N:39374536.64 " E:28463978.34 F PROP.4"C900 DR18 PROP.FIRE HYDRANT PROP.FUSIBLE 4" PVC WATERLINE N:39374736.64 C900 DR18 PVC BY OPEN CUTE:28462978.34 a APPROX.958LF TRENCHLESS CONSTRUCTION PROP.4"GATE VALVE a APPROX.71 LF N:28247823.98 BEGIN CASING E:23961283.34 N:39374736.64 E:28462978.34 � eo. a r MAP NO.01 d n N CONNECTTOEXIST6"ACP USING 4"x 6"TEE N:39428763.21 E:23987246.25 SCALE: 1" = 250 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C91 1 E965 EXAMPLE DETAILED WATER LAYOUT TIE DRAWINGS C) oo [EMPORARY CONSYRUCY I ON EASNAENY ................ mull Iflm� C C G) 0 ............... .......... ^ lam 6"AC jjjjj�l 111111, 6"AC 1101 FO' I MAP NO. 01 35' 6"AC 6"AC 0 OfO , ® , 0) 0 =tr MAP NO. 02 MAP NO. 03 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 01 35 00 ATTACHMENT B EXAMPLE FORM TEMPLATES FOR AS-BUILT DRAWINGS FOR WATER DISTRIBUTION SYSTEM IDIQ DELIVERY ORDERS DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 NORTH E.QP STREET 't E.U.P. � w PROJECT NO. 2-2 y� - PROPERTY LINE DATE 12 --7- 5 � + EU.P. - EDGE OF PAVEMENT WATER LAYOUTNO. DRAWN BY DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 , 43 �0 CP'e NORTH P, STREET ' C P V c V V EDP D A-6 $- C ' C . b ` p IF V-N w PROJECT NO. 87 y�' — PROPERTY LINE DATE 2 - /�p' �-5 + E:0 P—EDGE OF PAVEMENT WATER LAYOUT NO DRAWN BY DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 zi A _ r NORTH \ B oc STREET B.O:C. . . ..F � . . p SW PC A_3 _S�7 PROJECT NO. PROPERTY LINE DATE S - SIDEWALK MATER LAYOUT NO. OC - BACK OF CURB DRAWN BY DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965t Ar ...... „ . NORTH_ S B.D.C. STREET _i_ SW tg �� c IA , a3 PROJECT NO. 2. 2 V- PROPERTY LINE DATE + Std - SIDEWALK WATER LAYOUT NO B.O.C.-BACK Off' CURB DRAWN BY �'- DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 + 1,A }} NORTH E:OP 4e STREET . _ E;O.P tAP o� �Q 4z � 4vs q?-13 i PROJECT NO. 7q3 -- PROPERTY LINE PATE E.O.P- EDGE OF PAVEMENT HATER LAYOUT NO. i DRAWN BY 7 fZ( ��-- DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 015000- 1 Citywide Waterline Repair/Replace—Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3. Prevent freezing of pipes,flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES- FIELD OFFICE NOT REQUIRED A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls 015000-2 Citywide Waterline Repair/Replace—Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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. The City will provide temporary water for construction. The Contractor will be responsible for obtaining a meter, and the required deposit, and for maintaining it for the duration of use. The Contractor is responsible for transporting water from hydrants and will be responsible to cover the costs for damage or theft of the water meters or the hydrants. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. 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. C. Contract must comply with the City Codes of Ordinances including the following: 1. Sec. 49-40. In General: Sec.49-40. - In general, I Code of Ordinances_L Corpus Christi, T7<_j_ Municode Library 2. Sec. 49-43. In Removal or Relocation of Facilities: Sec.49-43. - Removal or relocation of_facilit es,_[ Code of Ordinances I Corpus Christi,T7C I Municode Library 3. Sec. 49-44. In Applicability of Article to Emergencies: Sec. 49-44. -Applicability of article te_ rt�ergencies, I Code of Ordinances I Corpus Christi,T7C I Municode Library 4. Sec. 49-47. In Newly Constructed or Reconstructed Streets: Sec. 49-47. - Newly constructed or reconstructed streets. I Code of Ordinances I Corpus Christi,TQC Municode Library 5. Sec. 49-50. In Extensions: Sec. 49-50. - Extensions. I Code of Ordinances I Corpus Christi,TX I Municode Library 6. Sec. 49-51. In Access to Fire Hydrants; Crossings;traffic Control Devices: Sec. 49-51. - Access_te_fire_hydrants; crossings;traffic control devices. I Code of Ordinances I Corpus Christi,TX I Municode Library Temporary Facilities and Controls 015000-3 Citywide Waterline Repair/Replace—Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 000uSignEnvelope ID: oE20004c-8caE-4nace7oA'Ec7ocn11Enon 7. Sec. 49'S2. |nSteel Plate Temporary Surfaces: Sec.49-52. -Steel plate temporary surface 8. Sec. 49-53. |nCompletion ofExcavation; Warranty: Sec. 49-53. -Completion o excava 9. Sec. 49'54. |nWarranty ofExcavation; Correction of Defects: excavation; correction of defects. I Code of Ordinances_LCorpus Christi,TX I Munic 10. Sec. 49-56. In Inspections ofExcavations: Sec.49-56. -Inspections of excav Code of Ordinances I Corpus Christi,TX I Municode Library 11. Sec. 49'S7. |nDamage toFacility: Sec. 49-57. - Damage to facility. I Code f Ordinances 12. Sec. 49'S8. |nAs-Built Drawings and Specifications: specifications. I Cod of Ordinances I Corpus Christi,TX I Municode Library 13. Sec. 49'SS. |nWork Requirements: 14. Sec. 49-39-3. In Application: Sec. 49-39-3. -Application. I Code of Ordinance Christi,TX I Municode Library 15. Sec. 49'39'4. |nDrawings toAccompany Application; Exceptions: of Ordinances J Corpus Christi, TX I Municode Library 16. Sec. 49'42. |nFees: Sec. 49-42. - Fees. J_Cocle of Ordi nances_L Corpus Christi,TX Munic 17. Sec. 49'45. In Work Warranty: Sec.49-45. -Work warranty. I Code of Ordinances 18. Sec. 49'46. |nOwner Business Plans; Coordination ofExcavations: business plans; coor ination of excavations. LCode of Ordinances I Corpus Christi,TX JILunicocle Library 19. Sec. 49'41. |nPermit Required; Issuance ofPermit; Denial ofPermit: Sec.49-41. - Permit f Ordinances Christi,TX I Municode Library 20. Sec. 49-48. In Defaults; Unauthorized Excavations: Sec. 49-48. - Defaults; unauthorized excavations. I Code f Ordinances I Corpus Christi,TX I Municode Library 21. Sec. 49'49. |nLiability ofRight'of'VVayUser; Insurance: 3.00 EXECUTION 3.01 LOCATION OFTEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved bythe OAR. Install informational signs oothey are clearly visible. Temporary Facilities and Controls 015000-4 Citywide Waterline Repair/Replace-Large Diameter|D|{lFYZ0Z3Part B Project No. Z3107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3.02 PROJECT IDENTIFICATION AND SIGNS—NOT APPLICABLE 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping)for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls 015000-5 Citywide Waterline Repair/Replace—Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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 - PROJECT SITES ARE LIKELY LESS THAN 1 ACRE: NOI/NOT ARE NOT REQUIRED. IF DEEMED NECESSARY IN FUTURE OAR WILL PROVIDE DIRECTION TO CONTRACTOR A. 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- PROJECT SITES ARE LIKELY LESS THAN 1 ACRE: NOI/NOT ARE NOT REQUIRED. IF DEEMED NECESSARY IN FUTURE OAR WILL PROVIDE DIRECTION TO CONTRACTOR A. Comply with the current requirements of TPDES General Permit No.TXR150000 as set forth by the TCEQ for the duration of the Project 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. Temporary Controls 015700-2 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent,SWPPP,and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre- construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods,techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be 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. Temporary Controls 015700-3 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot-mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. The request for the extension of schedule due to ozone advisory days must be submitted within 7 days of the applicable ozone advisory days. 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. Temporary Controls 015700-4 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest wastewater system. If discharging to temporary holding tanks and trucking to a wastewater or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to pumping groundwater from a trench to the wastewater system the Contractor shall contact Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be 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 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 1.13 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine,which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc.to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls 015700-6 Citywide Waterline Repair/Replace- Large Diameter IDIQ FY2023 Part B Project No. 23107 Rev 8/2019 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 PART S STANDARD SPECIFICATIONS DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay,but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture-Density Relations of Soils and Soil-Aggregate Mixtures, Using 5.5-lb (2.49 kg) Rammer and 12-inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards-Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222)Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water-bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures,piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single-stage or multiple-stage well point systems, eductor and ejector-type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms,pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. L Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ)regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent(NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement- bentonite grout or cement-sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. L Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical,provide grout connections at 50-foot intervals and fill pipe with cement-bentonite grout or cement-sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12-inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre-drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre-drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense,prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times,preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of"Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment,proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Ground Receiving Water Water Monitoring Monitoring Maximum Parameter Frequency Frequency Limitation Total Dissolved Once Prior to Solids (TDS) Initial +Weekly Discharge <Receiving Water Total Suspended Once Prior to Solids (TSS) Initial +Weekly Discharge <Receiving Water Total Petroleum Hydrocarbons Initial +Weekly 15 mg/L Total Lead Initial +Weekly 0.1 mg/L Benzene Initial +Weekly 0.005 mg/L Total BTEX Initial +Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial +Monthly 0.01 m /L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator(City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Parry: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes /No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible parry shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls,pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the 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. 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 manmade berm(s)prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net-Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6-gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike,with a skirt extending at least 12 inches from its upslope corner. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style C. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut,and all cuts into the pavement shall be saw-cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the Contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 025205 Page 1 of 4 Rev.11-9-2016 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner,with like or better materials or per pavement repair details to be provided on the drawings. Pavement cuts in a street for any utility requires a permit from the Director of Development Services in accordance with City Ordinance 030040, Article III Cuts and Excavations (12-17-2013). The installation of a utility that crosses the ROW at a perpendicular or near perpendicular angle and has an OD of 6" or less will not be permitted to be installed by cutting the road section. Street excavation/cut for a utility in an asphalt roadway shall include a full lane overlay or pavement repair for parallel cuts, or a 12' wide pavement repair for perpendicular cuts. Street excavation/cut for a utility in a concrete roadway shall include full panel replacement. The drawings and/or permit application should include a site specific pavement cut and restoration plan that indicates the general nature of the pavement and roadway (for examples, concrete arterial, asphalt residential)to be cut and restored, the existing pavement section (if known), the location and approximate area of the excavation/pavement repair, including the approximate length and width of the pavement repair in relation to the roadway travel lane(s). 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements,the replacement shall consist of a reinforced Class"A"concrete slab with a minimum thickness of six(6)inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be 44 bars at 12 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements,the replacement shall consist of a reinforced Class"A"concrete slab four (4)inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk Replacement shall,in general,be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid-depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three 44 bars. Adjust grades for positive drainage. Replacement shall,in general,be to original joint or score mark. For jointed concrete roadways,the joints in curb or in curb and gutter should match the concrete roadway joints. 025205 Page 2 of 4 Rev.11-9-2016 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. The requirements of City Ordinance 030040 as stated above apply also to unimproved streets unless a specific variance is granted by the Director of Development Services. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials,equipment,tools,and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement-stabilized sand backfill, flexible base,prime coat, hot-mix asphaltic concrete, etc. 025205 Page 3 of 4 Rev.11-9-2016 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 THIS PAGE INTENTIONALLY LEFT BLANK 025205 Page 4 of 4 Rev.11-9-2016 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type `A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit,plasticity index, modified proctor, moisture-density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible(no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within + 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within+1%deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412"Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material,reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re-compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance-graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods,the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50°F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC-30 medium-curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per City Standard 025412 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-17. Course aggregate shall be crushed such that a minimum of 85%of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40%by weight for the surface course and 45%for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10%uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2.1.3 Filler shall consist of dry stone dust,Portland cement,hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement(RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the j ob-mix to be used for the project,unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications,and when properly placed the j ob-mix will be durable 025424 Page 2 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3,use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Type Sieve A B C D Size Course Fine Course Fine Base Base Surface Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA minimum 11 12 13 14 025424 Page 3 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 * 2-8 when TxDOT Test Method Tex-200-F,Part H(Washed Sieve Analysis)is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than 44. Variations from job-mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing_ Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge-Stora System.SySystem. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page 4 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 delivery vehicles,and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot street(back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of f Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Dryin_ g of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box,such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the j o> b-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page 5 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 rising but not when the air temperature is 50 degrees F and falling. In addition,mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412"Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid,the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer,but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 6.7. In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92%and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens,which shall be either cores or sections of the compacted mixture,will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density,which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es)shall be more than 1/4 inch less than the plan thickness(es). If so,the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600-foot section shall not exceed ninety inches per mile per traffic lane. For each 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria,or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price= (Adjustment Factor)X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor= 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor= 1.287 - 0.0143 M Where M =Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile,prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subj ect to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of"Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying,furnishing all materials,freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat,performed where required,will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection,testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense,or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 'Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp, and of a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required, and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing,placing, shaping and tamping backfill; and for all manipulation, labor,tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete,constructed as herein specified on an approved subgrade,in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020"Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000"Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings,no section shall be of a length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 The different sections shall be separated by a premolded insert or board j oint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer,placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5-foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk,joints to be spaced longitudinally to match the transverse width. When completed,the sidewalks and driveways shall be cured with Type 2,white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor,tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020"Portland Cement Concrete"of the City Standard Specifications. Reinforcement shall be 4x4 -W2.9xW2.9 welded wire fabric or 44 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches,prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel . . . . . S < 1:12 Side slope of ramp (flare) . . . . . S < 1:10 Cross slope . . . . . . . . . . . . . 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp . . . . . . S < 1:20 Driveways abutting tied sidewalks . . S < 1:10 Width of ramp shall be 60 inches(minimum),exclusive of flare,unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water,proportioned and mixed as hereinafter provided. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type III Portland cement conforming to ASTM Designation: C150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter— TxDOT Test Method Tex-310-D). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive(cylinder)tests as required in the drawings. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60°F. Type III cement shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. 025620 Page 1 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar(Grout) Mortar for repair of concrete pavements shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water-reducing admixtures may be used in all concrete and shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot-dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all of the proposed ingredients prior to placing the concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When transit mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water-reducing or retarding agent, or the Contractor shall furnish additional aggregates or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the different aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be 025620 Page 3 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements shall be as specified in Table 1. TABLE 1 Slump Requirements Construction Method Desired Slump Minimum Slump Maximum Slump Concrete Pavement(slipformed) 1.5 inches 1 inch 3 inches Concrete Pavement(formed) 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water- cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7-day or 28-day) or minimum compressive strength (7-day or 28-day) shown in Table 2. TABLE 2 Class of Concrete for Concrete Pavement Class Minimum Minimum Maximum of Flexural(Beam) Compressive Water-Cement Coarse Concrete Strength Strength Ratio Aggregate P* 450 psi(7 days) 3200 psi(7 days) 5.6 gal./sack No.2(1�/z") 570 psi(28 days) 4000 psi(28 days) 0.50 * 5%entrained air 8. 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. Re-tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY-MIX PLANTS The requirements for ready-mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. The placing of concrete, including construction of forms and falsework, curing and finishing shall be in accordance with City Standard Specification Section 038000 "Concrete Structures". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices",unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval,prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off-hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction —see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for"Traffic Control." Example Blue Sign ,F11 ....w... "' to MANDARIN GARDEN 2.' ................................. ................ . ................................... 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non-removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible-reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate,upon completion of the project. 025802 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026201 WATERLINE RISER ASSEMBLIES 1. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of(in order): M. J. Plug or Cap, drilled and tapped(2") 2"x 6" Galvanized Nipple 2" Galvanized 90°Bend 2"x Y Galvanized Nipple 2" Straight Coupling 2"x Y Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests will be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one-inch (1") safety relief valve set at the test pressure plus ten pounds per square inch(psi) and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings,valves, hydrants and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 psi. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= S ���_ ���ND D Por L= 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND P 4,000 PVC Pipe-Uni-bell equation 99 L=ND P 7,400 WHERE: L=Maximum Allowable Leakage(gallons/hour) S =Length of Pipe Tested(feet) N=Number of Joints in Tested Line (pipe and fittings) D =Nominal Diameter of Pipe(inches) P=Average Test Pressure (psi) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay,but shall be subsidiary to the installation of the pressure system component. 026202 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026204 POLYVINYL CHLORIDE PIPE (ASTM D 2241 Pressure Pipe for Wastewater Force Mains, Irrigation_ Systems and Water Transmission Lines) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (ASTM D 2241) required to complete the project. 2. MATERIALS PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds as defined in ASTM D 1784 with an established hydrostatic design base of 4000 psi for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to standard steel pipe O.D. (IPS), with dimensions and tolerances in accordance with ASTM D 2241. 4. JOINTS Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel in accordance with ASTM D 3139. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (for High Head). 6. PIPE PRESSURE RATING AND STANDARD DIMENSION RATIO The pressure rating and SDR for PVC pipe (ASTM D 2241) shall be as indicated on the drawings. Pressure rating shall be based on the ISO equation in Section 4.5 of ASTM D 2241 with a maximum allowable hydrostatic design stress of 2000 psi (Safety Factor of 2.0). 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with Section 9 of ASTM D 2241. Unmarked or scratched pipe shall be rejected. 026204 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 8. CERTIFICATION The Contractor shall furnish, in duplicate to the Engineer, a copy of the manufacturer's affidavit of compliance with this specification. Certification shall accompany each delivery of materials, to include gaskets. 9. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, PVC pipe (ASTM D 2241) will be measured by the linear foot along the centerline for each size installed. Measurement of pipe shall be up to, but not include,the fittings. Payment shall include all labor, pipe, and equipment for hauling, bracing, trench excavation, testing, backfilling, and for all cleaning up and other incidentals necessary to install the pipe complete in place,per linear foot. 026204 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains)shall have a shop-applied cement-mortar lining(40 mils thick)in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8-mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have apressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes,unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push-on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal,with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12"in diameter shall be push on type with a retainer ring as LOK-RING or FLEX-RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206 Page 1 of 3 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 44 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 104 350 0.26 15 - 45 12 350 0.28 15 - 44 144 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. 4 Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or notpush- on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline,together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905)required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4"to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, PVC pipe (AWWA C900 or C905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to,but not include,the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place,per linear foot. 026210 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste-like consistency immediately prior to placing flowable grout. B. Soil-Lime Mix Design: The following is given as a typical mix design for soil-lime mixture for trial mix. The mix design is based on damp soil with an initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. 026214 Page 1 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water(approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil-lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned-in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026402 WATERLINES 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the pipe shall be granular material of low plasticity as indicated on the drawings. Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411. Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. 026402 Page 1 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts,pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. One (1) 20-ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206,wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual)vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings,the proposed PVC waterline may be encased in a 20-ft.joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5) intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal. b) Deviation from Drawings: No deviation from the line and grade shown on the plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page 2 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities"and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe, valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes or laid in encasement pipe, shall be completely encased with a minimum of eight inches (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor density. Provide twelve inches (12") of sand encasement all around the pipe for 16-inch diameter and larger waterlines. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe (twelve inches for 16-inch diameter and larger waterlines), unless otherwise indicated on the drawings. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance 026402 Page 3 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 from the bottom of the bell to the bottom of the bell hole. The trench shall then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective, damaged or unsound pipe shall be replaced. c) Clean Pipe: All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic testing, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. Steel rods and clamps shall be galvanized or otherwise rust proofed, or coated with hot coal tar enamel,then wrapped with two layers of polyethylene wrapping. 026402 Page 4 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise directed by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint(one pound for each 1,680 gallons of water to give 50 ppm). When the waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take sample for testing two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During the sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating,unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.P. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller H-15023 for 1-�/z" & 2" sizes 026404 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for V service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for 1-�/z" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include,but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor,equipment,tools and incidentals required for proper installation of the water service lines. 026404 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B16.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile iron or 304 or 316 stainless steel. Lugs, bolts, washers and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable of providing full support of the tapped pipe, as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be Class 200 for pipes 6 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping valves shall conform to AWWA Standards and City Standard Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box,box extension, cover, concrete collar, and all other related items such as bolting,wrapping, cement-stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515)with non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16 inches and larger shall be furnished for horizontal installation—lay over. 4) Stem seals shall be the O-ring type on valves through 12-inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left(counter clockwise). Valves over 18 inches shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) No position indicator will be required. 8) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval,the following: a) Certified drawings of each size and type of valve 16 inches and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in psi, the minimum yield strength in psi, and the minimum elongation in 2"per cent. 026411 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12")below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement- stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide all bre hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to AWWA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. b) Type of Shutoff- The shutoff shall be of the compression type only. C) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications -Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Len_ - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal Inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-�/z") inside diameter and the pumper nozzle shall be four inches (4") inside diameter. g) Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one-half-inch (2-�/z")National Standard thread (7-�/z threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs -None required. i) Nozzle Cap Gaskets -Required. j) Drain Openings -Required. 026416 Page 1 of 3 Rev.3-25-15 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 k) Tapping of Drain Opening- Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain-Not required. m) Direction to Open - The hydrants shall open left(counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8")point to face at top of nut. p) Nozzle Cap Chains -Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4")inside diameter. r) Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. S) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non-corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "O"-ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O"-ring seal area. The sleeve shall be of sufficient length to be in the packing gland "O"-ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 Rev.3-25-15 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 x) Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. Y) Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. Z) Packing Gland or "O"-Rin _g SealSeal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "O"-ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6-inch line and fitting on the main; and shall be full compensation for all labor, materials,tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 Rev.3-25-15 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 027205 FIBERGLASS MANHOLES 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated on the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM D3753-"Standard Specification for Glass-Fiber-Reinforced Polyester Manholes and Wetwells,"latest edition, and the referenced design criteria as follows: 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass-Fiber-Reinforced Structures Intended for Liquid Service 2. ASTM D695 Standard Test Method for Compressive Properties of Rigid Plastics 3. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials 4. ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals 5. ASTM D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel-Plate Loading 6. ASTM D2583 Standard Test Method for Indentation Hardness of Rigid Plastics by Means of a Barcol Impressor 7. ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins 8. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 9. ASTM F794 Standard Specification for Poly (Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter 10. ASTM C32 Standard Specification for Sewer and Manhole Brick (Made From Clay or Shale) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified on the drawings,but shall not be less than 1.5 times the nominal pipe diameter of the largest pipe, whichever is larger. A concentric reducer over the barrel shall have a 027205 Page 1 of 6 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity, and shall be in conformance with ASTM D3212. Material for elastomeric seal in push-on joints shall meetthe requirements of ASTM F477. Material for rubber sleeve shall meet the requirements of ASTM C443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class `A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class `A' in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". Caulk for seal between fiberglass manhole and concrete cast-in-place base shall be Epo-Flex epoxy(gun grade consistency)as manufactured by Dewey Supply of Corpus Christi,Texas, or approved equal. Precast reinforced concrete manhole base shall be in accordance with the requirements of ASTM C478, as shown on the construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge, and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight-bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a one(1)psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insertbody with a 64 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring and Cover Manhole ring and cover for all manholes shall be for street application and shall be as indicated on the drawings. Manholes 5 feet in diameter and larger shall require a nominal 3- foot ring and cover, as specified on the drawings. HDPE adjustment rings are to be used for 027205 Page 2 of 6 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 grade adjustments. A maximum of 18" of adjustment rings may be utilized. F. Flowable Grout Flowable grout(or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand,water, and"Darafill"admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste-like consistency immediately prior to placing the flowable grout. The flowable grout mixture shall be supplied by an approved ready-mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 2100 lbs/ CY Sand 250 lbs/ CY Water 6 oz/ CY "Darafill" admixture,as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limits of excavation shall allow for placing and removing forms, installing sheeting,shoring,bracing,etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power poles, drainage structures,streets,etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Sides: When necessary to protect other improvements, the Contractor shall maintain vertical sides on the excavation. The limits shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment,power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed as the excavation is backfilled. Sloping Sides: In unimproved areas where sufficient space is available,the Contractor will be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation will be safe from caving. Safety requirements shall govern the back slope used. De-watering: The Contractor shall keep the excavation free from water by use of cofferdams,bailing,pumping,well pointing, or any combination, as the particular situation may warrant. All de-watering devices shall be installed in such a manner as to provide clearance for construction,removal of forms, and inspection of exterior of form work. It is the intent of these specifications that the foundation be placed on a firm dry bed. The foundation bed shall be kept in a de-watered condition for a sufficient period of time to 027205 Page 3 of 6 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 insure the safety of the structure,but in no case shall de-watering be terminated sooner than seven(7)days after placing concrete. All de-watering methods and procedures are subjectto the approval of the Engineer. The excavation shall be inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth,firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over-Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried below the indicated elevation,the Contractor shall bring the slab, footing, etc.,to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application,pipe penetrations for pipe sizes 4-inch through 15-inch shall be made with appropriately sized core drill bits recommended by the manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 1/2 inch. Cuts are to be made using electric or gasoline powered circular saw with masonry blade. Impact type tools shall not be used. Handling: Manholes shall be handled and stored in a safe manner as necessary to prevent damaging either the manhole or the surroundings. If manhole must be moved by rolling,the ground which it traverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adiustment: If necessary,utilize HDPE adjustment rings to adjust the manhole to the correct grade elevation. A maximum of 18" of adjustment rings may be utilized. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and a minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement-stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. 027205 Page 4 of 6 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Schedule of Backfilling: The Contractor may begin backfilling around manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers not to exceed 6 inches compacted thickness and mechanically tamped to at least 95% Standard Proctor density(ASTM D698). Backfill shall be placed in such a manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in City Standard Specification Section 027200 "Control of Wastewater Flows". 5. TESTING Manholes shall be tested for leakage by either of two tests as specified by the Engineer. Water Leakage Test: The Contractor shall provide water, labor, and materials for testing. Testing shall be as follows: I. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period for 4-foot diameter manholes, or 3.0 gallons per foot of depth for the 24-hour period for 5-foot diameter manholes. Water loss shall not exceed 0.6 gallon per foot of diameter per foot of depth for the 24-hour period for all sizes of sanitary manholes. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive,the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with City Standard Specification Section 027203 "Vacuum Testing of Wastewater Manholes and Structures". 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of HDPE grade adjustment rings that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of adjustment rings and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6 inches below the seam where the corbel meets the vertical wall. 027205 Page 5 of 6 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Excavate evenly around the manhole as required. Mark, cut and remove the required section of the manhole. Make a square cut as necessary for a good butt splice. Grind and clean ends of fiberglass that are to be re-united. Replace and align the top. Fiberglass a 6-inch strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by the manhole manufacturer for use in such application. After the putty has set, fiberglass a 6-inch strip on the inside as previously done on the outside. After curing,backfill with cement-stabilized sand,as described above,compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form,fiberglass manholes shall be measured per each for each size (diameter) of manhole indicated. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools, equipment, and incidentals required to complete the work. Payment shall include, but not be limited to; excavation, dewatering, compaction, concrete foundation, manhole assembly,connections,cast iron frame and cover,adjustment to finish grade,concrete work,backfill, leakage testing, bypass pumping, and other work as required to complete the fiberglass manhole. Extra depth for a sanitary manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid as "Extra Depth for Manhole (Wastewater)". Rehabilitation of existing manholes with fiberglass inserts shall be measured by each individual structure rehabilitated, and paid for at the unit price bid per each, of the size, type and depth specified, complete in-place, and meeting the approval of the Engineer. "Complete in-place" shall mean all labor, materials,tools, equipment and incidentals necessary to furnish and install the rigid fiberglass manhole inserts, make connections, grout the annular space with flowable grout, backfilling, leakage testing, and adjust the manholes to finish grade. 027205 Page 6 of 6 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertilizer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water: Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15-inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking,provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted,the area shall be fertilized and watered. 028040 Page 1 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Block Soddip& Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Soddin;;: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2-foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2 of 2 Rev.3-25-2015 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes,the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mailboxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. 1. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2-inch mesh hot-dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class I. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 121/2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation: A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2-inch nominal diameter steel pipe. 2. 17/8-inch 2�/4-inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 2�/2" nominal diameter steel pipe. 2. 2�/2" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Page 1 of 4 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (O.D. Nominal) Tubular Gate Lente 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. - 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4-foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. O. D. or Dimensions,Nominal Use and Section Round Square Frame for fabric 6' and less, and leaf widths not exceeding 8' 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8'width 1.9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" - 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 5. Bracin; - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid-height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the line post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm - Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than 47 gage and shall conform to ASTM Designation: Al 16, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Hecht Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (2) Mixing _Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor more than 1000 parts per million of sulfates as 5O4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof, free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex-413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with TxDOT Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4 and Table 1, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020 Page 2 of 13 Rev.10-30-2014 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 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: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 PART T TECHNICAL SPECIFICATIONS DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 TECHNICAL SPECIAL PROVISIONS These Technical Special Provisions amend or supplement the Technical Specifications and other provisions of the Contract Documents. All provisions which are not so amended or supplemented remain in full force and effect. ARTICLE TS-1 DEFINITIONS Design Specification - Whenever the term "Design Specification" is used, it shall be understood that the performance of the completed work is as designed by the ENGINEER, and the CONTRACTOR must follow the requirements of the drawings and specifications; followed the manufacturer's recommendations (material and equipment) ; followed industry standard procedures and provided top quality workmanship. Perfox=nce Specification - Whenever the term "Performance Specification" is used, it shall be understood that the performance of the completed work is the responsibility of the CONTRACTOR, provided the OWNER has faithfully followed all written operational and maintenance instructions supplied by the CONTRACTOR. (The CONTRACTOR is not relieved of the responsibility for improper performance of the completed work even if there was improper operation and/or maintenance by the OWNER but it obviously was not the cause of improper performance. ) In a performance specification, the CONTRACTOR is responsible for the design of the item furnished and installed by him. It is intended that the item function properly without excessive operation and maintenance being required by the OWNER. The item furnished must incorporate the features specified but still perform as intended. The materials specified are to set a minimum standard but shall not be considered a design. If the design furnished by the CONTRACTOR requires higher quality material in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. When minimum dimensions are specified, they shall not be considered a design. If the design furnished by the CONTRACTOR requires larger dimensions in order to perform as intended, it shall be furnished at no increase in cost to the Contract amount. Work - Whenever the word "Work" is used it shall be understood as referring to all materials, supplies, machinery, equipment, plant, tools, superintendence, labor, bonds, insurance, water, light, power, fuel, transportation, royalty fees and any other facilities necessary to the proper execution and completion of the project. The Contractor shall provide a pay for all the aforementioned items. ARTICLE TS-2 LAYOUT OF THE WORK The Contractor shall layout the work from the existing facilities. If, for whatever reason, it is necessary to deviate from proposed line and grade to properly execute the work, the Contractor shall obtain approval of the Engineer prior to deviation. If, in the opinion of the Engineer, the required deviation would necessitate a revision to the Drawings, the Contractor shall provide supporting measurements as required by the Engineer. Technical Special Provisions Page 1 of 1 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 01200 - EXISTING OBSTRUCTIONS 1.0 GENERAL: The drawings show the locations of all known surface and subsurface structures. In the case of underground obstructions such as existing water, sewer, storm sewer, gas, electrical or other utility lines that are not shown on the drawings, their location is not guaranteed. The Owner assumes no responsibility for failure to show any or all these structures on the drawings or to show them in their exact location. It is assumed, that, the Contractor has thoroughly inspected the site, is informed as to the correct location of surface structures, and has included the cost of such incidental work in the price bid, and has considered and allowed for all foreseeable incidental work due to variable sub-surface conditions, whether such conditions and such work are fully and properly described on the drawings or not. Minor changes and variations of the work specified and shown on the drawings shall be expected by the Contractor and allowed for as incidental to the satisfactory completion of a whole and functioning work or improvement. 2.0 ABANDONED LINES: When a line is uncovered that is not necessary for the proper operation of the proposed improvements, the Contractor shall notify the Engineer for further review. 3.0 SERVICE LINES: When an un-shown line is uncovered that must remain in service for the proper operation of the proposed improvements, the Contractor shall notify the Engineer for further review. 4.0 TRENCHING AHEAD: 4.01 General: The Contractor is required to conduct trenching operations in a manner which will allow conflicts to be anticipated thereby allowing measures to be taken in certain cases to circumvent the conflict. Specifically the Contractor shall do the following: a. Trenching shall be performed a minimum of 100 feet (or the total length of the trench) ahead of pipe laying operations. Pilot Trenches may be used at the Contractor's option. b. If un-shown buried lines are discovered which may cause conflict, Contractor shall stop pipe-laying operations and notify Engineer of discovery. 01200 - Existing Obstructions Page 1 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 4.02 Grade Alignment of Pipes in Pressure Service: ("Pressure Service" is defined as any system subject to a hydrodynamic or hydrostatic head induced by pumping or a reservoir of fluid. ) If a conflict can be avoided by adjusting grades up or down and no additional fittings are required, no claim for additional compensation for extra work will be considered. 4.03 Avoidable Conflicts: Are those conflicts occurring because of the Contractor's failure to comply with 4. 01 and which could have been avoided by grade adjustment in accordance with 4. 02. 5.0 PRE-CONSTRUCTION EXPLORATORY EXCAVATIONS: The contractor is required to carry out pre construction exploratory excavation as described in Article 19 - Project Management of the General Conditions. 01200 - Existing Obstructions Page 2 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 02203 - UTILITY EASEMENT R.O.W CLEARING AND RESTORATION 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE This specification shall govern for all work necessary to clear and restore the utility easement for the installation of the water line as required to complete the project. 1. 02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1. 03 INTENT It is the intent of this specification that the utility easement be restored (area disturbed by the Contractor's operation) to at least a condition equal to what it was before construction began. 2.0 BRUSH AND TREES IN CONFLICT WITH CONSTRUCTION 2. 01 BRUSH Brush is defined as any bush or tree other than oak trees, pecan trees, mesquite trees or Hackberry trees. The Contractor shall remove brush as is necessary for him to install the water line. Any brush removed shall be loaded, hauled and legally disposed of by the Contractor. 2. 02 TREES Unless specifically identified on the drawings that they may be removed, trees shall be protected. Any trimming of trees is subject to the approval of the City and the Engineer. Whenever practical, the Contractor shall bore or tunnel under trees in yards and parking areas or when near the line of trench. 2. 03 DISPOSAL Any brush, trees or any similar material removed shall be loaded, hauled and legally disposed of by the Contractor. 3.0 RESTORATION 3. 01 STREETS, DRIVEWAYS, SIDEWALKS AND GUTTERS When the proposed water lines cross City streets, driveways, parking lot, sidewalks, curb and gutters and valley gutters that intersect the water line the Contractor shall restore the pavement and concrete to existing condition and follow any specific requirements set out on the drawings, specifications, (See Technical Specification 02520 - Repairing Pavements, Curb and Gutter, Driveways and Sidewalk) . 02203 - Utility Easement R. O. W Clearing and Restoration Page 1 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3. 02 BRUSH AND TREED AREAS All disturbed areas shall have topsoil stripped to a depth of 12" from the existing grade and topsoil shall be stored. Once backfill is complete in accordance with the plans and specifications, the disturbed area shall be cleared of debris, disked and raked to their original grade and seeded (See City Standard Specification 028020 - Seeding for type and application rate of seed) . 3. 03 GRASSED YARDS All disturbed areas shall have the topsoil stripped to a depth of 12" from the existing grade and topsoil shall be stored. After backfill is complete in accordance with the plans and specifications, the entire construction area shall be cleared of debris, disked and raked to original grade. The stockpiled topsoil shall be placed over the excavated area and block sodded (See City Standard Specification 028040 - Sodding for details on sodding) . 3. 04 CULTIVATED FIELDS All excavated areas shall have the top soil stripped up to a depth of 18" from existing grade and the topsoil shall then be stored. After backfill is complete in accordance with plans and technical specifications, the stockpiled topsoil shall be placed over the excavated area. The entire construction area (permanent & temporary) shall then be disked and raked. 3. 05 SANDY AREAS After backfill is complete in accordance with plans and technical specifications, the excavated area shall be returned to pre- construction condition and contour. 3. 06 FENCES All fences (chain-link, and wooden) affected by the construction of the water mains shall be relocated and maintained by the Contractor during construction. Once construction is complete the fences shall be re-installed in their original location to pre-construction conditions or new condition as necessary 02203 - Utility Easement R. O. W Clearing and Restoration Page 2 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 02204 - DITCH CLEANING AND SHOULDER RESTORATION 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE This specification shall govern for all work necessary to restore the roadside ditch and shoulder as required to complete the project 1. 02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1. 03 DITCH RESTORATION The Contractor shall restore the existing ditch to cross section and flow line provided in the plans or to match existing conditions as determined in the field. A. Utilities in Ditch R.O.W. The Contractor shall contact local utilities to verify the location of utilities in R.O.W. and the contractor shall be responsible for repair of utilities damaged as a result of construction. B. Last 6" of fill material shall be topsoil. Ditch will be seeded and maintained per City Standard Specification 028020 - Seeding. 1. 04 SHOULDER RESTORATION The Contractor shall blade the shoulder to slope at a minimum of 30 away from the street or match existing slope. If material needs to be added, it shall be flexible base material conforming to, City Standard Specification 025223 Crushed Limestone Flexible Base. 1. 05 BARRICADE AND ACCESS The Contractor shall provide adequate barricades or warning signs to facilitate safe traffic flow in the construction area. No private properties access shall be blocked for more than 12 hours, see also Traffic Control Plan. 02204 - Ditch Cleaning & Shoulder Restoration Page 1 of 1 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 02340 - BORING AND CASING ROADWAYS AND RAILROADS 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE This specification shall govern for all work necessary to complete the boring and casing of roads and railroads required to complete the project. 1. 02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1. 03 PERMITS AND NOTIFICATIONS A. General The Contractor shall be responsible for obtaining all permits and giving sufficient notification prior to construction to the agency or the railroad whose right-of-way is being crossed. In no case will notifications be given less than 48 hours prior to construction. 1. 04 SUBMITTALS A. Contractor shall submit the Welding Procedure Specification (WPS) for shop fabrication and field welding of the casing pipe. B. Contractor shall submit the welder certifications for the shop and field welders. c. Submit list of (5) recent projects to show that contractor has successfully completed project of the same size or larger. 1. 05 QUALITY CONTROL A. Work specified herein shall be performed by trained workers having a minimum of 5 years of experience with boring equipment and have successfully completed comparable boring installations of the length, geographic location, geologic conditions and diameters of pipe proposed in this project. B. Comparable installations: Boring completed in an area with geologic conditions similar to those at the site. C. Determination of `successful completion' and `comparable installations' will be at the sole discretion of the Owner. 2.0 MATERIALS 2. 01 CASING 02340 Boring and Casing Roadways and Railroads Page 1 of 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Casing installed by boring shall be smooth steel with a minimum length of 10 feet. All casing pipe shall be welded with full circumferential welds. The Smooth steel shall have the following minimum wall thickness: Wall Thickness (in) Wall Thickness (in) Outside Diameter Under Highway Under Railroad 12-3/4" 0.2500 0.2500 14" 0.3125 0.3125 16" 0.3125 0.3125 18" 0.3125 0.3125 20" 0.3750 0.3750 24" 0.3750 0.3750 30" 0.5000 0.5000 36" 0.5625 0.5625 42" 0.5625 0.5625 48" 0.5625 0.5625 54" 0. 6250 0. 6250 60" 0. 6880 0. 6880 66" 0.7500 0.7500 72" 0. 8750 0. 8750 84" 0. 8750 0. 8750 The thickness of the smooth steel pipe shall be able to withstand a Live Loading of E-80 for the railroad crossings at the depth of cover shown on the plans and a live load of HS-20 at highway and utility crossings at the depth of cover shown on the plans. Used pipe in good condition is acceptable however, the pipe used shall be subject to approval by the Engineer. 2. 02 GROUT Grout shall be a sand-cement mixture having the following: A. Sand: Sand shall be clean, sharp and suitable for masonry mortar and shall meet the requirements as specified for concrete sand, screened so as to exclude any materials larger than those passing a No. 10 screen. B. Cement: Cement shall be Type I - Portland Cement 3.0 CONSTRUCTION METHODS 3. 01 GENERAL Sections of casing shall be installed under existing roads, streets, highways or railroads by means of standard boring methods . Where casing pipe is required to be installed under railroad embankments or under highways, streets, or other facilities by boring methods, construction shall be made in a manner that will not interfere with the operation of the railroad, highway, or other facility, and will 02340 Boring and Casing Roadways and Railroads Page 2 of 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 not weaken or damage any embankment or structure. During construction operations, barricades and lights to safeguard traffic and pedestrians shall be furnished and maintained, as directed by the engineer, until such time as the backfill has been completed and then shall be removed from the site. The drilling of pilot holes for the alignment of pipe prior to its installation by boring will not be a requirement but may be necessary to maintain grade. The drilling of pilot holes will be considered as incidental work and the cost thereof shall be included in such contract pay items as are provided in the proposal and contract. The contractor shall take the proper precautions to avoid excavating earth beyond the limits of excavation needed to install the casing. All damages by excavating, either to surface or subsurface structures, shall be repaired or replaced by the contractor at his own cost and expense. The removal of any obstruction that may be found to conflict with the placing of this pipe will not be measured for payment or paid for as a separate contract pay item. The removal of any such obstruction will be included in such contract pay items as are provided in the proposal and contract. The contractor shall dispose of all surplus materials at his own cost and expense at site approved by the engineer. 3. 02 BORING The hole shall be bored mechanically with a suitable boring assembly designed to produce a smooth, straight shaft and so operated that the completed shaft will be at the established line and grade. The size of the bored hole shall be of such diameter to provide ample clearance for bells or other joints. Voids outside the pipe shall be grouted with non-shrinking grout and will be considered subsidiary work. If the grade of the pipe at the boring end is below the ground surface, suitable pipes or trenches shall be excavated for the purpose of conducting the boring operations and for placing end joints of the pipe. This excavation shall not be carried to greater depth than is required for placing the carrier pipe and no nearer the roadbed than the minimum distance shown on the plans. At the other end of the pipe, an approach trench shall be excavated accurately to grade. All open trenches and pits shall be braced and shored in such a manner as will adequately prevent caving or sliding of the walls into the open trench or pit. As the boring proceeds, the embankment material shall be excavated slightly in advance of the pipe in such a manner to avoid making the excavation larger than the outside diameter of the pipe, with the 02340 Boring and Casing Roadways and Railroads Page 3 of 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 excavated material being removed. The excavation for the underside of the pipe, for at least one third of the circumference of the pipe, shall conform to the contour and grade of the pipe. The excavation for the top half of the pipe shall conform closely to the outside diameter of the pipe and a clearance greater than 2 inches will not be permitted. All voids between the pipe and the earth shall be filled with non-shrinking grout. The grouting shall follow immediately upon completion of the boring operation. All carrier pipes installed by boring shall be supported as required by the plans. The distance that the excavation shall extend beyond the end of the pipe depends on the character of the materials, but it shall not exceed 2 feet in any case. The pipe, preferably, shall be bored from the low or downstream end. Lateral or vertical variation in the final position of the pipe from the line grade established by the engineer will be permitted only to the extent of 1 inch per 10 feet, maximum of 6 inches, provided that such variation shall be regular and only in one direction and that the final grade of flow line shall be in the direction indicated on the plans. When boring of pipe is once begun, the operation shall be carried on without interruption, insofar as practicable; to prevent the pipe from becoming firmly set in the embankment. Any pipe damaged in boring operations shall be repaired or removed and replaced by the Contractor at his entire expense. The pits or trenches excavated to facilitate boring operation shall be filled immediately after the boring of the pipe has been completed. The pits or trenches shall then be backfilled in accordance with City Standard Specification 022022 Excavation and Backfill for Utilities. 3. 03 Joints All carrier pipe installed in the bored casing segments shall be mechanically restrained using mega lug joint restraining fitting at fittings and bell harnesses at bell and spigot connections, or welded as required. 3. 04 WET BORES Wet boring will not be allowed. 3. 05 CASING SPACERS Spacers shall be PSI, Inc. , Model C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. Casing spacers shall have a minimum 14-gauge steel band and 10-gauge riser. The band, risers, and connecting studs shall be welded, cleaned, and pickled at the factory before the application of fluidized bed fusion bonded PVC coating of 15 mils thickness. Epoxy coatings are not an acceptable alternative. The spacers shall have a flexible PVC liner with a Durometer "A" 85 hardness. The runners shall be of high pressure molded Glass Reinforced Polyester with a minimum 02340 Boring and Casing Roadways and Railroads Page 4 of 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 compressive strength of 18, 000 psi, 2 inch width and 11 inches long. Polyethylene runners are not an acceptable alternative. The runners shall be attached to the band or riser by 3/8 inch welded steel studs and lock nuts, which shall be recessed in the runner. The recess shall be filled with a corrosion inhibiting filler. The band section shall be bolted together with cadmium plated studs, nuts, and washers. Spacers shall be placed at a maximum of 6-foot intervals and no less than 3 spacers per joint. Clearance between casing pipe and carrier pipe shall be a minimum of 4 inches. 3. 06 CASING SEAL The ends of the casing shall be sealed with a 1/8 inch thick synthetic rubber seal system, Advance Products System Inc. Model AZ- Zipper, PSI Model C end seal or approved equal. The seal shall be watertight. 3. 07 TRAFFIC All working operations of the Contractor must be subordinate to the free and unobstructed use of the right-of-way for the passage of traffic without delay or danger of life, equipment or property. The Contractor shall conduct his operations in a manner such that all work will be performed below street level and without obstructions on the streets. 3. 08 BARRICADES AND WARNING SIGNS See General Conditions and permit requirements of the agency involved. 3. 09 GROUTING 2" diameter grout plugs shall be provided in casings 36" and larger at a minimum spacing of 10' center to center located at top center of the tunnel. After installation, the entire length of tunnel shall be pressure grouted using a sand-cement grout to fill any void between the casing and natural ground. All grouting shall be done under pressure by the use of direct action pressure pumps capable of placing grout at the pressure necessary to completely fill all voids. The pumps should operate in a manner so that the grout will be delivered uniformly and steadily. Grouting will be considered complete when no more grout of the required mix and consistency can be forced in under pressure. Regrouting of holes may be required if considered necessary by the Engineer. No grouting shall be allowed without written authorization by the Engineer. Under no circumstances shall grout be placed between the casing and the carrier pipe. 3. 10 WELDING OF CASINGS 02340 Boring and Casing Roadways and Railroads Page 5 of 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 All welding shall be performed by qualified welders with current welding certificates and shall follow the requirements of Specification Section 05020. Welds shall be full penetration butt welded joints for the entire circumference and entire longitudinal or spiral seam. All welding shall be done with F3 and F4 Class electrodes and will be both visually and magnetic or dye-penetrant inspected. 02340 Boring and Casing Roadways and Railroads Page 6 of 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 02342 - OPEN CUTTING AND CASING 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE This specification shall govern for all work necessary to complete the open cutting and casing required to complete the project. 1. 02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1. 03 PERMITS AND NOTIFICATION A. General The Contractor shall be responsible for obtaining all permits and giving sufficient notification prior to construction to the agency whose right-of-way is being crossed. In no case will notifications be given less than 48 hours prior to construction. 1. 04 SUBMITTALS A. Contractor shall submit the Welding Procedure Specification (WPS) for shop fabrication and field welding of the casing pipe. B. Contractor shall submit the welder certifications for the shop and field welders. 2.0 MATERIALS 2. 01 CASING Casing installed by open cutting shall be smooth steel or tunnel liner plates. Casing pipe shall be furnished in minimum lengths of 10 feet. A. Smooth steel shall have the following minimum wall thickness: Wall Thickness (in) Outside Diameter Under Roadway Under Railroad 12 3/4" & Under 0.2500 0.2500 14" 0.3125 0.3125 16" 0.3125 0.3125 18" 0.3125 0.3125 20" 0.3750 0.3750 24" 0.3750 0.3750 30" 0.5000 0.5000 36" 0.5625 0.5625 42" 0.5625 0.5625 48" 0.5625 0.5625 54" 0. 6250 0. 6250 60" 0. 6880 0. 6880 66" 0.7500 0.7500 72" 0. 8750 0. 8750 02342 - Open Cutting & Casing Page 1 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 84" 0. 8750 0. 8750 The thickness of the smooth steel pipe shall be able to withstand a Live Loading of E-80 for the railroad crossings at the depth of cover shown on the plans and a live load of HS-20 at road, street, highway and utility crossings at the depth of cover shown on the plans. Used pipe in good condition is acceptable, however the pipe used shall be subject to approval by the Engineer. B. Steel tunnel liner plates shall be corrugated sections as manufactured by Contech Construction Products or Commercial Pantex Sika. Liner plates shall have sectional properties conforming to Section 16.5 of AASHTO "Standard Specifications for Highway Bridges" or to Chapter 1, Section 4. 16.5, Table 4. 16. 1, of AREA "Manual for Railway Engineering". The liner plates shall be designed so that erection and assembly can be accomplished entirely from inside the tunnel. Liner plates shall be capable for withstanding the ring thrust load and transmitting this load from plate to plate. All liner plates shall be hot-dip galvanized in conformity with ASTM A123 for 2.50 ounce coating after the plates are formed or shaped. Bolts and nuts shall be hot-dip galvanized in conformity with ASTM A153. All liner plates shall meet the following minimal criteria: Tensile strength > 42, 000 psi Yield strength > 28, 000 psi Modulus of elasticity > 29, 000, 000 psi Note that casing diameter provided using liner plate shall be sufficient to install carrier pipe strapped with casing spacers and using a bottom grout pad. This may vary from the casing size shown on the plans. The following minimum wall thicknesses shall be used: Wall Thickness (in) Under Roadway Wall Thickness (in) Outside Diameter Or Utility Crossing Under Railroad 54" 0. 1046 0. 1046 60" 0. 1046 0. 1046 72" 0. 1046 0. 1046 84" 0. 1046 0. 1046 The thicknesses shown in the table are for 2-Flange liner plating. 4-Flange liner plating shall be thicker and provide an equivalent system to the 2-flange liner plating system. The manufacturer shall provide structural calculations for buckling, seam strength and stiffness of each liner plating system installed for both 2-Flange and 4-Flange liner plates. 02342 - Open Cutting & Casing Page 2 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 The following minimum wall thickness shall be used for 4-flange liner plating: Wall Thickness (in) Under Roadway Wall Thickness (in) Outside Diameter Or Utility Crossing Under Railroad 72" 0. 1793 (7 gauge) 0.2092 (5 gauge) 84" 0. 1644 (8 gauge) 3.0 CONSTRUCTION METHODS 3. 01 TRAFFIC Leave 1/2 of the road, street, or highway open to traffic at all times or construct adequate all weather detour and maintain until crossing has been completed. 3. 02 BARRICADES AND WARNING SIGNS See General Conditions and permit requirements of the agency involved. 3. 03 EXCAVATION Excavate ditch as shown on plans, remove all excess material from right-of-way and finish flush with existing ground. 3. 04 BACKFILL Backfill with specified material and tamp to thoroughly compact backfill material. 3. 05 SKIDS Spacers shall be PSI, Inc. , Model C12G-2 as manufactured by Pipeline Seal and Insulator, Inc. or approved equal. Casing spacers shall have a minimum 14-gauge steel band and 10-gauge riser. The band, risers, and connecting studs shall be welded, cleaned, and pickled at the factory before the application of fluidized bed fusion bonded PVC coating of 15 mils thickness. Epoxy coatings are not an acceptable alternative. The spacers shall have a flexible PVC liner with a Durometer "A" 85 hardness. The runners shall be of high pressure molded Glass Reinforced Polyester with a minimum compressive strength of 18, 000 psi, 2 inch width and 11 inches long. Polyethylene runners are not an acceptable alternative. The runners shall be attached to the band or riser by 3/8 inch welded steel studs and lock nuts, which shall be recessed in the runner. The recess shall be filled with a corrosion inhibiting filler. The band section shall be bolted together with cadmium plated studs, nuts, and washers. Spacers shall be placed at a maximum of 6-foot intervals and no less than 3 spacers per joint. 3. 06 CASING SEAL 02342 - Open Cutting & Casing Page 3 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 The ends of the casing shall be sealed with a brick and mortar system or approved equal. The seal shall be water tight. 3. 07 WELDING OF CASINGS All welding shall be performed by qualified welders with current welding certificates and shall follow the requirements of Standard Specification Section 05020. Welds shall be full penetration butt welded joints for the entire circumference and entire longitudinal or spiral seam. All welding shall be done with F3 and F4 Class electrodes and will be both visually and magnetic or dye-penetrant inspected. 02342 - Open Cutting & Casing Page 4 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 02449 - INSTALLATION OF UTILITIES BY HORIZONTAL DIRECTIONAL DRILLING 1.0 GENERAL: Installing water line by directional drilling methods including lay out and joining the pipe, boring the pilot hole, pre-reaming, pull-back and associated activities required to complete the directional drilling work. This section includes any special fittings and/or adapters required to transition between different pipe materials, wall thicknesses, and/or linings and coatings used for water main in the open-cut and directional drilling portions of the work. 1. 01 SCOPE: This specification shall govern for all work necessary to accomplish installation of all utility conduits by HDD required to complete the project. 1. 02 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 2.0 REFERENCES: 2. 01 National Sanitation Foundation - NSF 61 2. 02 Refer to Section 02512 Fusible Polyvinyl Chloride Pipe. 3.0 DEFINITIONS: 3. 01 Horizontal Directional Drilling: Installation of pipe using steerable (directional) drilling technology to establish the water main alignment. The borehole is then enlarged (reaming) , if necessary using one or more passes, to the size required to accommodate the carrier pipe. Finally, the carrier pipe is pulled back through the hole. 3. 02 Steerable: To direct the drilling operation using wire line, Gyro or suitable guidance technology. 3. 03 Pilot Hole: The initial hole drilled that establishes the subsequent alignment of the proposed water main. During the process of drilling the pilot hole, the location and progress of the drill head is actively monitored and steered to achieve the desired alignment. 3. 04 Reaming: The process to enlarge the pilot hole to the size required to accommodate the carrier pipe. Multiple passes and various tools may be used depending on numerous factors including soil conditions and the final size of the hole required to accept the carrier pipe. 4.0 SUBMITTALS: 4. 01 Conform to requirements of Section 00 72 00 Article 24 Document Management, and Section 01 33 01 Submittal Register and Supplementary Conditions Article 25 Shop Drawings. 02449 - Installation of Utilities by HDD Page 1 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 4. 02 Submit list of (5) recent projects to show that contractor has successfully completed projects of the same size or larger. 4. 03 Work Plan including the following minimum information: a. Identify key personnel (including subcontractors) , their roles and qualifications including: i) Project foreman ii) Directional boring machine operator iii) Locating equipment operator iv) Pipe stringing, welding, pull-back support V) Qualifications of Fusion Technician (must have experience fusing all types and sizes of pipe proposed on this project) . b. 24-hour contact information for the project foreman and a `back-up' person to contact in the event of an emergency during pipe pull-back operations. c. Manufacturer and type of major equipment items (directional drilling rig, pumps, cranes, trucks, etc. ) and their capacities. d. Proposed method(s) to locate the borehole assembly during drilling including: i) Type and manufacturer of proposed locating equipment, and ii) The degree of accuracy expected from the combination of methods and equipment proposed (including results of previous projects using similar methods and equipment) e. Any additional written agreements with property owner' s for activities to be conducted on private property. f. Identify significant coordination items and precautions proposed including: i) Provide written confirmation that the proposed alignment provides the clearance below the channel crossed as required by governing regulations and as required to prevent hydraulic fracturing, ii) Between directional driller and general contractor, iii) With the Owner, iv) With Private Property Owners, V) With Private Utilities. 02449 - Installation of Utilities by HDD Page 2 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 g. Proposed schedule and sequence of major operations including: i) Making additional borings, if desired. ii) Pipe order, delivery, lay-out on the job site, iii) Welding pipe, inspection, and lab testing of welds, iv) Establishing buoyancy control measures and `pre-disinfection' of the pipe, V) Site work at entry and exit work areas, vi) Directional drilling, vii) Reaming the hole, viii) Pipe pull-back, ix) Clean-up, X) Installation of isolation valves and hydrostatic testing, xi) Disinfection of the water main, xii) Number and duration of shifts planned to be worked each day. h. Schematic layout of work areas (entry and exit) including: i) locations of directional drilling equipment, ii) location of entry and exit points and pits iii) sizes and locations of proposed pits to handle drilling fluids i. Proposed method(s) of buoyancy control, j . Proposed source of water and expected quantity of water required for operations, water for buoyancy control for water lines must be potable. k. Stress Analysis for all proposed pipe materials, including wall thickness, alignment, anticipated reamed diameter and installation loads, and long-term operating service loads, sealed by a Professional Engineer licensed in the State of Texas. 1. Properties of drilling fluids proposed to be used, including their MSDS sheets. M. Proposed method(s) to avoid, control/contain, and clean-up drilling fluids and wastes in the event of inadvertent returns ( `frac-out' ) In advertent returns are not allowed in wetlands and water courses. n. Proposed method(s) for storing, transporting, and disposing soils and other waste\ materials including anticipated quantities (tons, cubic yards, etc) . 02449 - Installation of Utilities by HDD Page 3 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 o. Narrative description of difficulties of this project and contingency plans to address those potential problems. 4. 04 Quality Control plan. 4.05 `As-Built' drawings of the final alignment within 30-days following completion of pipe pull-back operation. 4. 06 Other submittals as required in Technical Specifications Section 02512 - Fusible Polyvinyl Chloride Pipe. 5.0 DESIGN CRITERIA: 5. 01 Provide pipe able to sustain loads, forces, and stresses resulting from but not limited to handling and storage, pull-back of pipe through reamed hole, and other construction loads in combination with overburden, earth and external hydrostatic loads, and internal pressure. 6.0 QUALITY CONTROL: 6.01 Work specified herein shall be performed by trained workers having a minimum of 5 years of experience with directional drilling equipment and have successfully completed comparable directional drilling installations of the length, geographic location, geologic conditions and diameters of pipe proposed in this project (see also Section 4. 02) . 6. 02 Comparable installations: Horizontal Directional Drilling completed in an area with geologic conditions similar to those at the site. 6. 03 Determination of `successful completion' and `comparable installations' will be at the sole discretion of the Owner. 7.0 NOTIFICATIONS: 7. 01 Provide minimum of 48-hours notice to the Owner and the Engineer prior to beginning: 1. Directional drilling operations, 2. Pipe pull-back operations, 3. Hydrostatic testing or disinfection of pipe. 7. 02 Provide minimum of 48-hours notice to local residents and Private Property Owners prior to beginning any `round-the-clock operations. 8.0 PRODUCTS: 8. 01 WATER LINE Provide fusible PVC pipe with inside diameter and wall thickness as shown by Section 4. 03 (k) . Pipe shall also be in accordance with Technical Specification 02512 - Fusible Polyvinyl Chloride Pipe. 9.0 EXECUTION: 9. 01 INSTALLATION a. Preparation 02449 - Installation of Utilities by HDD Page 4 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 1. General a. Properly meter water in accordance with City requirements. 2. Pipe Layout a. Lay pipe on rollers or other apparatus to facilitate pullback and prevent damage to pipe. 3. Entry and Exit Work Areas a. Perform grading, excavation, and necessary shoring work restricted to Work Areas shown on the drawings. b. Joining and Joint Testing 1. Join and test in one complete unit full length of pipe before pulling back through drilled hole. 2. Follow requirements of Section 02512 - Fusible Polyvinyl Chloride Pipe. C. Drilling and Locating 1. Drill and locate water line, and gas line, and MIS conduit to proposed alignment (minimum depth and grade) shown on Drawings or as per directional drilling contractor requirements to complete the work. In no case will the HDD contractor requirements be less than the minimum without approval of the Engineer. 2. Continuously monitor location of pipes with respect to proposed line and grade. Control line and grade of pipe to within 5-feet of proposed line and 5-feet of the proposed grade. 3. Set-up a backup locating system, ready for use in the event the primary locating system fails, malfunctions, or otherwise ceases to perform adequately to complete drilling. Demonstrate to the Engineer that the back-up system is ready to use before beginning directional drilling. 4. Comply with provisions of Easement documents. 5. Excavation to locate drilling head at exit point may occur provided no excavation is conducted or occurs within wetlands, submerged lands, street intersections, railroad crossings, or other similar areas. 6. Periodically inform the Engineer during drilling and allow the Engineer to monitor drilling progress and drill location. d. Reaming and Pull-Back 1. Establish buoyancy control measures. 2. Immediately prior to pull-back, `pre-disinfect' the water main pipe by swabbing all surfaces, including other equipment that may be in the pipe (e.g. , for buoyancy control) with a 3% to 5% hypochlorite disinfecting solution. 3. Prohibit foreign material from entering pipes during pull-back. 4. Once pull-back begins, take steps necessary to complete without stopping 02449 - Installation of Utilities by HDD Page 5 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 and re-starting the pull. 5. Use equipment of sufficient size for the project. Use a suitable cutting head to bore face of excavation. Minimize overcut of excavation. a. Annular space around greatest diameter of pipe to be kept to a minimum of 1-inch or less to avoid surface settlement. b. Displaced volume for pilot bore stems alone is not of sufficient volume to require grouting. 6. Carefully monitor drilling fluid pressure. 7. Configure directional drilling rig such that tension in pipes during pull-back is uniformly distributed and will not damage or permanently distort pipes. 8. Continuously lubricate pipes with bentonite slurry or other suitable techniques. 9. Contractor shall continuously monitor the pullback force on the pipe and maintain within safe range as per manufacture requirements. 10. Ensure that pipe is terminated at final entry and exit points. e. Testing and Disinfection. 1. Provide tees and plugs installed in piping subject to internal hydrostatic heads with suitable thrust restraint. 2. Hydrostatically test pipeline after installation. Refer to Standard Specification Section 026202 - Hydrostatic of Pressure System. f. Backfilling, Restoration and Clean-Up. 1. Backfill and compact excavations in accordance with Standard Specification Section 022022 - Excavation and Backfill for Utilities. 2. Replace sidewalks, driveways and pavement. Payment for replacing pavement removed as part of the work of this Technical Specification Section will be paid under the applicable bid item. 9. 02 DRILLING FLUIDS & EXCAVATED MATERIALS: a. Contain drilling fluids and cuttings within designated work areas. b. Use only environmentally safe, biodegradable fluid additives. C. Confine drilling fluids to containment pits at entry and exit work areas until removed from the site. Containment pits must be bermed up above existing grade so that there is 1 foot of free board. Silt fence shall be installed completely around the outside of the berm. Silt fence around berm and mud pit is in addition to the silt fence around the perimeter of the work site. d. Do not allow drilling fluid to enter wetlands, streams, drainage systems, 02449 - Installation of Utilities by HDD Page 6 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 or bodies of water. e. Contain inadvertent return of drilling fluids at the point where they surface until they can be recycled and/or removed from the site. f. Contractor shall follow the requirements of the Fracture Mitigation Plan or approved equal. FRACTURE MITIGATION PLAN Objective: The purpose of this plan is to have control measures in place to minimize potential frac-out during installation of proposed water line underneath jurisdictional wetland areas or water courses via Horizontal Directional Drill (HDD) . The contractor' s employees should be trained to recognize and respond in the event of a frac-out. Adequate manpower, equipment, and materials will be placed onsite if frac-out should occur. Once HDD installation begins, specific monitoring will be done to determine whether a frac-out occurs. The Contractor shall have experienced personnel onsite who are familiar and experienced with the procedures for this type of installation. During the operation of an HDD installation, the contractor' s personnel shall monitor the pipeline and cable drill path throughout the process. Before HDD installation occurs, field crews shall be briefed on what to watch for and made aware of the importance of timely detection and response to frac-out throughout the drill. If at any time the HDD operator observes a loss in fluid pressure or loss of circulation, field crews will be notified of the approximate position of the drill head and shall monitor the area for potential surface discharge. Notification shall be made to the City of Corpus Christi inspector to ensure adequate attention shall be addressed to the frac-out containment; this shall be done in a timely manner. The Contractor' s HDD operations onsite foreman shall have the responsibility and authority for executing the Fracture Mitigation Plan (FMP) . The onsite foreman shall be competent with all aspects of the drilling activity and the FMP. The FMP shall be provided to the onsite foreman and the plan shall be on site at all times. Prior to drilling, the onsite supervisor shall ensure that all workers are properly trained and familiar with necessary procedures to recognize and respond to a frac-out. Frac-out Response: Should monitoring results indicate that a frac-out has occurred; the following procedures will be implemented: 1. Assess the situation to determine what containment structure would best contain the frac-out with minimal impact to property. 2. Immediately notify the onsite supervisor and the City of Corpus Christi Inspector. 3. Create a containment area with use of a silt fence, hay bales, or constructed earthen dikes, and recover the drilling mud. 4. For larger releases that are (or have the potential to be) wide spread, initiate immediate suspension of drilling operation until appropriate containment is in place. g. Contractor shall have the following available at the project site at all times for containment response and clean up: ➢ Hay bales ➢ Silt fence ➢ Sand bags ➢ Shovels ➢ Push brooms ➢ Pump and hose ➢ Floating/absorbent booms 02449 - Installation of Utilities by HDD Page 7 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 ➢ Mud pit large enough to pump excess mud into ➢ Heavy equipment ➢ Vacuum trucks on "standby" ➢ MSDS for drilling mud and additives h. Remove drilling fluids completely from the site prior to backfilling and restoration of the site. i. Dispose excess fluids, cuttings, and other related materials in accordance with governing regulations. 9. 03 DAMAGED OR IMPROPERLY INSTALLED PIPE: a. Replace pipe damaged before installation or does not meet the specifications. b. If drilling cannot advance due to unforeseen obstruction, modify proposed alignment, as approved by the Engineer. 02449 - Installation of Utilities by HDD Page 8 of 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 02512 - FUSIBLE POLYVINYL CHLORIDE PIPE 1.0 GENERAL: 1. 01 SCOPE: This specification shall govern for all work necessary for furnishing all fusible polyvinyl chloride pipe and fittings required to complete the PVC piping for potable water lines. 1. 02 SPECIFICATION TYPE: This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 2.0 DESCRIPTION: 2. 01 SCOPE 1. This section specifies fusible polyvinylchloride pipe, including standards for dimensionality, testing, quality, acceptable fusion practice, safe handling and storage. 2. 02 PIPE DESCRIPTION 1. Pipe supplier shall furnish fusible polyvinylchloride pipe conforming to all standards and procedures, and meeting all testing and material properties as described in this specification. 2. Pipe shall conform to the dimensionality and general characteristics of 6-inch to 12-inch AWWA C900 DR 18 PVC or 16-inch AWWA C905 DR 18 PVC water transmission pipe. 3. Pipe shall meet the minimum design requirements of Section 02449 - Installation of Utilities by Horizontal Directional Drilling, Section 02450 - Installation of Utilities by Pipe Bursting, minimum geometry as shown on the drawings, and as required by the HDD or pipe bursting contractor. In no case will the HDD or pipe bursting contractor' s requirements be less than the minimum without approval of the Engineer. 4. Pipe manufacture shall coordinate with HDD contractor to submit stress analysis as per Section 02449 - Installation of Utilities by Horizontal Directional Drilling 5. 03 (k) and pipe bursting contractor submit design calculations per Section 02450 - Installation of Utilities by Pipe Bursting 1. 04 a. 3.0 QUALITY ASSURANCE: 3. 01 REFERENCES 1. This section contains references to the following documents. They are a part of this section as specified and modified. Where a referenced document contains references to other standards, those other standards are included as references under this section as if referenced directly. In the event of a conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. 02512 - Fusible PVC Pipe Page 1 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2. Unless otherwise specified, references to documents shall mean the documents in effect at the time of design, bid, or construction, whichever is earliest. If referenced documents have been discontinued by the issuing organization, references to those documents shall mean the replacement documents issued or otherwise identified by that organization or, if there are no replacement documents, the last version of the document before it was discontinued. 3. Where document dates are given in the following listing, references to those documents shall mean the specific document version associated with that date, regardless of whether the document has been superseded by a version with a later date, discontinued or replaced. Reference Title ANSI/AWWA American National Standard for Ductile-Iron and Gray-Iron C110/A21. 10 Fittings, 3-inch through 48-inch, for Water and Other Liquids American National Standard for Rubber-Gasket Joints for Ductile- ANSI/AWWA Iron Pressure Pipe and Fittings C111/A21. 11 ANSI/AWWA AWWA Standard for Ductile-Iron Compact Fittings for Water C153/A21.53 Service AWWA C605 Standard for Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipe and Fittings for Water AWWA C651 Standard for Disinfecting Water Mains Standard for Polyvinyl Chloride (PVC) Pressure Pipe and AWWA C900 Fabricated Fittings, 4 in. through 12 in. (100mm Through 300mm) , for Water Distribution Standard for Polyvinyl Chloride (PVC Pressure Pipe and AWWA C905 Fabricated Fittings, 14 in. through 48 in. (350mm Through 1200mm) , for Water Distribution and Transmission AWWA M23 AWWA Manual of Supply Practices PVC Pipe-Design and Installation, Second Edition ASTM C923 Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals ASTM D1784 Rigid Poly (Vinyl Chloride) (PVC) Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds ASTM D1785 Poly (Vinyl Chloride) (PVC) Plastic Pipe, Schedules 40, 80, and 120 ASTM D2152 Test Method for Degree of Fusion of Extruded Poly(Vinyl Chloride) (PVC) Pipe and Molded Fittings by Acetone Immersion ASTM D2241 Poly (Vinyl Chloride) (PVC) Plastic Pipe (SDR-PR) ASTM D2665 Poly (Vinyl Chloride) (PVC) Plastic Drain, Waste, and Vent Pipe and Fittings ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM F477 Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F679 Standard Specification for Poly(Vinyl Chloride) (PVC) Large Diameter Plastic Gravity Sewer Pipe and Fittings ASTM F1057 Standard Practice for Estimating the Quality of Extruded Poly (Vinyl Chloride) (PVC) Pipe by the Heat Reversion Technique 02512 - Fusible PVC Pipe Page 2 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Reference Title ASTM F1417 Standard Test Method for Installation Acceptance of Plastic Gravity Sewer Lines Using Low-Pressure Air UNI-B-6 Recommended Practice for Low-Pressure Air Testing of Installed Sewer Pipe UNI-PUB-08 Tapping Guide for PVC Pressure Pipe NSF-14 Plastics Piping System Components and Related Materials NSF-61 Drinking Water System Components--Health Effects PPI TR-2 PVC Range Composition Listing of Qualified Ingredients 3. 02 MANUFACTURER REQUIREMENTS 1. All piping shall be made from PVC compound conforming to cell classification 12454 per ASTM D1784 3. 03 FUSION TECHNICIAN REQUIREMENTS 1. Fusion Technician shall be fully qualified by the pipe supplier to install fusible polyvinylchloride pipe of the type (s) and size (s) being used. Qualification shall be current as of the actual date of fusion performance on the project and shall be submitted to the Engineer for review. 3. 04 SPECIFIED PIPE SUPPLIERS 1. Fusible polyvinylchloride pipe shall be used as manufactured under the trade names Fusible C-900®, Fusible C-905®, and FPVC®, for Underground Solutions, Inc. , Poway, CA, (858) 679- 9551. Fusion process shall be as patented by Underground Solutions, Inc. , Poway, CA, Patent No. 6, 982, 051. 3. 05 WARRANTY 1. The pipe shall be warranted for one year per the pipe supplier' s standard terms. 2. In addition to the standard pipe warranty, the fusion services shall be warranted for one year per the fusion service provider' s standard terms. 3. 06 PRE-CONSTRUCTION SUBMITTALS 1. The following PRODUCT DATA is required from the pipe supplier and/or fusion provider: 1) Pipe Size 2) Dimensionality 3) Pressure Class per applicable standard 4) Color 5) Recommended Minimum Bending Radius 6) Recommended Maximum Safe Pull Force 7) Fusion technician qualification indicating conformance with this specification 3. 07 POST-CONSTRUCTION SUBMITTALS 1. The following AS-RECORDED DATA is required from the contractor and/or fusion provider to the owner or pipe supplier upon request: 1) Approved datalogger device reports 2) Fusion joint documentation containing the following information: a) Pipe Size and Thickness b) Machine Size C) Fusion Technician Identification 02512 - Fusible PVC Pipe Page 3 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 d) Job Identification e) Fusion Joint Number f) Fusion, Heating, and Drag Pressure Settings g) Heat Plate Temperature h) Time Stamp i) Heating and Cool Down Time of Fusion j ) Ambient Temperature 4.0 PRODUCTS: 4. 01 FUSIBLE POLYVINYLCHLORIDE PRESSURE PIPE FOR POTABLE WATER a. Fusible polyvinylchloride pipe shall conform to AWWA C900, AWWA C905, ASTM D2241 or ASTM D1785 for standard dimensions, as applicable. Testing shall be in accordance with the referenced AWWA standards for all pipe types. b. Fusible polyvinylchloride pipe shall be extruded with plain ends. The ends shall be square to the pipe and free of any bevel or chamfer. There shall be no bell or gasket of any kind incorporated into the pipe. C. Fusible polyvinylchloride pipe shall be manufactured in a standard 40' nominal length, or custom lengths as specified. d. Fusible polyvinylchloride pipe shall be blue in color for potable water use. e. Pipe shall be marked as follows: 1. Nominal pipe size 2. PVC 3. Dimension Ratio, Standard Dimension Ratio, or Schedule 4. AWWA pressure class, or standard pressure rating for non-AWWA pipe, as applicable 5. AWWA standard designation number, or pipe type for non-AWWA pipe, as applicable 6. NSF-61 mark verifying suitability for potable water service 7. Extrusion production-record code 8. Trademark or trade name 9. Cell Classification 12454 and/or PVC material code 1120 may also be included f. Pipe shall be homogeneous throughout and be free of visible cracks, holes, foreign material, blisters, or other visible deleterious faults. 4. 02 FUSION JOINTS a. Unless otherwise specified, fusible polyvinylchloride pipe lengths shall be assembled in the field with butt-fused joints. The Contractor shall follow the pipe supplier' s written guidelines for this procedure. All fusion joints shall be completed as described in this specification. 4. 03 CONNECTIONS AND FITTINGS FOR PRESSURE APPLICATIONS a. Connections shall be defined in conjunction with the coupling of project piping, as well as the tie-ins to other piping systems. 02512 - Fusible PVC Pipe Page 4 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. DUCTILE IRON MECHANICAL AND FLANGED FITTINGS Acceptable fittings for use with fusible polyvinylchloride pipe shall include standard ductile iron fittings conforming to AWWA/ANSI C110/A21. 10, or AWWA/ANSI C153/A21.53 and AWWA/ANSI C111/A21. 11. 1. Connections to fusible polyvinylchloride pipe may be made using a restrained retainer gland product for PVC pipe, as well as for MJ or flanged fittings. 2. Bends, tees and other ductile iron fittings shall be restrained with the use of thrust blocking or other means as indicated in the construction documents. 3. Ductile iron fittings and glands must be installed per the manufacturer' s guidelines. C. CONNECTION HARDWARE Bolts and nuts for buried service shall be stainless steel. 5.0 EXECUTION: 5. 01 DELIVERY AND OFF-LOADING a. All pipe shall be bundled or packaged in such a manner as to provide adequate protection of the ends during transportation to the site. Any pipe damaged in shipment shall be replaced as directed by the owner or engineer. b. Each pipe shipment should be inspected prior to unloading to see if the load has shifted or otherwise been damaged. Notify owner or engineer immediately if more than immaterial damage is found. Each pipe shipment should be checked for quantity and proper pipe size, color, and type. C. Pipe should be loaded, off-loaded, and otherwise handled in accordance with AWWA M23, and all of the pipe supplier' s guidelines shall be followed. d. Off-loading devices such as chains, wire rope, chokers, or other pipe handling implements that may scratch, nick, cut, or gouge the pipe are strictly prohibited. e. During removal and handling, be sure that the pipe does not strike anything. Significant impact could cause damage, particularly during cold weather. f. If appropriate unloading equipment is not available, pipe may be unloaded by removing individual pieces. Care should be taken to insure that pipe is not dropped or damaged. Pipe should be carefully lowered, not dropped, from trucks. 5. 02 HANDLING AND STORAGE a. Any length of pipe showing a crack or which has received a blow that may have caused an incident fracture, even though no such fracture can be seen, shall be marked as rejected and removed at once from the work. Damaged areas, or possible areas of damage may be removed by cutting out and removing the suspected incident fracture area. Limits of the acceptable length of pipe shall be determined by the owner or engineer. 02512 - Fusible PVC Pipe Page 5 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 b. Any scratch or gouge greater than 100 of the wall thickness will be considered significant and can be rejected unless determined acceptable by the owner or engineer. C. Pipe lengths should be stored and placed on level ground. Pipe should be stored at the job site in the unit packaging provided by the manufacturer. Caution should be exercised to avoid compression, damage, or deformation to the ends of the pipe. The interior of the pipe, as well as all end surfaces, should be kept free from dirt and foreign matter. d. Pipe shall be handled and supported with the use of woven fiber pipe slings or approved equal. Care shall be exercised when handling the pipe to not cut, gouge, scratch or otherwise abrade the piping in any way. e. If pipe is to be stored for periods of 1 year or longer, the pipe should be shaded or otherwise shielded from direct sunlight. Covering of the pipe which allows for temperature build-up is strictly prohibited. Pipe should be covered with an opaque material while permitting adequate air circulation above and around the pipe as required to prevent excess heat accumulation. f. Pipe shall be stored and stacked per the pipe supplier's guidelines. 5. 03 FUSION PROCESS a. GENERAL 1. Fusible polyvinylchloride pipe will be handled in a safe and non-destructive manner before, during, and after the fusion process and in accordance with this specification and pipe supplier' s guidelines. 2. Fusible polyvinylchloride pipe will be fused by qualified fusion technicians, as documented by the pipe supplier. 3. Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. 4. Only appropriately sized and outfitted fusion machines that have been approved by the pipe supplier shall be used for the fusion process. Fusion machines must incorporate the following elements: a) HEAT PLATE - Heat plates shall be in good condition with no deep gouges or scratches. Plates shall be clean and free of any debris or contamination. Heater controls shall function properly; cord and plug shall be in good condition. The appropriately sized heat plate shall be capable of maintaining a uniform and consistent heat profile and temperature for the size of pipe being fused, per the pipe supplier' s guidelines. b) CARRIAGE - Carriage shall travel smoothly with no binding at less than 50 psi. Jaws shall be in good condition with proper inserts for the pipe size being fused. Insert pins shall be installed with no interference to carriage travel. 02512 - Fusible PVC Pipe Page 6 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 c) GENERAL MACHINE - Overview of machine body shall yield no obvious defects, missing parts, or potential safety issues during fusion. d) DATA LOGGING DEVICE - An approved datalogging device with the current version of the pipe supplier' s recommended and compatible software shall be used. Datalogging device operations and maintenance manual shall be with the unit at all times. If fusing for extended periods of time, an independent 110V power source shall be available to extend battery life. 5. Other equipment specifically required for the fusion process shall include the following: a) Pipe rollers shall be used for support of pipe to either side of the machine b)A weather protection canopy that allows full machine motion of the heat plate, fusion assembly and carriage shall be provided for fusion in inclement, extreme temperatures, and /or windy weather, per the pipe supplier' s recommendations. c)An infrared (IR) pyrometer for checking pipe and heat plate temperatures. d) Fusion machine operations and maintenance manual shall be kept with the fusion machine at all times. e) Facing blades specifically designed for cutting fusible polyvinylchloride pipe shall be used. b. JOINT RECORDING Each fusion joint shall be recorded and logged by an electronic monitoring device (data logger) connected to the fusion machine. The fusion data logging and joint report shall be generated by software developed specifically for the butt-fusion of fusible polyvinyl chloride pipe. The software shall register and/or record the parameters required by the pipe supplier and these specifications. Data not logged by the data logger shall be logged manually and be included in the Fusion Technician' s joint report. 5. 04 GENERAL INSTALLATION a. Installation guidelines from the pipe supplier shall be followed for all installations. b. The fusible polyvinylchloride pipe will be installed in a manner so as not to exceed the recommended bending radius. c. Where fusible polyvinylchloride pipe is installed by pulling in tension, the recommended Safe Pulling Force established by the pipe supplier shall not be exceeded. 02512 - Fusible PVC Pipe Page 7 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 5. 05 PREPARATION PRIOR TO MAKING CONNECTIONS INTO EXISTING PIPING SYSTEMS a. Approximate locations for existing piping systems are shown in the construction documents . Prior to making connections into existing piping systems, the contractor shall: 1. Field verify location, size, piping material, and piping system of the existing pipe. 2. Obtain all required fittings, which may include saddles, sleeve type couplings, flanges, tees, or others as shown in the construction documents. 3. Have installed all temporary pumps and/or pipes in accordance with established connection plans. b. Unless otherwise approved, new piping systems shall be completely assembled and successfully tested prior to making connections into existing pipe systems. 5. 06 PIPE SYSTEM CONNECTIONS a. Pipe connections shall be installed per applicable standards and regulations, as well as per the connection manufacturer' s guidelines and as indicated in the construction documents. Pipe connections to structures shall be installed per applicable standards and regulations, as well as per the connection manufacturer' s guidelines. 5. 07 TAPPING FOR POTABLE AND NON-POTABLE WATER APPLICATIONS a. Tapping shall be performed using standard tapping saddles designed for use on PVC piping in accordance with AWWA C605. Tapping shall be performed only with use of tap saddles or sleeves. NO DIRECT TAPPING WILL BE PERMITTED. Tapping shall be performed in accordance with the applicable sections for Saddle Tapping per Uni-Pub-8. b. All connections requiring a larger diameter than that recommended by the pipe supplier, shall be made with a pipe connection as specified and indicated on the drawings. C. Equipment used for tapping shall be made specifically for tapping PVC pipe: 1. Tapping bits shall be slotted "shell" style cutters, specifically made for PVC pipe. `Hole saws' made for cutting wood, steel, ductile iron, or other materials are strictly prohibited. 2. Manually operated or power operated drilling machines may be used. d. Taps may be performed while the pipeline is filled with water and under pressure ( `wet' tap, ) or when the pipeline is not filled with water and not under pressure ( `dry' tap) . 02512 - Fusible PVC Pipe Page 8 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 6.0 TESTING a. Testing shall comply with all applicable jurisdictional building codes, statutes, standards, regulations, and laws. b. HYDROSTATIC TESTING AND LEAKAGE TESTING FOR PRESSURE PIPING 1. Hydrostatic and leakage testing for piping systems that contain mechanical jointing as well as fused PVC jointing shall comply with City Standard Specification 026202 - Hydrostatic Testing of Pressure System and AWWA C605. 2. In preparation for pressure testing the following parameters must be followed: 1) All air must be vented from the pipeline prior to pressurization. This may be accomplished with the use of the air relief valves or corporation stop valves, vent piping in the testing hardware or end caps, or any other method which adequately allows air to escape the pipeline at all high points. Venting may also be accomplished by `flushing' the pipeline in accordance with the parameters and procedures as described in AWWA C605. 2) The pipeline must be fully restrained prior to pressurization. This includes complete installation of all mechanical restraints per the restraint manufacturer' s guidelines, whether permanent or temporary to the final installation. This also includes the installation and curing of any and all required thrust blocking. All appurtenances included in the pressure test, including valves, blow-offs, and air-relief valves shall be checked for proper installation and restraint prior to beginning the test. 3) Temporary pipeline alignments that are being tested, such as those that are partially installed in their permanent location shall be configured to minimize the amount of potentially trapped air in the pipeline. C. DISINFECTION OF THE PIPELINE FOR POTABLE WATER PIPING 1. After installation, the pipeline, having passed all required testing, shall be disinfected prior to being put into service. Unless otherwise directed by the owner or engineer, the pipeline will be disinfected per City Standard Specification 026402 and AWWA C651. d. PARTIAL TESTING 1. Segments of the pipe may be tested separately in accordance with standard testing procedure, as approved by the owner and engineer. END OF SECTION 02512 - Fusible PVC Pipe Page 9 of 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 02620 - STORM WATER POLLUTION PREVENTION 1.0 GENERAL 1. 01 SCOPE: This specification shall govern for all work under the contract related to storm water pollution prevention. 1. 02 SPECIFICATION TYPE: This is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 2.0 REQUIREMENTS 2. 01 General: The intent of storm water management is to improve water quality by reducing the pollutants in storm water discharges from the site. Storm water means storm water runoff, surface runoff and drainage from the construction site. The Contractor must implement the Best Management Practices (BMP) for the construction activities as outlined in the Storm Water Pollution Prevention Plan (SWP3) . Attached to and a part of this specification is the following item: a. Storm Water Pollution Prevention Plan (SWP3) shall be submitted for each Delivery Order, as required. 2. 02 Storm Water Pollution Prevention Plan (SWP3) : a. General: A SWP3 has been prepared for this project and is included with this specification. The SWP3 identifies potential sources of pollution that may be expected to affect the quality of storm water discharges from the construction site and includes a site description, erosion and sediment controls, storm water management, other controls, maintenance procedures and inspection procedures. The Contractor shall implement, maintain and inspect the control techniques required by the SWP3. b. Inspection and Maintenance: Inspection and maintenance is required for all areas disturbed by construction activity and for all erosion and sediment controls that are used. Inspection shall be performed at least once a week, and within 24 hours of a storm event of 0.5 inches or greater for as long as a portion of the site is disturbed. The Contractor should select one individual who will be responsible for the inspection and maintenance of the system. The inspector will look at the control measures and determine if they are performing correctly and effectively. A report form is provided in the SWP3 for the inspector to use. 02620 - Storm Water Pollution Prevention Page 1 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 c. Storm Water Pollution Prevention Plan: The SWP3 is to be prepared for each Delivery Order issued using the information contained in this specification. Copies of the document will be kept at the site of the construction activities at all times. 3.0 STORM WATER POLLUTION PREVENTION PLAN: 3. 1 Project Description: a. General The project limits will be determined for each Delivery Order issued. It is anticipated that the Delivery Order sites will be less than one acre in disturbance and as such will not require NOI, NOT or a construction site notice. b. Project Location This project is located City Wide in the City of Corpus Christi. A location map will be prepared for each Deliver Order issued. c. Owner: City of Corpus Christi d. Construction Contractor: e. Name of Receiving Waters: 3.2 Best Management Practices (BMP) : a. Erosion Controls: The existing vegetation must be preserved to the greatest extent possible. The areas disturbed by construction will be seeded to provide stabilization and prevent erosion. The stabilization measures shall be implemented as soon as practicable in portions of the site where construction activities have ceased. Stabilization practices must be implemented no later than 14 days after the construction activities in any portion of the site have ceased. The above timing for stabilization practices does not apply to the following; areas where construction activity will resume in the area within 21 days, or in arid, semi arid or drought stricken areas. In these areas the stabilization measures will take place as soon as practicable. Other erosion control measures which may be implemented include: • Temporary Vegetation • Blankets/Matting • Mulch • Sod • Interceptor Swale • Diversion Dike • Erosion Control Compost • Mulch Filter Berms and Socks 02620 - Storm Water Pollution Prevention Page 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 • Compost Filter Berms and Socks b. Sedimentation Controls: Sedimentation controls will be implemented to retain sediment onsite and minimize offsite transport to the extent practicable. Silt fence will be installed on the slopes to prevent sediment from entering the un-named tributaries of the Nueces River and the Choke Canyon Reservoir during construction. Sediment must be removed no later than the time that the capacity of the control is reduced by 500. If sediment escapes from the site the accumulations must be removed at a frequency so as to minimize further negative effects and whenever feasible prior to the next rain. Other sedimentation controls which may also be used include: • Sand Bag Berm • Rock Berm • Brush Berms • Mulch Filter Berms and Socks • Compost Filter Berms and Socks • Silt Fence • Hay Bale Dike • Triangular Filter Dike • Stone Outlet Sediment Traps • Sediment Basins • Erosion Control Compost c. Post-Construction TSS Control: A sod filter strip will be placed along the toe of slope of the disturbed areas in the vicinity of the un-named tributaries of the Nueces River and Choke Canyon Reservoir to reduce the total suspended solids load in the storm water runoff. Other post- construction TSS control measures which may be implemented include: • Retention/Irrigation • Constructed Wetlands • Extended Detention Basin • Wet Basins • Vegetative Filter Strips • Vegetation Lined Drainage Ditches • Grassy Swales • Sand Filter Systems 02620 - Storm Water Pollution Prevention Page 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 • Erosion Control Compost • Mulch Filter Berms and Socks • Compost Filter Berms and Socks 3.3 Other Controls: a. Waste Disposal: (1) Waste Materials: All waste materials will be collected and stored in a securely lidded metal Dumpster rented from a reputable disposal company licensed for solid waste disposal. The Dumpster will meet all local, State and Federal solid waste management regulations. All trash and construction debris from the site will be disposed in the Dumpster. The Dumpster will be emptied as necessary and the trash hauled to a permitted waste disposal site. No construction waste materials will be buried on site. All personnel will be instructed regarding the correct procedure for waste disposal. The Pollution Prevention Plan will be posted in the office trailer and the Construction Superintendent will be responsible for seeing that these procedures are followed. (2) Hazardous Waste: All hazardous waste materials will be disposed of in the manner as required by City, State or Federal regulations or by the materials manufacturer. All personnel will be instructed regarding the correct procedure for handling hazardous waste and the Construction Superintendent will be responsible for seeing that these procedures are followed. (3) Sanitary Waste: All sanitary waste will be collected from portable units as necessary and/or required by governing regulations. Collection will be by a licensed or permitted Disposal Company and the waste properly disposed of. b. Offsite Vehicle Tracking: Stabilized construction entrances will be provided to help reduce vehicle tracking of sediments. The paved street adjacent to the site entrance will be swept daily to remove any excess mud, dirt or rock tracked from the site. c. Sprinkling for Dust Control: The Contractor shall provide water as needed to sprinkle areas in order to control and minimize the generation of dust. 3.4 Demonstration of Compliance with Federal, State and Local Regulations: This plan follows the outline provided to meet the requirements of State regulations concerning storm water management. 02620 - Storm Water Pollution Prevention Page 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 3.5 Maintenance/Inspection Procedures: a. General: All erosion, sedimentation, post-construction TSS and other protective measures identified in the SWP3 must be maintained in effective operating condition. If during the regular inspections the permittee notes that the measures are not performing as intended then maintenance must be performed before the next storm event. Any measure that has been rendered ineffective due to construction activity must be replaced or corrected immediately. b. Maintenance and Inspection Practices for Erosion, Sedimentation and Post-Construction TSS Controls: These are the maintenance and inspection practices that will be used to maintain erosion and sedimentation and post-construction TSS controls. (1) Where possible, the site work will be performed in phases leaving certain areas undisturbed as the work progresses. (2) All control measures will be inspected at least once each week and within 24 hours of any storm event of 0.5 inches or greater. (3) All measures will be maintained in good working order; if a repair is necessary, it will be initiated within 24 hours of report. (4) Built up sediment will be removed from silt fence when it has reached one-third the height of the fence. (5) Silt fence will be inspected for depth of sediment, tears, to see if the fabric is securely attached to the fence posts, and to see that the fence posts are firmly in the ground. (6) Earthen dikes, sediment traps and check dams will be inspected to verify they are functioning as originally constructed. (7) Temporary and permanent seeding, planting, mulching, sod stabilization and sod filter strips will be inspected for bare spots, washouts and healthy growth. (8) A maintenance inspection report will be made after each inspection. A copy of the report form to be completed by the inspector is shown at the end of this section. (9) The Construction Superintendent will select one individual who will be responsible for inspections, maintenance and repair activities, and filling out the inspection and maintenance report. (10) Personnel selected for inspection and maintenance responsibilities will receive training from the Construction Superintendent. They will be trained in all the inspection and maintenance practices necessary for keeping the erosion and sediment controls used on site in good working order. (11) Inspection report with certification for compliance should be retained for at least three years. 3. 6 Inventory For Pollution Prevention Plan: The materials or substances listed below are expected to be present onsite during construction: 02620 - Storm Water Pollution Prevention Page 5 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 a. Lumber b. PVC pipe c. Ductile iron Pipe Fittings d. Concrete materials and reinforcing steel e. Polyethylene pipe and products f. Petroleum and asphalt products g. Paint h. Fertilizer i. Herbicides 3.7 Management Practice To Prevent Spills: a. General Material Management Practices: The following are the material management practices that will be used to reduce the risk of spills or other accidental exposure of materials and substances to storm water runoff. The following good housekeeping practices will be followed onsite during the construction project. (1) An effort will be made to store only enough product required to do the job. (2) All materials stored onsite will be stored in a neat, orderly manner in their appropriate containers and, if possible, under a roof or other enclosure. (3) Products will be kept in their original containers with the original manufacturer' s label. (4) Substances will not be mixed with one another unless recommended by the manufacturer. (5) Whenever possible, all of a product will be used up before disposing of the container. (6) Manufacturers' recommendations for proper use and disposal will be followed. (7) The site superintendent will inspect daily to ensure proper use and disposal of materials onsite. b. Hazardous Products Management Practices: These practices are used to reduce the risks associated with hazardous materials. (1) Products will be kept in original containers unless they are not resealable. (2) Original labels and material safety data will be retained; they contain important product information. (3) If surplus product must be disposed of, manufacturers' or local and State recommended methods for proper disposal would be followed. c. Product Specific Practices The following product specific practices will be followed onsite. (1) Petroleum Product: All onsite vehicles will be monitored for leaks and receive regular preventive maintenance to reduce the chance of leakage. Petroleum products will be stored in tightly sealed containers, which are clearly labeled. Any asphalt substances used onsite will be applied according to the manufacturer' s recommendations. 02620 - Storm Water Pollution Prevention Page 6 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (2) Fertilizers: Fertilizers used will be applied only in the minimum amounts recommended by the manufacturer. Once applied, fertilizer will be worked in the soil to limit exposure to storm water. Storage will be in a covered shed. The contents of any partially used bags of fertilizer will be transferred to a sealable plastic bin to avoid spills. (3) Herbicides: Herbicides used will be applied only in the minimum amounts recommended by the manufacturer. Applications shall be accomplished only at times when wind will not cause over spray. Storage will be in a covered shed. Partially used containers of herbicides will be tightly resealed. (4) Paints: All containers will be tightly sealed and stored when not required for use. Excess paint will not be discharged to the storm sewer system but will be properly disposed of according to manufacturer' s instructions or State and local regulations. (5) Concrete Trucks: Concrete trucks will wash out or discharge surplus concrete or drum wash water only in specific areas selected and maintained by the Contractor. The Contractor will remove this waste material at the completion of the project. 3. 8 Spill Prevention And Cleanup: In addition to the management practices discussed in the previous sections of this plan, the following practices will be followed for spill prevention and cleanup: a. Manufacturers' recommended methods for spill cleanup will be clearly posted and site personnel will be made aware of the procedures and location of the information and cleanup supplies. b. Materials and equipment necessary for spill cleanup will be kept in the material storage area onsite. Equipment and materials will include but not be limited to brooms, dust pans, mops, rags, gloves, goggles, kitty litter, sand, sawdust, and plastic and metal trash containers specifically for this purpose. c. All spills will be cleaned up immediately after discovery. d. The spill area will be kept well ventilated and personnel will wear appropriate protective clothing to prevent injury from contact with a hazardous substance. e. Spills of toxic or hazardous material will be reported to the appropriate State or local government agency, regardless of the size. f. The spill prevention plan will be adjusted to include measures to prevent this type of spill from reoccurring and how to clean up the spill if there is another one. A description of the spill, what caused it, and the cleanup measures will also be included. g. The Construction Superintendent responsible for the day-to-day site operations will be the spill prevention and cleanup coordinator. He will designate at least one other site personnel who will receive spill prevention and cleanup training; this individual will become responsible for a particular phase of prevention and cleanup. The names of responsible spill personnel will be posted in the material storage area and in the office trailer onsite. 02620 - Storm Water Pollution Prevention Page 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT 1. ) LOCATION OF BMP' S THAT NEED TO BE MAINTAINED: 2. ) LOCATION OF BMP' S THAT FAILED TO OPERATE AS DESIGNED: 3. ) LOCATIONS WHERE ADDITIONAL BMP' S ARE NEEDED: 4. ) CHANGES REQUIRED TO THE POLLUTION PREVENTION PLAN: 5. ) REASONS FOR CHANGES: INSPECTORS SIGNATURE: DATE: 02620 — Storm Water Pollution Prevention Page 8 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 STORM WATER POLLUTION PREVENTION PLAN INSPECTION AND MAINTENANCE REPORT STRUCTURAL CONTROLS DATE: INSPECTORS INITIALS: SILT FENCE: IS THE BOTTOM IS THE FABRIC TORN ARE THE POSTS HOW DEEP IS OF THE FABRIC OR SAGGING? TIPPED OVER? THE SEDIMENT? STILL BURIED? MAINTENANCE REQUIRED FOR SILT FENCE: TO BE PERFORMED BY: ON OR BEFORE: Note: Inspections and reports to be performed at least once each week and following any storm event of !-� inch or greater. 02620 - Storm Water Pollution Prevention Page 9 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 SECTION 05020 Welding (Steel Casing Pipe) 1. DESCRIPTION This specification, in conjunction with the other specifications listed in Section 2 below, shall govern for all welding required to complete the project. in the event of a conflict between this specification and other specifications listed herein, the more stringent requirements will govern. 2. RELATED SPECIFICATIONS (1) 02340 Boring and Casing Roadways and Railroads (2) 02342 Open Cutting and Casing 3. WELDERS CERTIFICATIONS FOR ALL WATER DEPARTMENT PROJECTS (1) All welders shall have to pass a (6G) -welding test prior to working on City water pipeline projects. (2) The Utility Department will not accept previous certifications from the entities or companies. (3) All welders shall be tested in a recognized or acceptable testing lab to the Utility Department. (4) All welders shall be tested to qualify for all positions and for all material thickness required for that project. (5) Welders with current credentials filed with the Utility Department will not have to retest. (Current certifications expire if not working on Utility Department projects for more than 6 mos. ) . (6) The Utility Department shall not cover welder testing costs, pass or fail. (7) QA inspectors shall witness all welding tests. The attending QA inspector can reject any phase of the welder's test. (8) All tack-welders shall be certified according to positions and material thickness requirements for that project. (9) Welder's tests scheduling will require a 24-hour notice to the QA inspectors for witnessing. (10) All welding test coupons will be kept per QA inspector along with a copy of the welding certifications. (11) Other tests could be required to qualify welders for welding on Utility Department projects other than pipelines. 4. WELDING PROCEDURE SPECIFICATION (WPS) PARAMETERS (1) All Utility Department projects shall be welded using F3 and F4 class electrodes. (2) All Utility Department projects shall be welded using 1/8" and/or 5/32" electrodes. 05020 - Welding Page 1 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (3) All Utility Department projects using F4 class electrodes shall use the vertical uphill welding direction of travel. (4) All Utility Department projects using F3 class electrodes can use vertical uphill or downhill according to WPS submittals and approval per Water QA department. (5) All Utility Department projects shall follow manufacturers recommended amperage ranges for electrode type and size. 5. MINIMUM FIELD WELDING REQUIREMENTS (1) All welders shall be required to have a rod oven in working condition for storage of low-hydrogen electrodes. (2) All electrodes of low-hydrogen type shall have a maximum field life of 96 hours. This allows two bakes after opening new cans. (3) All electrodes rejected per QA inspectors will not be used on project. (4) All welding machines will pull sufficient amperage for electrode size and type with a minimal 30o amperage loss. (5) Welding clearance will be minimal 18" amperage loss. (6) All welding sites or bell holes shall be free from water and safely accessible for welding inspectors. (7) All OSHA shoring & safety rules will apply for QA inspectors access. (8) Welding shall not be allowed in rainy conditions due to safety and weld integrity. (9) All weld locations shall be wire buffed or grinded before welding. (10) All specifications will mention Standards and codes for field welds. (11) All WPS submittals for field welds shall include detailed schematic of welding processes. (12) All WPS submittals for field welds shall be approved by A/E before sending to QA inspector for review. (13) Field documentation shall consist of digital photography, camcorder- VHS and daily inspection records by QA inspectors. No exceptions. (14) All welding details and schematics for every welded component shall be submitted to the QA inspectors prior to project startup. (15) Any changes to field welding processes will require a new WPS and a PQR from the manufacturer of the welded product/AWS D1. 1. (16) Contractors shall notify the project inspector on startup (24 hrs. notice) and shutdown of welding processes. 6. WELD INSPECTION MINIMAL REQUIREMENTS 05020 - Welding Page 2 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 (1) Certified Welding Inspector (CWI) certification shall be required of sub-contracted weld inspectors. (2) Daily calibration of equipment shall be required for MT, UT as required per AWS D1. 1. to be witnessed per QA inspector. (3) Level II certifications shall be required for MT, DPT, RT and UT inspectors per AWS D1. 1. (4) Sub-contracted UT inspectors shall be required to submit schematics showing location of anomalies on rejected components according to AWS D1. 1. , paragraph 6.27. 8. 1. (5) Sub-contracted CWI inspectors shall keep a record of welders and their weld locations daily per AWS D1. 1. (6) Sub-contracted inspectors shall follow all of their company safety rules and wear safety equipment while working on Water department projects. (7) NDE inspection companies will furnish inspection procedures according to AWS 6.27. 1. (8) All weld inspections and weld repairs will be conducted using designated standards per AWWA, and AWS D1. 1 welding code. City Engineers will determine these. (9) Protocol for inspections shall be as follows: a) Contractor will call sub-contracted inspector for weld inspection with a 24 hour notice minimum. b) Sub-contracted inspector (CWI) will perform weld inspection. C) Contractor will leave one welder on weld site being inspected to make repairs. d) CWI will re-inspect for follow-up and acceptance. e) CWI will approve or reject welds and document data. f) CWI will relay results to A/E or engineering project inspector and to QA inspector. g) CWI will work directly under QA and A/E. h) QA inspector or Project Inspector will approve time sheets for sub-contracted inspectors daily. i) QA inspector concerns will be directed to Engineering Project Inspector or A/E representative. j ) QA inspector shall notify our engineers if concerns are not addressed per A/E. k) QA inspector will follow Utility Department directives only. 1) All design changes and deviations from our specifications will have to be made and approved by the City Engineering department. Changes will include but not be limited to: design, size, procedures, materials and processes. M) CWI will notify QA inspector whenever leaving the jobsite. 05020 - Welding Page 3 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 n) Sub-contracted welding inspection company will have a CWI on the jobsite during all welding processes and stages of welding, unless other arrangements are approved per QA inspector. o) Contractor shall not interfere with inspections, disrespect or make any demands of any CWI or QA inspector. All concerns shall be directed to the assigned project inspector. P) Contractor shall provide safe access to all inspectors before calling for inspections (according to OSHA safety rules and regulations) . 05020 - Welding Page 4 of 4 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 09910 - PAINTING 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE AND SPECIFICATION TYPE This specification shall govern for all work necessary to accomplish the painting required to complete the project. 1. 02 SPECIFICATION TYPE This is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 2.0 WORKMANSHIP All work shall be done using "first class workmanship". The Engineer shall be the sole judge as to what constitutes "first class workmanship" and shall have the right to immediately stop the work covered under this section, if said work is not being done to his satisfaction. The painting operation shall not resume until the methods have been corrected to the Engineer's satisfaction. 3.0 PROTECTIVE COATING FOR UNDERGROUND PIPE See water main pipe specifications. 4.0 COLORS All colors shall be selected by the Engineer and/or Owner. The Contractor shall prepare samples of colors for approval by the Engineer and/or Owner. 5.0 SAMPLES The Contractor shall submit for approval samples of paint materials proposed for use, in three displays of each kind of color of paint to be applied. The Contractor shall make panels used for displays, representative of respective types of surfaces to which several kinds and colors are to be applied in actual work. The Contractor shall not order paint materials until color selections have been made and samples approved. 6.0 PREPARATION OF SURFACES 6. 01 GENERAL Completely clean surface to be painted not less than 30 minutes, nor more than 8 hours prior to application of paint. 6. 02 METAL A. GENERAL: All metal surfaces to be painted shall be cleaned by sandblasting, except items that are shop coated. Cleaning shall be to "near White Metal" SP-10 or NACE #2. 09910 - Painting Page 1 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 B. NEAR WHITE METAL (Sand blast cleaning SP-10 or NACE #2. ) : (1) Definition: "Near White Metal" is a method of preparing the metal surfaces for the application of protective coatings by removing mill scale, rust, old paint and any foreign matter by propelling sand through a nozzle with compressed air. This is defined as a surface, gray white in appearance, being almost a completely uniform metallic color, with very light shadows allowed over less than 50 of the surface area. (2) Procedure: (a) Before blasting, grind smooth any rough welds and sharp edges, as per NACE RP0078, Designation D for all fillet butt and lap welds. (b) Remove heavy deposits of oil and grease by detergent cleaning using one pound Sodium Meta Silicate per five gallons of water. (c) The sand used shall be 16-35 mesh, or 20-60 sharp angular grained silica sand or equivalent that is fresh water washed, dried, properly graded and delivered to the job site in moisture proof bags (bulk sand of equal quality and size is acceptable) . Sand shall not be re-used. Anchor profile shall be minimum of 20 mils but shall not exceed 40 mils. (d) Compressed air shall be delivered at a minimum nozzle pressure of 90 psi, not to exceed 110 psi. This shall be free of detrimental amounts of condensed water and oil. (e) All blast products shall be swept or blown from the surface before priming commences. (f) Blast cleaning will not be conducted on surfaces that may become wet after blasting and before priming is complete, or when surfaces are less than 5° F above dew point, or when relative humidity is above 850. (g) The blasted surface shall be primed within 8 hours. C. REMOVAL OF OIL AND GREASE: Remove oil and grease with approved solvents such as naptha, or by steam combined with approved detergent. USE OF GASOLINE OR KEROSENE NOT PERMITTED. D. SCRAPING, GRINDING AND CHIPPING: Scrapers or other suitable grinding and chipping tools may be used for removal of existing paint coating prior to repainting, or for cleaning before application of secondary coats only when approved by the Engineer. 09910 - Painting Page 2 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 E. SANDBLASTING: Clean such surfaces by "Near White" sandblasting and leave clean, dry and ready to receive prime coat. Remove all dust and sand from surfaces before painting. Take care to remove all sand and grit around and between joints of connecting members. Schedule operations to avoid settling of dust or grit on freshly painted surfaces and adequately protect machinery or other equipment in vicinity of sand- blasting work. 6. 03 CONCRETE AND MASONRY The Contractor shall thoroughly clean all existing and new concrete and masonry with methods subject to the approval of the Engineer. The last step in the cleaning operation shall be to wash the surface to be painted with a 20 percent solution of muriatic acid and then the surface shall be rinsed with fresh water. The surface shall be allowed to dry thoroughly before applying paint. 6. 04 GALVANIZED METAL Remove oil or soap film with detergent or emulsion cleaner, then use zinc treatment such as Galva Prep or equivalent or blast lightly with fine abrasive. 7.0 STORING AND MIXING OF PAINT The Contractor shall use one convenient location for storing and mixing of paint materials, and keep an approved type fire extinguisher available in this area. The Contractor shall protect all areas where paint is stored or painting is done and he shall remove oily rags and waste from buildings at close of each day. 8.0 WEATHER AND SITE CONDITIONS 8. 01 TEMPERATURE Painting shall not be accomplished when either the surface or ambient temperatures are less than 50 degrees Fahrenheit; or when temperature drop of 20 degrees, or below 50 degrees Fahrenheit is forecast. Material shall be stored in area where the extreme cold or heat will not greatly affect viscosity. Coatings apply much better when product temperature is held within 60° F - 90° F range (77° F is optimum) . 8. 02 HUMIDITY Painting shall not be accomplished during misty or rainy weather, or on surfaces that have any frost or moisture. Painting shall not be permitted at temperatures less than 5° F above the dew point. 8. 03 WIND AND DUST Painting shall not be accomplished in dusty rooms or on the exterior during excessive wind. The Engineer shall be the sole judge as to what constitutes excessive wind. 9.0 APPLICATION PROCEDURES 9. 01 GENERAL 09910 - Painting Page 3 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Paint shall be applied by skilled workmen. Paint may be applied with brush or spray equipment. Paint shall be applied in even and thorough coats, without runs, sags or other blemishes. Contractor shall properly sand painted surfaces between coats of enamel, paint or shellac when applied to any surface other than masonry. Apply paints in accordance with manufacturer's recommendations. Do not apply finish field painting to machinery, equipment or piping until operational testing has been completed. 9. 02 DRYING TIME Allow thorough drying of each coat before succeeding coat is applied, except when manufacturer recommends otherwise, or as specified herein. 9. 03 COVERAGE Shall be as recommended by manufacturer. 9. 04 DELIVERY OF PAINT Contractor shall deliver paint to the site in original, unbroken, sealed containers, with manufacturer's label attached. 9. 05 THINNERS AND SOLVENTS Contractor shall use only those thinners and solvents specified in paint formulas of paint being used and mix in proportions as recommended by paint manufacturer. 9. 06 BRUSH APPLICATION Contractor shall apply paint in uniform thickness consistent with specified coverage and with sufficient cross brushing to insure filling of surface irregularities. He shall exercise particular care in painting around rivet heads, bolt heads and nuts, in corners, restricted spaces, and on irregular concrete surfaces. 9. 07 SPRAY APPLICATION Contractor shall apply paint with adjustable air gun equipped with suitable water trap to remove moisture from compressed air, and with paint pot having hand or air driven agitator. Application of paint by suitable airless spray equipment is acceptable. Paint shall be applied with the width of spray not less than 6 inches nor more than 18 inches, and with suitable pressure for particular type of paint being used. Contractor shall make frequent checks to insure correct spreading rate and coating, and apply without sags, runs or "orange peel" effect. Correct all such imperfections. The Contractor shall take special care to cover edges, corners and rivet head without bridging over of paint film. 9. 08 APPLICATION OF PROTECTIVE COATING When applying coats to prevent corrosion due to liquids and gases, the coating must be complete and absolutely free of the slightest pinhole, air pocket or other defect. 9. 09 PAINTING SHOP COATED METAL SURFACES 09910 - Painting Page 4 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 A. PRIOR TO INSTALLATION: After delivery to site of work, and prior to installation, keep all shop coated metal work clean and free from corrosion. When directed, clean and retouch damaged areas with additional primer. B. AFTER INSTALLATION: After erection or installation of shop coated metal work, clean and retouch all rust spots, all places where paint has been rubbed or scraped off, and all field rivet and bolt heads nuts. After previously applied paint has hardened, and when surfaces to receive succeeding coats of paint have been perfectly cleaned and dried, apply paint as set out elsewhere in these specifications. Allow interval of not less than 48 hours, or as recommended by manufacturer, between coats, and if surface is to be submerged in water, allow a minimum of 7 days or more for hardening of final coat before placing in water. C. MACHINERY AND ELECTRICAL EQUIPMENT: After installation of machinery and electrical equipment, check base coats carefully and retouch all damaged surfaces. Do not paint nameplates, serial number bases, chrome or bronze trim, or any rotating parts. Clean off any excess paint that impairs convenient removal of covers or gauges, instrumentation or other equipment fitted with doors or covers. D. BOLTED AND EMBEDDED SURFACES: All surfaces to be bolted together, bolted to concrete, embedded in concrete or grouted, shall have prime and finish coats applied and dried before installation. 10.0 CLEANING Upon completion of painting operations, the Contractor shall clean off all paint spots, oil and stain from all surfaces and leave entire project in perfect condition as far as painting work is concerned. Remove from premises all containers and debris resulting from painting operations. 11.0 SURFACES TO RECEIVE PAINT A. INTENT: It is the intent of this specification that all ferrous metal or unfinished material furnished on this project be furnished with a protective coating, but stainless steel, aluminum, bronze, copper, lead surfaces are not to be painted. Any factory painted item that is damaged or shows any sign of corrosion prior to the date of Substantial Completion shall be repainted by the Contractor. Concrete or concrete block is to be painted only when shown on the drawings to be painted. B. SCHEDULE OF SURFACES TO BE PAINTED: 09910 - Painting Page 5 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 The following schedule of surfaces to be painted is general and does not change the intent of this section as stated above. (1) Isolation Valve/Gate Valve Assembly: (a) Paint all valve box covers. (2) Vacuum Relief/Air Release Valve Assembly: (a) Paint all piping and accessories associated with the valves that are not stainless steel, brass, aluminum or galvanized. (b) Paint manhole ring and cover. (c) Paint all bollards and vent stacks. 12.0 PAINTING EQUIPMENT, MACHINERY AND METAL WORK A. EXTERIOR-STRUCTURAL STEEL, HANDRAILS, WALKWAYS & OTHER MISC. METAL WORK: (Surface Preparation - Abrasive blast "Near White Metal" SP- 10, NACE # 2) (1) Prime Coat: a. 1 coat - Carboline Carboguard 60 Series - Min. 3 mils b. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Min. 2.5 DMT* C. 1 coat - Tnemec Series 37-77 Chem-Prime - 2.5 DMT*. d. 1 coat - Sherwin-Williams Kem Kromik Universal Primer - Min. 2.5 DMT* (2) Intermediate Coat: a. 1 coat - Carboline Carboguard 60 Series - Min. 3 DMT*, or b. 1 coat - Pittsburgh Light Gray Aquapon #97-3/98 - Min. 3 DMT*, C. 1 coat - Tnemec Series 66 Epoxoline - Min. 4 DMT*. d. 1 coat - Sherwin-Williams Macropoxy 646 Epoxy- Min. 4 DMT* (3) Top Coat: a. 1 coat - Carboline Carbothane 134HG - Min. 2.5 mils b. 1 coat - Pittsburgh Pitthane (Polyurethane) - Min. 2.5 DMT*, C. 1 coat - Tnemec Series 75 Endura-Shield - Min. 2.5 DMT*. d. 1 coat - Sherwin-Williams Hi-Solids Polyurethane - Min. 2.5 DMT* * Minimum Dry Mil Thickness 13.0 T9-K4 PAINTING EXPOSED AND SUBMERGED METAL PIPING, VALVES, ETC. A. EXPOSED VALVES, FITTINGS AND PIPES: Surface Preparation - Abrasive blast "Near White Metal" SP-10, or NACE # 2) (1) Prime Coat: a. 1 coat - Carboline Carboguard 60 Series - Min. 4 mils DMT*, or b. 1 coat - Pittsburgh Aquapon Red Inhibitive Primer #97-48/98 - Min. 09910 - Painting Page 6 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 2.5 DMT*, c. 1 coat - Tnemec Series 37-77 Chem-Prime - 2.5 DMT*. d. 1 coat- Sherwin-Williams Kem Kromik Universal Primer - Min. 2.5 DMT* (2) Intermediate Coat: a. 1 coat - Carboline Carboguard 60 Series - Min. 4 DMT*, or b. 1 coat - Pittsburgh Polyamide Epoxy Gray High Solids #97-151/159 - Min. 5 DMT* c. 1 coat - Tnemec Series 66 Epoxoline - Min. 4 DMT*. d. 1 coat - Sherwin-Williams Macropoxy 646 - Min. 4 DMT* (3) Top Coat: a. 1 coat - Carboline Carbothane 134HG - Min. 2 mils DMT*, or b. 1 coat - Pittsburgh Pitthane (Polyurethane) - Min. 2.5 DMT*, c. 1 coat - Tnemec Series 75 Endura-Shield - Min. 2.5 DMT*. d. 1 coat - Sherwin-Willilams Hi-Solids Polyurethane - Min 2.5 DMT* * Minimum Dry Mil Thickness 14.0 T9-K5 RESPONSIBILITY FOR PAINT SYSTEMS It is the intent of this specification to provide the Contractor with several manufacturers ' paint systems on which to base his bid. The manufacturers ' list was furnished to the Engineer by each manufacturer with the product designations listed herein and was represented to list materials to be suitable for their intended use and that they were comparable to other systems listed. The Contractor is responsible for verifying with the paint manufacturer before he purchases any material, that the paint system is suitable for use on this project and that application rates, etc. , are in compliance with the manufacturer's recommendations. 09910 - Painting Page 7 of 7 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 15060 - MISCELLANEOUS PIPING 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE The work includes all labor, materials, tools and equipment to provide miscellaneous piping complete as shown on the drawings. This section does not cover ductile iron pipe, steel pipe, concrete pressure pipe or PVC pipe, which are covered in other sections. 1. 02 SPECIFICATION TYPE This is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 2.0 PRODUCTS/MATERIALS 2. 01 GALVANIZED STEEL PIPE A. Pipe Sleeves Pipe sleeves shall be constructed from ASTM A-53 standard weight Type E galvanized steel with threaded cast iron fittings. B. Pipe 2 Inches and Smaller Pipe shall be ASTM A-53 extra strong Type S galvanized steel with forged steel threaded fittings. C. Pipe 2-1/2 Inches and Larger Pipe shall be ASTM A-53 extra strong Type E galvanized steel with butt welded fittings. 3.0 CONSTRUCTION METHODS 3. 01 GENERAL Contractor shall ensure that all mill scale, sand, and dirt has been removed from the interior of all pipe and fittings. Pipe threads shall conform to ASME B1.20. 1 NPT. Pipe welding shall conform to ANSI B31. 1 "Code for Pressure Piping". 3. 02 INSTALLATION Piping shall be installed generally as indicated on the drawings. Because of the small scale of the drawings, all offsets and fittings may not be shown; however, the Contractor shall make all offsets and furnish such fittings, traps, valves and accessories as may be required to meet conditions, at no additional cost to the Owner. All piping and the installations shall provide stacks and vents in out-of- the-way or unimportant places and with continuous unbroken runs. Care shall be taken to be sure pipe is not placed in a "bind". Suitable pipe supports and/or hangers shall be provided as necessary, even if they are not shown on the drawings. Fittings and valves shall be at the required locations and with joints centered and valve stems plumbed. 3. 03 TESTS The pipe system shall be tested at 150 psi hydrostatic pressure in accordance with City Standard Specification 026202 - Hydrostatic Testing of Pressure System. 3. 04 WATER PIPING STERILIZATION 15060 - Miscellaneous Piping Page 1 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Piping shall be sterilized in accordance with City Standard Specification 026402 Waterlines. 15060 - Miscellaneous Piping Page 2 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 15104 GATE VALVES 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE This specification shall govern for all work necessary to furnish and install the gate valves required to complete the project. 1. 02 SPECIFICATION TYPE This is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1. 03 GENERAL All valves shall comply with the latest requirements of applicable A.W.W.A. Specifications. All valves shall open in a counter-clockwise direction. Valves to provide an unobstructed waterway of a diameter of a circle not less than the full nominal diameter of the valve when the gate is open. All valves shall be installed with the gate in a vertical plane unless shown specifically otherwise on the drawings. 1. 04 SUBMITTAL DATA The manufacturer shall upon request furnish two (2) certified sets of prints showing complete details, dimensions and materials used. The manufacturer shall also upon request furnish a certified letter of compliance stating that their valve meets these specifications. Also, the manufacturer shall upon request furnish one (1) certified copy of the physical tests of all metals used in the manufacture of the valve. A. Approved Manufacturers The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance) , that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. 1) Clow Valve Company. 2) or approved equal. 2.0 PRODUCTS/MATERIALS 2. 01 VALVES 2 INCHES THROUGH 24 INCHES Valves shall be resilient-seated gate valves, designed for a minimum of 250 psi water working pressure service. Resilient-seated valves shall be of an acceptable manufacture and shall conform to AWWA Standard Specification C-509, latest edition, except for changes or additions as follows: A. The valve body, bonnet and gate castings shall be ductile iron. B. The resilient-seated gate valves shall have non-rising stems. 15104 - Gate Valves Page 1 of 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 C. Valve ends shall be flanged or mechanical joint type or a combination of these as set out below. A complete set of joint materials shall be furnished with each valve, except for flanges. Mechanical joints shall be furnished with mega lug joint restraint fitting. D. Stem seals shall be the O-ring type. E. Valves shall open left (counter clockwise) . F. Tapping valves to be used with tapping saddles shall have one end mechanical joint. G. Valves 16" and larger shall be furnished for horizontal installation and shall be equipped with bevel gears. 2. 02 PROTECTIVE COATINGS The interior and exterior of valves shall be shop coated for corrosion protection. A. INTERIOR OF 2-INCH THROUGH 24-INCH VALVE 1. Body And Bonnet: Factory applied epoxy coating conforming to AWWA Standard Specification C550. 2. Gate. Factory applied rubber encapsulated conforming to AWWA Standard Specification C509. B. EXTERIOR OF 2-INCH THROUGH 24-INCH VALVE 1. Above Ground Installation: Factory applied epoxy coating conforming to AWWA Standard Specification C550. 2. Below Ground Installation: Factory applied epoxy coating conforming to AWWA Standard Specification C550. C. FIELD PAINTING In addition to the factory coatings listed above, the exterior of the valves shall be coated as described in Technical Specification 09910 - Painting. 3.0 CONSTRUCTION METHODS 3. 01 ABOVE GROUND INSTALLATION Gate valves 3-inches and larger installed above ground, in a valve vault or manhole, shall be furnished with handwheel, position indicator and flanged ends. Flanged ends shall be rated at 250 p.s.i. and conform to ANSI/AWWA Standard Specification C115/A21. 15. Flanges shall have the same drilling as ASME B16. 1, Class 125 flanges. Valves 2-inch and smaller shall be furnished with threaded ends. All valves whose centerline is 6 ft. or greater above the floor shall be equipped with a chainwheel actuator. 3. 02 UNDERGROUND INSTALLATION 15104 - Gate Valves Page 2 of 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Gate valves installed underground shall be furnished with mechanical joint ends, wrench nut with extension to within 6" of top of valve box and cast iron valve box. Mechanical joints shall conform to ANSI/AWWA Standard Specification C111/A21. 11. Valve box shall be an adjustable road type valve box with a minimum opening of 5-inches. Valve box shall be cast iron and shall be complete with base, extension, top section and cover. The base shall be of proper size to fit the valves on which the base is installed. 15104 - Gate Valves Page 3 of 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 15108 - COMBINATION AIR RELEASE AND VACUUM VALVES 1.0 GENERAL REQUIREMENTS 1. 01 SCOPE This specification shall govern for all work necessary to furnish and install the combination air release and vacuum valves and accessories required to complete the project. 1. 02 SPECIFICATION TYPE This specification is a performance specification as defined in Article TS-1 of the Technical Special Provisions. 1. 03 GENERAL All valves and equipment furnished and installed shall comply with the drawings, specifications, and recommendations of the equipment manufacturer, unless directed otherwise by the Engineer. The valves furnished and installed shall conform to the applicable requirements of AWWA C512. 1. 04 SUBMITTAL DATA Before shipping, the Contractor shall submit six (6) sets of detailed drawings, detailed specifications, installation instructions and maintenance instructions for the Engineer's review and approval. Complete assembly drawings, together with detailed specifications and date covering materials used and accessories forming a part of the valves furnished, shall be submitted in accordance with the submittals sections . The Contractor shall also submit an affidavit of compliance per AWWA C504 from the manufacturer of the valves. A. Approved Manufacturer/s The manufacturers listed below are tentatively approved for use on this project provided that equipment meets all requirements of these specifications. If it is found, after bidding (or within one year after installation and acceptance) , that equipment to be furnished does not meet these specifications or fails to operate as intended, the Engineer shall have the right to reject the equipment or require the Contractor to modify the equipment to bring it into compliance at no increase in cost to the Contract. Air release valves shall be: 1) APCO Model 145C 2) CLA-VAL series 36 3) Valmatic 202C 4) or approved equals 1. 05 RELATED SPECIFICATIONS Standard Specification 027205 Fiberglass Manholes. Technical Specification 15060 Miscellaneous Piping. 15108 - Air Release Valves Page 1 of 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Technical Specification 15104 Gate Valves. 2.0 PRODUCTS/MATERIALS 2. 01 VALVES The materials for construction of the valves shall comply with the governing standard unless stated otherwise in this specification. The use of stressed thermoplastic components will not be acceptable. Valve Component Material Valve Body Single Body Ductile Iron Valve Trim Stainless steel Float and internal components Stainless steel Cover Bolts Stainless steel Shop Coatings: Inside Scotch Kote 134 10 DMT Outside Scotch Kote 134 10 DMT 2. 02 MANHOLE Air release valves shall be installed in a fiberglass manhole as specified in Technical Specification 02608. 2. 03 VENT STACK AND PIPING Air release valves will be furnished with 2" diameter inlet and out let piping as specified in Technical Specification 15060. Vent stack will terminate 3ft. above finished ground with (2) two 90' bends. The opening of the 90° bend will be covered with SS screen to prevent access to insects. 3.0 CONSTRUCTION METHODS 3. 01 INSTALLATION Valves shall be installed as indicated on the drawings in accordance with the manufacturer's recommendations unless otherwise directed by the Engineer. The configuration of valve vent piping shall be as shown on the drawings or as directed by the Engineer. 3. 02 VALVE SCHEDULE The quantity and location of valves furnished shall be as shown on the drawings. Each air release valve shall have a 2" threaded inlet opening as specified and shall operate at a working pressure of 150 psi. 3. 03 PROTECTIVE COATING 15108 - Air Release Valves Page 2 of 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 The interior and exterior metal surfaces of valves (except stainless steel components) shall be shop coated for corrosion protection as noted in Paragraph 2. 0. Valves with polished or machined surfaces will be coated with a Rust-Preventive compound. The epoxy paint used to coat interior surfaces shall comply with AWWA C550 and shall be free of holidays. If valve coating is damaged during shipment, storage or installation, Contractor will repair to satisfaction of Engineer using IPC System 8 (Scotch Kote 134) a repair kit per the coating manufacturer's recommendation. 3. 04 SHUT-OFF VALVES To facilitate removal for maintenance, each air release valve shall incorporate a shut off gate valve in the inlet piping, see Technical Specification 15104 - Gate Valves. 15108 - Air Release Valves Page 3 of 3 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 TxDOT SPECIAL SPECIFICATIONS DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 7079 Special Specification 7079 M ' Texss Temporary Line Stop Type Valveps�hnent o{Transportation 1. DESCRIPTION: Furnish and install Temporary Line Stop Valves of the size and Type specified. 2. REFERENCES: ■ ASTM A 36-Standard Specification for Carbon Structural Steel. ■ ASTM A 105-Standard Specification for Carbon Steel Forgings for Piping Applications. ■ ASTM A 181 -Standard Specification for Carbon Steel Forgings,for General-Purpose Piping. ■ ASTM A 283-Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates. ■ AWWA C207-Steel Flanges for Pipes ■ AWWA C223-Fabricated Steel and Stainless Steel Tapping Sleeves ■ AWWA C509-Resilient-Seated Gate Valves for Water Supply Service ■ AWWA C515-Reduced-Wall, Resilient-Seated Gate Valves ■ AWWA C 111 -American National Standard for Rubber Gasket Joints for Ductile-Iron Pipe and Fittings for Water. ■ ASME 1316.5-Pipe Flanges and Flanged Fittings. 3. DEFINITIONS: Temporary line stop type valves: plugging mechanisms used for isolating sections of existing water line. Line is stopped/plugged: when 95 percent or more of pipe's existing water flow has been stopped. Backfill to grade above pipe left in place. Place and compact backfill in compliance with the Special Specifications. 4. SUBMITTALS: 4.1. Conform to requirements of Submittals section of Contract. 4.2. Submit qualifications and certificate from manufacturer certifying operators are qualified to operate manufacturer's pipe plugging equipment. 4.3. Submit qualifications of hot tap operating technician as being certified by manufacturer to operate hot tapping equipment. 4.4. Submit qualifications of manufacturer verifying a minimum of 5 years of experience performing hot tapping operations. 4.5. Submittal must include manufacturer's cut sheet and order data sheet that lists among other information, valve orientation,gearing if applicable, if the valve is to be blind flanged or will be a permanent installation with valve box assembly,and other information related to tapping sleeve such as the type of steel,type of nuts,bolts and washers,type of coating,class of flange, and pressure rating of body all meeting the requirements listed in the descriptions under Materials. 4.6. Submit six(6)sets of shop drawings for approval prior to start of fabrication. Identify any special procedures required during and or after tapping procedure for the specified pipe material being tapped. 1 -3 01-16 OTU DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 7079 5. MATERIALS: 5.1. Valve materials meeting AWWA Standards C-509 or C515 5.1.1. Acceptable manufacturer: Team Industrial Services, InsertValve 4"-16",for vertical or horizontal installation. Miter gearing required on horizontal installation. 5.2. Tapping Sleeves: Steel Full-Body Type for Line Stops AWWA C223,fabricated from carbon steel meeting ASTM A283 Grade C or ASTM A36 5.2.1. Acceptable Manufacturers/Models 5.2.1.1. For use on Cast Iron, Ductile Iron and PVC Pipe: JCM Industries, Inc, JCM 444ESS with 304 stainless steel nuts,bolts,and washers,AWWA C207 Class D blind flange, minimum 200 psi rated body and flange, minimum 12 mil thick epoxy coating inside and out on all components OR Pre-approved equal meeting AWWA C223,fabricated from carbon steel meeting ASTM A283 Grade C or ASTM A36. Sleeves must have mechanical joint ends on the body conforming to AWWA C110 and C111;a flanged outlet conforming to AWWA C207 Class E and must include plain MJ gaskets, split MJ glands and side flange gaskets. Outlet flange must be threaded for completion plug installation. 5.2.1.2. For use on Concrete Steel Cylinder Pipe: JCM Industries, Inc., JCM 445 Type 2ESS with 304 stainless steel nuts,bolts,and washers,AWWA C207 Class D blind flange, minimum 200 psi rated body and flange, minimum 12 mil thick epoxy coating inside and out on all components OR pre-approved equal meeting AWWA C223,fabricated from carbon steel meeting ASTM Grade C or ASTM A36. Sleeves must have split body type that completely surrounds the pipe. Sleeves must have a flanged outlet conforming to AWWA C207 Class E gaskets and grout ports. Outlet flange must be threaded for completion plug installation. 6. CONSTRUCTION METHODS: 6.1. Pipe Preparation: Thoroughly clean pipe down to factory supplied outside diameter. Carefully inspect pipe,especially at point where field welding will take place. Conduct an ultrasound test to verify pipe wall thickness to ensure sufficient wall thickness is present in pipe to permit safe field welding of hot tap/line plugging saddle. Grind spiral welds flush with outside of main prior to installation of saddle. 6.2. Tapping Sleeve Installation: Place top half of saddle with flanged outlet at the 12 o'clock position on pipe, unless otherwise approved by Owner's Representative. Install sleeve in accordance with manufacturer's recommendations. In no case will saddle or attachments be retrofitted while it is on pipe, unless otherwise approved by Owner's Representative.Any misalignment in installation will require removal of saddle from pipe. 6.3. If line stop type valve is unsuccessful in reducing 95 percent of existing water flow, mechanically clean interior of pipe as approved by Owner's Representative. Do not damage pipe's interior lining during mechanical cleaning. 6.4. Successful installation will result in reducing approximately 95 percent of existing water flow.Anticipate water leakage from pipe plug and include cost of water removal in unit price bid. 6.5. Conduct pipe excavation in accordance with specification"Water Mains and Service Lines." 2-3 01-16 OTU DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 7079 6.6. Pressure Testing:After sleeve is attached and before line tapping procedure begins,pressure test saddle in accordance with specification"Water Mains and Service Lines." 6.7. Tap Procedure: Perform tap in accordance with specification"Water Mains and Service Lines." 6.8. Plan water line stop procedure in such a manner and at such hours as to minimize disruption and inconvenience to public. Notify Owner's Representative at least 48 hours in advance of procedure. 6.9. The Owner will operate all valves necessary to make shutoffs on existing water mains. Notify the Inspector on the job at least 72 hr. before the desired time for any shutoff.The Inspector will notify any affected utility customers at least 48 hr.before the shutoff. SAWS will make the shutoff after ensuring that all appropriate measures have been taken to protect the water system,customers and employees. 6.10. Conduct line stop operations in presence of a SAWS Representative. Continue water line stop valve installation work without interruption until operation is complete and water line is successfully plugged. Perform related work on connection to water main or associated work requiring installation of an isolation valve continuously and without interruption. 6.11. When used only as a temporary line stop:After connection to water main or associated work requiring installation of an isolation valve is complete, remove hot tapping/line plugging equipment from water main and seal hot tapping/line plugging saddle with blind flange.The valve bonnet and actuation mechanism shall be removed and the blind flange meeting AWWA C207 Class E. 6.12. When left in place as a permanent valve,the depth of cover to the operating nut must be at least 18 in.to accommodate a valve box assembly, regardless of valve orientation. Gearing is required on horizontal valves and on valves 24-in.and larger regardless of valve orientation. 6.13. Apply external coating to saddle,flange and water main. 7. MEASUREMENT: This item will be measured by each temporary line stop valve of the size and type specified and installed regardless if temporary or permanent. 8. PAYMENT: The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement"will be paid for at the unit price bid for"Temporary Line Stop Valve(complete)of the size and type specified. This price is full compensation for dewatering,trenching,excavation and backfill, preparation of existing pipe and valve box for permanent installations, and will include all materials, labor,equipment, tools and incidentals necessary to complete the work. 3-3 01-16 OTU DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 "I APPENDIX 1 EXAMPLE DELIVERY ORDER THE PURPOSE OF THIS EXAMPLE DELIVERY ORDER IS TO PROVIDE THE CONTRACTOR WITH THE ANTICIPATED FORMAT OF THE PROJECT DELIVERY ORDERS. PLEASE ALSO NOTE THAT THE EXAMPLE DELIVERY ORDER CONTAINS TWO (2) SITE LOCATIONS. THE DELIVERY ORDERS ISSUED MAY CONTAIN MULTIPLE SITES OR ONLY A SINGLE SITE,AS REQUIRED. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Jeff Edmonds, P.E. Director of Capital Programs P.O. Box 9277 Corpus Christi, TX 78469-9277 Re: Water IDIQ Template Delivery Order XY Dear Mr. Edmonds, Please see attached contract information packet for Project X, Delivery Order XY. This delivery order consists of two sites described below. Site#1 Proposed improvements to Wilson Dr. include removal and replacement of 721 linear feet of 12- inch C900 DR18 CIP/DIP/PVC water line, 12 service re-connections, and installation of 2 (two) 12-inch gate valves. Temporary signing for traffic control is anticipated for the work. Contractor is responsible for notifying residents prior to construction. The total allowable working time is 18 days and the preliminary cost estimate for this site is $XXXXX.XX. Site#2 Proposed improvements to Brooks Dr. (N. Saxet Dr. to S. Saxet Dr.) include replacement of 975 linear feet of 12-inch C900 DR18 fusible PVC water line by Horizontal Directional Drilling, 27 (twenty-seven) service re-connections, and installation of 2 (two) 12-inch tapping sleeves with a 12-inch RW gate valve. 975 linear feet of temporary water supply will be needed. Temporary signing for traffic control is anticipated for the work. Contractor is responsible for notifying residents prior to construction. The total allowable working time is 36 days and the preliminary cost estimate for this site is $XXXXX.XX. The grand total for the two sites is $XXXXXX.XX and it is estimated to take approximately 54 calendar days to complete the work. If you have any questions, please feel free to contact Gabriel Hinojosa at 361-826-1877. Sincerely, Gabriel Hinojosa, P.E. Major Projects Engineer Utilities Department DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Water IDIQ: Delivery Order XY Site 1 -Wilson Dr. DESCRIPTION QTY. UNIT Unit Cost Total Al Mobilization(Maximum 5%) 1 LS B4 Remove and Dispose of 12"Diam.CIP/DIP/PVC Waterline(Up to 5-ft of Cover) 721 LF B26 Furnish and Install 12"Diam.C900 DR18 PVC Waterline(Up to 5-ft of Cover) 721 LF >100 ft B58 Furnish and Install 12"RMI Gate Valve and Valve Box 2 EA B77 Furnish and Install 12"Reducers-All Sizes(MJ with Mega Lug Joint Restraint 1 EA Fitting) B79 Furnish and Install 12"Tees(MJ with Mega Lug Joint Restraint Fitting) 2 EA B94 Reconnect Copper or HDPE Existing Service to Waterline 12 EA B97 Connection to Existing 10"Waterline(conventional sleeve and tee method) 1 EA B98 Connection to Existing 12"Waterline(conventional sleeve and tee method) 3 EA B133 Trench Safety for Remove and Install Waterline(Up to 5-ft of Cover) 721 LF B136 Furnish and Install Cement Stabilized Sand 779 TONS B138 Furnish and Install Asphalt Pavement Repair 961 SY B149 Furnish and Install Concrete Driveway Repair 105 SF B151 Furnish and Install Concrete Curb and Gutter Repair 721 LF B163 Furnish and Install Silt Fence 1442 LF B169 Curb Inlet Protection 70 LF B170 Owner Directed Pothole Utility 1 EA C2 Preparation of Traffic Control Plans 1 LS Subtotal TOTAL Note:Total Allowable Working Time 18 Days By signing below Contractor ora9rees o comp e ee work outlined Delivery Order o. wi within 18 from the date of mobilization for a total value not to exceed , 7 77.The Contractor understands that the 15%allowance must be authorized in writing by a designated representative of the City of Corpus Christi,and all deviations,additions or subtractions to the quantities above shall be submitted to the City in the form of an RFQ for review and approval,prior to any changes being made.The Contractor is aware of liquidated damages off V„qy„for this work.If the Contractor starts the work on the Delivery Order without signing the acknowledgment,the Contractor agrees to the terms included in the executed Delivery Order. Authorized Representative Date Company Name DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 C7 a wNffl�111111 1 Connect to 8-inch Water Maing W Remove and Dispose of 721 LF of 12-inch CIP W 4 Pipe and Install 12-inch C900 DR18 PVC Connect to Existing 12 inch Water Main 4 Water Pipe Distribution Fire Hydrant ��$ �� Service Ay Transmission W Water Hydrant ►� Water Valve 0 50 100 200 300 400 Feet Water ID/IQ : Delivery Order XY N li Site 1 - Wilson Dr. + I DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 0 a� Sl��d G �P o 0000 V A a m T , F ^„ S Q e . kRF �(Y.I `r s r r 2., A"O a/ � �Q�' IV Feet 0 87.5 175 350 525 700 Gas Pipe Water Pipe Wastewater Pipe Storm Water Pipe Coated Steel — Transmission Main Gravity Active Water ID/IQ : Delivery Order XY Copper Distribution Main Force Under Construction Polyethylene Fire Hydrant Line Effluent-Gravity Tx DOT Site 1 - Wilson Dr. PVC Under Construction Effluent-ForceMain DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 Water IDIQ: Delivery Order XY Site 2 - Brooks Dr. (N. Saxet Dr. to S. Saxet Dr.) DESCRIPTION QTY. UNIT Unit Cost Total Al Mobilization(Maximum 5%) 1 LS B48 Construct Drill Pads 2 EA B51 Furnish and Install 12"Diam.C900 DR 18 Fusible PVC Waterline by HDD(>300 975 LF ft B92 Furnish and Install Copper or HDPE Short Service(Up to 5-ft of Cover) 27 EA B98 Connection to Existing 12"Waterline(conventional sleeve and tee method) 2 EA B109 Furnish and Install 12"Tapping Sleeve c/w 10"RW Gate Valve(hot tap method) 2 EA B135 Trench Safety for Horizontal Directional Drill Pits(All Pipe Sizes) 2 EA B151 Furnish and Install Concrete Curb and Gutter Repair 24 LF B163 Furnish and Install Silt Fence 88 LF B169 Curb Inlet Protection 98 LF B170 Owner Directed Pothole Utility 3 EA C2 Preparation of Traffic Control Plans 1 AL Subtotal TOTAL Note:Total Allowable Working Time 36 Days By signing below Contractor ora9rees o comp e ee work outlined Delivery Order o. wi within I,I2„5„y„ from the date of mobilization for a total value not to exceed , .The Contractor understands that the 15%allowance must be authorized in writing by a designated representative of the City of Corpus Christi,and all deviations,additions or subtractions to the quantities above shall be submitted to the City in the form of an RFQ for review and approval,prior to any changes being made.The Contractor is aware of liquidated damages off V„qy„for this work.If the Contractor starts the work on the Delivery Order without signing the acknowledgment,the Contractor agrees to the terms included in the executed Delivery Order. Authorized Representative Date Company Name DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C91 1 E965 J7 -A, 0 Ay 4 I............. ......................................... Connect To Existing 12-inch . ......... Alp \Abandon 975 LF of 12- 0 inch CIP Pipe and Install 12-inch C900 DR1 8 PVC Waterline by HDD ,g7 Cy Connect To 4� ........ ........... Existi Water Pipe Distribution Fire Hydrant Service Transmission Water Hydrant Water Valve 0 80 160 320 480 640 Feet I. ......... Water ID/IQ Delivery Order XY Site 2 - Brooks Dr. (N. Saxet Dr. to S. Saxet Dr.) DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 N w O O Z J„ G " ' co l O", " D'S ry� o" `V t` ' J/ „4/ " " 'F o „;DR ;;„ I � "^wwA r a \V 47_ � Feet" 0 87.5 175 350 525 700 Gas Pipe Water Pipe Wastewater Pipe Storm Water Pipe Water ID/IQ: Delivery OrderXY Coated Steel Transmission Main Gravity Active Copper Distribution Main Force Under Construction Site 2-Brooks Dr. (N Saxet Dr.to Polyethylene Fire Hydrant Line Effluent-Gravity Tx DOT S. Saxet Dr.) PVC Under Construction Effluent-ForceMain D—Sc,Envelope ID'.DE2DBB4C-8C8E-458C972A EC73C911 E965 Project 23107-Key Project Updates Summary Sr.No. Drawing Portion Key Items to Review 1 Sheet 3-General Notes Water Lines Note 5 Note updated to indicate the requirement to comply with TCEQ rules for separation distances. 2 Sheet 3-General Notes Water Lines Note 6 Note regarding pipeline cover updated to indicate preference of using pipe deflections where possible to avoid conflicts instead of fittings. 3 Sheet 3-General Notes Miscellaneous Note 11 Location survey note updated to indicate the pre-construction exploratory excavation requirements as per General Conditions,and the record document requirements reference in Supplementary Conditions. 4 Sheet 27-Water Standard Details Trenching,Bedding and Detail updated with additional information regarding topsoil,pavement,embedment,and warningtape.A note added for permit requirementsfor utility street cuts Backfill Detail including pavement repair/site restoration. 5 Sheet 28-Water Standard Details Valve Box Details Callouts updated for riser material requirement. 6 Sheet 29-Water Standard Details Waterline Adjustment Waterline adjustment detail u dated with additional information regarding alignment fittings.A new detail added for waterline adjustment deflection. Detail 1 p gar ga gn men gs. 1 y 7 Sheet 40,41-SWPPP Whole sheets ISheets 40 and 41 added for SWPPP. Sr.No. Specification Paragraph Key Items to Review 1 00 52 23 Agreement 3.01A Contract language updated to include the option for renewal and rate adjustment. 2 00 52 23 Agreement 4.02 Clarification added for rate applicability on draft delivery orders issued just before renewal. 3 00 73 00 Supplementary Conditions Article 20(SC-20.08 B) Minim u m requirements for record documents updated to include additional details regarding record drawings/as-built drawings.Relevant attachment added to 0135 00 Special Procedures. 4 012310 Alternates and Allowances 1.04 G Allowance added for line stops(all sizes)and for unanticipated water line improvements including sizes above 24". 5 012901 Measurement and Basis for Payment 1.03B Bid Item added for SWPPP. 6 0129 01 Measurement and Basis for Payment 1.031 Separate bid items added for pipeline installation by HDD in backyard easement including pre-construction exploratory excavation requirements. 7 012901 Measurement and Basis for Payment 1.03 CC Additional details added to clearing and grubbing. 8 1 012901 Measurement and Basis for Payment 1.03 HH Bid item added for limestone base. 9 012901 Measurement and Basis for Payment 1.03 WW Additional details added regarding tree oval. 10 0129 01 Measurement and Basis for Payment 1.03 EEE Pothole Utility bid item updated to be ow erdirected on as needed basis,with clarification that pre-construction exploratory pothole utility is subsidiary to base bid ymen items. 11 012901 Measurement and Basis for Payment 1.03 FFF Bid Item added for CCTV Inspection ofexisting utility(6"-24"). 12 013500 Special Procedures 1.01E Paragraph updated to include the requirement forthe Contractorto acknowledge the delivery ordersthrough signature. 13 015000 Temporary Facilities and Controls 2.06A Paragraph u pdated to confirm that watefor construction will be provided by the City and to cla rify the Contractor responsibilities. 14 0157 00 Temporary Controls 1.09 A Ozone Advisory Days section updated.It will not be a pay item,but will only be considered fortime extension. 15 TxDOT SS7079 I Whole Spec TxDOT SS7079 specification added for temporary line stop type valve. Sr.No. Emergency DO Requirements(Specification) Paragraph Key Items to Review 1 013500 Special Procedures 1.03 Please review all Emergency Response Requirements provided in the section. 2 013500 Special Procedures(Addendum#1) 1.03E Measurement and payment details provided.A work item might be split into emergencyand non-emergency DO,with the regular bid priceforthe non-emergency items. 3 012310 Alternates and Allowances 1.04 F Other Emergency Items allowance will coverthe emergency work items that are included in the regular base bid items but not included in the emergency base bid items.Payment will be on T&M Basis with NTE amount of 1.5 times the regular base bid item price. 4 012901 Measurement and Basis for Payment 1.03 HHH-ZZZ Measurement and basisfor paymentfor Emergency Base Bid Items provided. SHEEP INDEX N P<pECI:COR1333] CALL BEFORE YOU DIG! Son Polrzd Couniv b I p81r1azn olE oo zrvlT u o. NT E TTEEs,EET nrvoP you cw'. �Erv[R111 Es au xwAn'a ° DEEv[RvtcErvnR -e Call b:mre ooe. s oEEVERv scervn.os p o.ER _ ceEwrvE",—TEa oETn a <.y n TmoT TRnEE cmrvTROE awry mrvvervT orvnERono snou�nER woarc = 'tr sEn THE LL1VC STAR e TmoT TRnEEcmrv.ROEPwry ory E-EnrvETwownv TRnEEcmrv.ROE {i # No TON COMPANY s T D TRnEEcmrv.ROEPwry TRnEE can ETs orvTwo-wrvE Ronos 6 Y AT 1 8110 669-83gA co TmoT TRnEE cmrvTROEPwry wrvE aasu REs ory Muv wrvE mrvvervT orvnE Renos g CONTACT CITY OF CORPUS CHRISTI rvvsrvT orvnE sono TXDOT tlr cc TxooT Tl"E%Co a EorvETau 00ITEvm oNE`NE°w QMUETwrvEco s o cc TxooT TRII cmrvTRE Pwry wry RIIO Poan MTosoREOR cnwnvs a XDOT N`�ry sO TRAFFIC ENGINEERING(361 616 TION 1° TxooTXD OT enRR of a corvsTRua ory PRoanzoNESPEEO E U cENTROE IMIT g 3 Cgrgn NUECES BAY 48 HOURS PRIOR i0 ANY EXCAVATION csNOTE IYN UN 'A ICON II ONI nON Poaow PnrvEE,REEaiEaoas wnarvirvE iE�nTsla E_ N 1 �oE31 aT,zoEE, �Z of E, a€ CORPUS CHRISTI BAY xry 5 221 z nrvonaooETassno us•MErv•s,usoirvcoOX ETnMS RNssR GRAPHIC MAP SCALE S M CO H Wl ND' ® ``° PROJECTLOCATION RIICE oETn�Mnrvo oTnER: tea,� ,ioET.,.: n°"EMEN ETII 11 eomoe.n nrvona ET 12 CITY 01 CO��U II OE31eo ETnia - ti ��IzoEEI a I�IEOEEI a o=noE°i° � m A n oozoOE oT°0E°ioxU fb \abman NTPI'IINUNEOTIEND COM rv.slEPiq °0 s,oRM WIER PocwTiory PREVENTION snrvonRo oETniu III+a Q m �Ifii o w w s m O U x wa o z z r PLANS FOR ` o 0 CITY WIDE WATER LINE REPAIR/REPLACE - LARGE DIAMETER IDIQ FY2023 PART B w� w Q< C:;c>inll.aDICIME—IIIIED III CINIT11— _ �Q r 15,1 I ft,ft 100%SUBMITTAL " o e�o o _ PROJECT#23107 R a PREPARED BY �®FREESE RELEASED FOR al SHEET 1 of 42 iNIC110LS CONSTRUCnDN: x ano mAxMc . WTR-495 To.' °....5. Yo CITY Pfi T 123107 GENERAL NOTES � ��cc««mm STREET SPECIAL RESTRICTION FOR SEQUENCING WORK COORDINATION IX�IaRai0616`.L1W�`xnM�WMr¢wuini a rs« rt SS ro H M. 9xu H =OMMEIMSED W s aaSTE ai I`S n x`ESEE ' x R� caRx333] ares mr-.x n[.sxalm ro xcme a 11 a auawn a-Fa 1. - Mx 1x rsa,.1a a aanw[ao,xm aaE�mEmaa ax rx.-N[am 1a amn.(x�,o ami ro"iaai nr �x.a.rz. TE_ n r Sas. _ _ - - aaslaL,x sma«ac w,LwM Lws a1n rarer xaaaL m x«ass 1wx aaaa ax1 Oan a1r ro aa�x.wr«xL l.& M TO���rwao i`�`amiOXr+n" ssi as x"a u e«a namrlr[ xu m parwx oxw.«en.amm wonm aMwr o m OE roux s. f mx�x mr Mss mw n urm—w«xe m w a cm�a mx mr aw we«w xr.oar a.w cacao v.xa x xn[Mel u awa 1p axnala.m - - ax/sv. 1Sm FEET. rE rw waw 1a ...:..,o z Nexsaw[upna FOR I.a«[m—w xx �`xr`—s TV xraas�s STE II-.Saar raoanr ran manrrormxnnox - _6Z,� 011 111 a 1M 1 .n z Qax 1mu.Lr caaixralwxl aLu a aexm...2r SaesSTIT ss a aria E S nn 1 ix m 1 IT w x maw n�M[M[LrREET axis [ m u 1'xa Si nE r«L-sama[ISO m K-xn[xeweax �rcanwnx[`iK uxas rc axxv _ T Tawe n.�)a1 eras ars ma dx[e.1�ws'I.o mmw�ins w[x w"a 'a.cUA[Mx[agxnO�iw�.1C Ax�a�i b 9�x[H n MrKKCa m rx aro. 1.�a`iwx xm[`iwc rnax>tr •a—MOSTESE 5 xx aKi R63 Lau �uacrosii w`ua Qa9 roME OT rFO roxranwi TIZEN=E a<x r mo.En ser«. as '"x"«x '""°d"°."i ° SIDEWALKS eANDa DRNEWAYS a• NISCELIANEOUS a"`�aos[n ro rx FIE xmwa. �Y E T�[s wam rrai�a`iixow nyarm x ism«an rrzme mr rw rzxmea sxnas.w IT R«.Ea. ron.we:rx[Saw mxvErz awaxe:rs TO a NZ TM ME I-w SEEM Sa=,EF T3III O.c.xw awT w n xx axaalaaw `E`m arms.wE n xEm mw ITT TIME TTTIMED ro•OTS rc rzmwaMOi:[w'"owner-ixwai`�`.N rs n.m,wraTOM wr� - --_ _ errTE _ _ N a. xnrnv[a�ciae i mlfx'wssa�Lrxmn �n1 n ro`LaLr a O T tum.xo ralm axoa[aeIMT IIIE Fl—no FOR I. aronY axxn[11a�waET aamrIII nauao nx[TIM wro m.ElIT TESTIMITS OF OMEft a`v ss«M1[�`.crxarmx[,ncl vTxFa rwn¢ `x xcm ro rw[ Tj,StIE_K FEE I IT,ME STOSSISITW, SE xm w1 Lwa 1O ME.om awn x OEs 1w[s« O .m _T1=EMC=OT T=OIS - [il K m a1rs a m.aw[n.ms u a—Mo—1 ro ix vxears EIRE FSOTTISEET OTE r,�TS ITO Tmnsaaum mo[wMry�x�[�[ ' q[��rtx[�[mJ�gnxPo�`�[IS OTTI&�N�[5�r K umE ix Ba>I. U IME M TW�, w aaL xm a X.r««Ernr m1 camaEo " `mew, III a Q m TE,rTEr l oxa�aurz0 ro s. axnr waaaax aaL a wxm xe.ams.r n ax1m. i�nl TO ii m` .mnxaa ms ro V o KNOT TO g MI 0 a.axo x 9.--M--a as n a:M'r`a_awxt »x. CURS AND GUTTESEEM I.FEEOSMETSETEEFSETSMOT.MR e OT TO aaw - E Fmm m nE awlaEmx n xxrx a n wpm aaM TaSTIME LllR TO err®sc`"a11wa ass«"'" 1 u I. ~ xaawMm12 nxi-[�"onsr�ixw an"`irmafo[auv wr saEa.r.Sere xmw. 1,m an•ae,c U SOXESE law To.1 TIM.a aero.rzE ax as m—L aw .w�•�masm•a mv.•n mxnO x tunas OF owxms.n asaars xa eisasa u xL nas—caaaxxnox rIMIEK mwn t nungx ro�wsax[O�s rw a Tn axnrn.' WATER LINES MY6OE`�rs wm axa aLL.EaEaa an �mawar(E g .m m I.FOR wx,FOR P-1 ons no 1>FOR axaaaxn ars I 1=11F :1 dna, - DREMSE a as �_« aa�xx w�mw.w rzasxaouxcea«.x _ xE ME%nTIET Sa.xL aax TIE TRAFFIC �N bMw K p W ,..)i ni a` av[EE,`�smo«�e we xa "�ATEOM , x, rz ra _ s a' o IS ME SO V-L IT TAC I TIE sn x«a rrx EME- 3. -1 ISMET s pro ro LOTS amoirs aaL a w z EST ITOME wsaEs ere rmx,E T«1a w—nEarE x1.ax axe SITr —.."El a. ?� w� w MESSES METE ES—Mlw.1 �oT MISE"ITS TOT—1-1 MESE amrlwrz0 axx x wLL Fa1a.x0 raE«SIIH TIE w1 m.xwm a --T DEFLECT.SHERE I,.EMMSm xry n xv. x n 1 x - w w TO SEEIT OT SITE ES,EI oW wc[Saw TSESTEME nw xE w1 m—w—W03 aen.x x,L rwa xx STO 1x n 1STO THE OF�yi .�"`oaac=I _ � ETTET 11 .n .0 r n _ o IL IM SM.IT OESCHE I OT 10 FEET ow ra wlmxxwma wm awL[1x1Eo or Mf axn x Fau Farr mo[Frtn _ aaL a DOTE.x sMc1 wwrxa.m u L«.,arrz rw rzaaL aauaw %xo ax am 1a IS a axw.x avanm N S - Z J amEoac`mL [� GAS LINES _ ,WW IIT=W FORsx¢r 3 err 42 xIT TO—MO nni—[miw m_ xrcavo avnxwc w. AOFTHE—uE—WITTawSLSLoaxx FOnlx ISSUEO FORCONSMUCTON .E ra L«n rw WTR-495 mwnxxrs 1O a KITI—THEITMITO ON 6/21/2023 Yo� CO,T_cT/231 aJ N P6nEn:ca6x333x CONNECT i0 EXISTING 8' � @� WATERLINE '^F e F P -- - - REMOVE AND DISPOSE OF 721 LF OF 12"CIP PIPE AND INSTALL 12" CONNECT C900 DR18 PVC TO EXISTING n n an�Mm.Mxe l WATERLINE 12"WATER W x.ac mer u�N;m Man n,wcmx. MAIN 'A „ NZ _ l � U a CALL BEFORE YOU DIG! x HYPOTHETICAL SCENARxxcIO No...I OPEN CUT IN STREET III O W w 11 Celle el eas 8119��0 0 THE LONE STAR -- "' ApTlFICATpN o COMPANY a AT 1-800-669-8344 _ U R, n I wm CONNECT TO EXISTING g w a 12"WATER O� O MAIN R 0 Fx P 0 K a z9 z wu . .a cawnm Rw..o.en.m<w.oa u REMOVE AND DISPOSE w �' n OF 975 LF OF 12'CIP a Q� Y x PIPE AND INSTALL 12' a 5 ¢ w C900 DR18 PVC �` o > WATERLINE o w CONNECT TO U�✓ - - EXISTING 12"WATER ` - ISSUEO FOONR 6C/2O1/N20S2T3RUCTION ____ ' __ a,'•No' ____. ____ __._. /d mwN>Y o I WxOSHEET MP1N afiR6.4CC—T/ i4. 25Tnm -t� ®HYPOTHETICAL SCENARIO Na 1 OPEN CUT IN EASEMENT OR ALLEY 23 N R6n>En:ca6x333x e5LA1PT1� QTY ^lL cOex Teka1 ( REMOVE OF OVE LF OF 12' CIP AND DISPOSE PIPE AND INSTALL 12" yon ,:6 ' < 0900 DR18 PVC v w C, a ., ,•, o (; WATERLINE "• � `F 0 0 a c ,, ,.: ., f i �m¢rm xu cwmn xe-caa�emx waaera+ewwxu� "• Wo NZ J � K 2 CONNECT TO EXISTING vh d U 12"WATERLINE - (TYPICAL) III++a Q m CALL BEFORE YOU DIG! �loi o W w er n'yre mu oW. p HYPOTHETICAL SCENARIO No.3 OPEN CUT IN STREET n U~ p C Il libel 811 - .mre 6 a THE LONE STAR NOTIFICATION COUPANY U nxeonaxwax,.uexuvxo xo.a n '. AT 1800 6fi9 83<e ov ' CONNECT TO EXISTING U f .. 12"WATER MAIN on% mmm s¢�cmw¢xe camwcm,Twwu]are I&rl x¢�o.x Po�xc ra r�r�xn.�����rs,�x.�n� � ¢Mda C¢41YM Mnp[�9F9 R CMSmu¢M[vA¢b]¢n { m fY NO N -�� �- [xtvlxm6 weA ro mrturnxG�M xa�E0.Kaar qx 6 ' Q ". ]. im�v¢ufm¢an x.wErux c ' Sp W N R a — K r o ZO p Q x Z m ABANDON 975LF OF 12'CIP y 4J w [, PIPE AND INSTALL 12"C900 a a 5 p DR18 PVC WATERLINE BY m w > HDD CONNECT TO EXISTING R� - Sx[CT 5 of 42 12"WATER MAIN y� mas W w 1¢cav6 fAiPMN6�. ISSUEDFORC ONSTRUCTION 5 WTR-495 ON 612112 0 23 ®HYPOTHETICAL SCENARIO N 4-HDO IN EASEMENT OR ALLEY Yo OTr PR0.CCT/x3iaJ �u=,EEL HEN,PAPE Hanan:ca623332 AREA.WATEBUNE CTENSIGN STEM W/STEM GUIDE 11.FA F m OPERATING ry WF,'ENLED o� PROP.DATE vALVE NEEIwH re NF,o H. w<,Ere wTH NON sHe Nre cream xe PRecasr CONCRETE vuvE vAULT ® e INA c of = o ER CENTERED arvtk PENEFE EF ---� A CA u ULU EROM GeFrvc�Rt,rP./ z m IEEE PIPE cArE vuvE 16-24 TOPICoNrA Exls.TEE I�Ii vAPSE wo IE ae:'re,P _ T �OMre�N,.,�Ory are vA A v - ,WTM r Ere oESS MIN �EAII EEI�E WATERLINE ME(TBRE�E, OR M, 3( RANG&CAPER W= W r WIT INHIBIT WY 'RLIND ILA c ETAIL ExIST.WATERLINE MATERI,W AT ,�, w;RlA;aENEREoL,NB NNI _ �l—�=; e6 CONNECTION DETAIL_ 6 6 COMBINATIONAIR VALVE OUTSIDE OF PAVEMENT_ 6 6 GATE VALVE AND VAULT_DETAIL PLAN_ CITY ti THE'CLEAR NlREINFORCING BUT q°Pa R A E T TEa DENOION STE Tl ACCESS NFi soAENLRISNs ROADWAY ER U z G.cBw MINIMUM. NOTES: oD r(AREFER TO EM STANDARD UNPAVED PAVED ow INR BITOR N NEI NEAT- SAW CUT IES F Ern as) D OOO Ps CONCRETE III a Q m SAW CUT �- AL METAL SULFA..US D'oPor aruMnsrc con,Nc AND EDD NSRED PAVEMENT SURFACE MUM SU T poPPEENERs so ER APPROVES EouAUc cA cE wTBBE U~ z 01 TBE MANUFACTURERS RECOMMENDATIONS, rETH NE ADsusMENT o :; a rvL THAT TIE sv caAS®6,VERTICAL ENSGNTHE VALVE BBACLEENNGTI'N BE LV TBRDDEBLL BE VAULT GGAER TO RGEE1 D ��N�A�rSFCONCRETE U AT Ep"COOLEDGR FIRM `ND IT' SOIL T I T B O] H4 BARS, III N A Z I 5 EM GU DE N G MAN OLE MSW/SEM w BOLTS G NOT VALVE OTTERS ON SHALL ExTEND C 9 B Gu NS PRECAST o UA AL EMENT. STEM OP.ACCESS To HALVE SELECT LL CAMP REINFGRc RTS(2 MIN.) U F OF STANDARD P GO PRO _ TRENCH 4 SPACING TO WITHIN 3 C OR DNNNO E4. INTO Exls CONCRETE, APPURTErvArvcTs PRIOR TO oeEER OF PIPE AND 6 OF TBE TOP SLAB a a n "" D"GNSTEPITS STT(6000 PS'n ANDEIPANAGN JOINT5 FOP ADJOINING o B 'AVEMINIMUM COVER,.SEE DETAIL.Tws SHEET, SEALED BY A AS REFERENCE.LICENSED ENGINEER.RERAR SIZE SHOWN 44N 4AEl AND caoss ITT AND2, ALL REREP BER. a> 0, GO 3, ALL REBAP SIALL BE GRADE < C ALL EXPOSED EDGES SHALL TARE 1/4'CHAMFER, FLOWABLE FILL w CEMENT'A ZED IN 24 Do LONG WITH s LEG ?g GO wELs��O oc x CONCRETE PAVEMENT REPAIR DETAIL J K p w GO Z GOQ PROM FOR(3)THREE PI JOINTS FROM TBE FUSED CONNECTION - _ wQ w N A 'AND DIMEN Go 8 SEA PROCTOR DECGMPANSITr(ASTM A AGE AT TO 11G ITD, VALV _ K KED GUT PORFION FUSIBLE Pvc Pvc gs OOWELSIEDD�rvc z o.cE.w.TOP AND NG BOTTOM W/NDN-SHRINKINGPGROUT - J U 5DDD PSI CONC,SUPPORT BLOCIG _ MECHANICALDRILL Ar®s sx¢r 6 ar 42 SLEEVE AND EPo EL5 m.r WITH MEGA LUGS 1z LONG .c. xrcav6 uvHxLx6 xz B INTID EIISTING SLAB l FUSIBLE PVC TO PVC CONNECTION DETAIL ISSUED FORCONSTRUCTION A GATE VALVE AND VAULT DETAIL SECTION I WTR-495 6 6 xo[[o xx[ ON 6/21/2023 Yo O[r Pfi6aR/23inJ N PRnEn:ca6xG33x e to� LEGEND {a3 - ®rrwo s oo..<o°a •• rnonrei:no oa.�oa> "'� AoaO pQ7 r.w�.e.uw°rea '- END g ROADWORK ao < )•' s �w>o-.D � RoaowoRR s RDaD „ Mo ` WDRA 111611 12. aNcaD - �Y. �s � 82.61 zs g m.. • .. aso'as so oo s 'ssoD ' a° I'D' o' ........_... ( f ss sso'aossso' w r4 o ,.•ws soo' ass'iz g8� h • o$ ss sso' reo' d °. ........... < ° e a°HT L2L-L—IE BHT90o�reo - ao ( .e TYPICAL,USAGE` 2 wai<e III+a Q m .8o � ce n°rea a c s I- ' o� GENERAL NOTESIlli p X`� -B& see ro+ea a s s .. . ( —A: "NF€ I �2 I - .see=o.ew I �o«•�a<ea o A,°,�«or s°.ee.++an � .o w««r,ome• nro.�w� ..o,>rewire. •� ° w�«e.,rce s a«.�cwcea«o+nm cn«rei�r�p ce' I <h." ( ♦ ., >m>.�.°rea.«.re sso«.vm�<�a ea rw. m U O rcP�s i� Z 3: � aoao r7 p � I S znD � I 8 aao � I y I wo.D.w.a,uD>«>.<.>«w�«..o.w«<«.«.•ono.00w.or>. � a LLo o RoaD wuR6 axEno E P�o "A Eno aao o o°^ V 4 see no,e eP n Q ROAD WOAI( Q onn p Q see no.e�� ,soo no+e z.A �'e J w 4 CIf TRAFFIC CONTROL PLAN sea re,a CONVENTIONAL ROAD _ p a< z SHOULDER WORK _ o 0 TCP (2-1O) TCP f2-1bl TCP (2-IC) - o w o Z xw TCP(2-1)-18 z WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER o; '_° °-°„ „,,,,,°• -,"' „°• Z o as Convent iotrol Roods Conventional Roods Convent iotrol Roods -- SHEET 7 °r 42 _7I Rrcavo avnxwc�. ISSUEDPOR CONSTRUCTION WTR-495 ON 6/21/2023 1 Yo Oir P,P6.CCi/x3iaJ N PRnEn:ca6x333x e TIT \ �EOEND Y GO :.x ne- / ez-eca ri xxx XXX FT Ft nxEnO a.. r � o '^ .iizw �I� sde�o,d z♦ r � '.o oa; LJ nd 6 Gy � y ; r � x a �aJr. 'A € TRAFFIC / `t 1 I � � Wo rv�, s ✓ WZ ✓ C3i C� R 6 FEET NO! ND s �'.. e♦ • AOAD WORN IL I'll IL o s woM� i ,�e rvxdz'♦ f a _ US GE � x ` Z z i e o .,oar 9 z n 0 err ,�a,or,v s a GENERAL NOTES U fll I I I o N III a Q m I c U 1 to xnPFN & .vd._ • o 8• e + �� sed rvo.e'z;♦ ...... e U v a � TCPz z FEET z�.xz;'x..♦ n.; 0 RE 3 M ¢? *o TCP 2 2 a d 2 ED urcE y - �r. see�o,d" a a ArvE�o ♦ REo a a.<< �. o� m a o a c,o lz O U RDAD woxx�.. _,.,. I y , � � I •F zo AG <a`:ea- I ono � T -w /,>•x..ce oT+....Pw o. sxo.>ob �� �� wo6rc END NEnD _, RonD worm wa TRAFFIC CONTROL PLAN ow to ao ONE LANE TWO WAY a m ary %Ce ,u=fix TRAFFIC CONTROL �o TCP (2-2m TCP (2-2b) r; o w o g 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS TCP(2-2)-18 ONE LANE TWO-WAY ONE LANE TWO-WAY - Z a CONTROL WITHYIELD SIGNS CONTROL WITH FLAGGERS - v (Less+nan 2000 ADT - See Note 9) -' - --" m 11 _7I xrcavo avnxwc�. ISSUED FORCONSTRUCTION "+' I WTR-495 ON 6/21/2023 1 Yo OTr Pfi6.CCT/x3;aJ N P6nEn:ca6x333x e _ END LEGEND ROnO /AOAD WOHK ae x zn sono ^T •�••- HDAD WORK as +tn- "�Ta'. .. ... roe �� A� RX x �i GS O x y see.orb G 3 WIiH x WZ PA55 rn x ro' � ,1 :re. x x A.. vst i N6u, 115 T. � r 0 XX t � XX K. X ! ° 1 K � TYPICAL USAGE � II R E GENERAL NOTE XX �L a X e 11 ^W S III Fe J O s 4. a N a < • .r I . o t XX XX g r,,,., < a° ork ,ate. oo�° ora w a J aw XX ,., 5 TCP (2-3,) s. CL O' [L> Z m PASS DO e o r� WITH NOT e�s„�F�z� ( O UCARE ~ T y ' PASS y o,envie a PASS 3 C ono rexaece of ranspw o sro� 4 WITH R n J w W orc ceaEo x Heno TRAFFIC CONTROL PLAN w °a�„t,.flonD woeK TRAFFIC SHIFTS ON ¢< z ¢ <n Hcao _ Eno '' TWO-LANE ROADS =° o TCP (2-30) <s ,,,.NDAD waflK. :gym oU TCP (2-3b) x I 2-LANE ROADWAY WITH PAVED SHOULDERS 2-LANE ROADWAY WITH PAVED SHOULDERS TCP(2-3)-18 0� 4 Z J ONE LANE CLOSED ONE LANE CLOSED � ADEQUATE FIELD OF VIEW INADEQUATE FIELD OF VIEW - -. a- SHEET 9 ar 42 _7I xrcavo avnxwG�. ISSUEDFOR CONSTRUCTION "�' I WTR-495 ON 6/21/2023 1 Yo Oit Pfia.0 T I.- N P6nEn:ca6x333x e LEGEND } NF Y AHE ) v� P °c y ws a" AP - aaanoNwoRK� LANE -C ; V V Q�`v'P rn x nn s, ao zo �O° �e T a CLOSED -� {� n sea.ore 1 a ��• %XX FT ---T no zrs zap sm "no eo rao >> NZ e v x 1111.111, .� a 4 d. sa x na y Ole , T PIC L USAGC U GENERAL NOTES a- J • ww e 6 �Q 0 �3 E I. FIGHT •il ply NKr c.. e ° I i +A LANE OSEDm vA Q x TC P 2 A U ' 1 zz xxx Fr x na o�ow e o o�e a CL g • XX w e a TGP z G, D o �o oma �, y r •'v cL y K O END ,Q I LOSE LLO c) flOAD WONK v END ,n,,r�, ^ Z ez� VV ir' Q DWORKg vv Qyr+ a �� USO i D " z o ROADWORK E L �rexa°cePa iransPw ae x zn a F az"z °" srow°m z zn XXX Z - TRAFFIC CONTROL PLAN w a N°J LANE CLOSURES ON MULTILANE p ¢m z x CONVENTIONAL ROADS _� o p ou TCP (2-40) TCP (2-4b) WDRKm w ow TCP(2-4)-18 Q t� xQ Z� ONE LANE CLOSED TWO LANES CLOSED ,.e e5 -. - SHEET 10 of 42 _7I xrcavo avnxwc N. ISSUEO FOR CONSTRUCTION "x' I WTR-495 ON 6/21/2023 1 Yo OTr PfiD.CCT 123107 N PPnEn:caRx333x LEGEND ........................ ... . b�`:Fv>o�Fffi�&.c...>8;.8.'.a"4E1P�oa'.'gpupEF2o3:S8kho= +ooc�s.«�tsewnumr5sez'�oocea ee owesae,x mnn-.na.ro.sioa-neoacwrevoP««+mne'r.e AnaW�r0N'°ioo3L9'=P•""krm"A^,aauKO$r=:cor+ .aa ,$�t-���x�am-N1....A%OAED NWD DAK sc+�esJeesw8O ez2D°05nazx-xos s�5 vo+noe eoP'C�XHLLLRXAOOEXPAgFNSFDTEEoT rr'. ..--. 0 AOAED NWN OAX 1 x+sswsssac+0.ssm w°eR°cxae_Qnfa.nqq3c_>nac3_,.rm so s ooo xr**«+_erroniwa_ssceoo+Is� _wowrre_.eww._wwa.wa_.vix5m.rr_r ro vnr_cearx_ ane.tt_wew_c °o 0_ rn_a_aoso+soe' orA:li ru I+aTwlsa,._saarro�.arw_*v 48 _w.oxeci._rsseze.uw_000sr.on '_cooo.in sy nOz e x za uo_lewea_�.rimc _ruec_�sSaiea_' e° azo l 111 121 11 s sr, : cw'xa*sivPlCAI SAGE GENERAL NOTES "X= aSia e _oDow a a' aw ca 4%G 'A Mon. = 11611I1I1I1 _�2UNa�po�ma dpXWoL. ` cw wR t y ^ o. cre ce.r a snmow Pm , aro- `«o em m w�,na .as ^, snom,v<n cwism novo.via ar„ rnR,m° r wa on,o • o e!1.- I aimm -.z. rus ana n.n�n +r c as'x,s' °"A•o"'M10 r«ma,u...o«nwu y I. I' TCP 12-SaJ U m Z ' 6 +rns ifP e K .. � ueao+w a err Q N Q IGHT +_.. s o,s uo ce cue mx ww.e z�R d c oaure cxzo u.ces w t o mam�o m,m a Iwo LANE c.Mm+.ro worecr,ne.wx anma rrua Daws ne rrorr'c..rn«ne d� ^ XX ae armr mwa o aro n«ce c osm ox new+u em or«ce nnP ao \N N CLOSED h.Y I J cwzo s*a +e x ae' qq • XXX(i. cx�s..srn 151' TCP N 12-50+ m Q K Z - so-x z- ^� I z co=t c+"e Poraren+msrx rye vwi ce renovm tw imPeerm wo�m+s. W Z U ADAD WOAX y-1� 11?s za 8 V(� Q Q & END a a CLOSED * O G w _ Dos+w 3 V V'tY`u' 3 a._I• e Z A ° eDnD wDPK', %p zxz Ft TRAFFIC CONTROL PLAN w w W RN LONG TERM LANE CLOSURES p ¢ Z OULTILANE CONVENTIONAL RDS. n �o� TCP 12-5m TCP 12-5oI R wk TCP(2-5)-i 8 J ONE LANE CLOSED TWO LANES CLOSED Z J r e ma=_ sx¢r 11 ar a2 _7I xrcavo avnxwc�. IFOR CONSTRUCTIONWTR-495 Pfi c' ON 6/21/2023 1 SSUEO Yo Oir /131aJ N P6nEn:ca6xa3ax e ENp LEGEND y m ROAD WOAK FNp a ,a a ,r> i +GO ° v G J ROAD WORK • �% eo e xzn E.. 5 v vy. a two W=tl o ^ ^ o NZ 0 i 0 0 0 ° o A P w on • ser��re 5.. r o �8>te edm 6° o y 4 o s norr, • w v, < sF 5 t _a TYPICAL US GE _ � I ( 9 4 f-�. T o � ♦• L GENERAL NOTES iIL�JI z II .� • LL O c Asea,,.e R z r Fe • a �t. o O J YI' 'q � • s w b T RIGHT CLOSED nn'�x ns a DAMP NET X cP CL06ED RAMP - LU 0] I000IT 'o _ _ _ U RG X X • �.�o' o. oc na. o vn�o LANE .... .rz > > CLOSED a y r a • ery aLL 4 coo 4 12 MILE O U U Y �r TRAFFIC CONTROL PLAN ww fox f t LANE CLOSURES ON DIVIDED HIGHWAYS p a, U IMILe .. �o e,e�e„e c w oz ,° �x< TCP (2-6o) TCP (2-6b) TCP (2-6c) OR TCP(2 6) 18 �OR ONE LANE CLOSURE LANE CLOSURE NEAR EXIT RAMPS LANE CLOSURE NEAR ENTRANCE RAMPS u sx¢r 1 2 42 _7I MGGGRiu7.xarxu. ISSUEDP0RWTR-495 CONSTRUCTION "s' I ON 6/21/2023 1 Yo [6t PR GT/x3iaJ N P6n>En:ca6x333x e LEGEND Eno � Eno F-1k w PASS roie /a o /_ i 9Su o o„mora WIiN G � a ♦ DARE �o r xr •• r� r �o z.�. XX WY 0 T. • CN z � 'od a .. o yea o,e z�♦ +y zw zb s 0 4 vm� o /r sv soo e 0 °. TYPICAL > l to y- L USAGE C) I ROAD a� GENERAL NOTES ra t Fe TCP 1TIo) ti N o a �• r U v s • • +• RROW w m I - BRIDGE I VI TCP (2-7b) NAU r u o .• x .. r z<• �• DO —0 3 mora zi♦ NOT d N lz 32 O i X� ''• +-I' PAGG zn�x 30 w LL O Q WaflX o O U UZ '.i-ice o or C �iQ , xae Oe • / x ao.. oN z J� �Z +`� - -----. 4 TRAFFIC CONTROL PLAN w DIVERSIONS AND a m -z Rn WeoNARROW BRIDGES o p ul TCP (2-1m A`AO TCP (2-70) ree-,ore TCP(2-7)-78 0, o_> Z J o ROADWAY DIVERSION BRIDGE WIDENING -. - SHEET 13 ar 42 _7I xrcavo avnxwc�. I SSUED FOR CONSTRUCT ION "�' I WTR-495 ON 6/21/2023 1 Yo Ory PR0.ArCt/x3iaJ N RRnEn:caRx333x e LEGEND Y W ENO AOAO WOftK ' � WITH 6TOP �� WIiN € iG CAflE °-z a CANE W ONCOMING " - TRAFFICWO lA �� 551 1,11 IN 11 T x z -° TYPICAL US GE - s j GENERAL NOTES p_Q P U lI �a z. Ill - x ID l 0 �I p y i TCP 2 8 I <, ONE LANE rve .zea ¢ y I BRIDGE c E O -_-- • .. d a w ° ONE LANE oa RonA"L 0,ro !Z O BRIDGE TL (2-8b) O zn x zn d N v O oUw� saz i. PAsS n°-i • 01 Q p0 �*a--. ----. ---- J� U Z o ceNn ir..�spor °� a s°,°>.b rr o TRAFFIC CONTROL PLAN rrw MAI LONG TERM ONE-LANE a oreK fl TWO-WAY CONTROL o 0 D c xz TCP (2-80) - re„ TCP (2-8b) AE0 $x.. TCP(2-8)-18 0� �� ONE LANE TWO-WAY so Z J .... TRAFFIC CONTROL WITH YIELD SIGNS ONE LANE TRAFFIC CONTROL WITH TRAFFIC SIGNAL (Le55 Than 2000 ADT-See Note 5) - - =_ "`-- mar_ sx¢r 1 a ar 42 _7I xrcavo avnxwG Ian. ISSUED FOR CONSTRUCTION "�' I WTR-495 ORB 1Yo OTr PRp.CCT T23 00 N RRDEDD ca623332 e¢ DO BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: WORKER SAFETY NOTES: t, e fiarricatle a d Cons+ruction Standard Shee+s(BC I, workers on foo+who are t afflc or to con c on equipm frfr +o w Th e right-of-way s RIgR-visiDility egfe+yr apparel meeting - to ngs+£g hehrequirements of ISEA n IS-1.1 S+anddrtl F Hign-Visibilityd °tl these ork zone Apparel," va i ANSI o1OT-2004 s ae.yo� ed rhe r ei 9�emen+ shown in the Texas Manual on uniform Traff la COntrp CAFIaes"e 1 TMUTCD I.s consitlared fog a sr2f4ic volume work areas or 3 garmentsoYk d be 2. it a.Fic Control P.an(iCPlis 11, rhCghst d xpos sn tight t me w 4-, The ht and design of me 2 E t' er95nc5 s uatiOns, flag9e1 +1' C'Dl'D II +d gAE response Dillty of the Engineer. wnenpflagging a ed at nign+. s a ions s a e umrno e NO tl MIN =zI DI IY 3, Tye cpntracttlrCo�r eracr DJgpropgseg cho ges rov RA Th tIR Tll �. TneeEng neer may tlevelop, COMPLIANT WORKZONE TRAFFIC CONTROL DEVICES §` A, s enCondt rector Bible f Ppng gntl mg'.n Ing i - I. Only pr-qualif ea prod II be "Complionr W k Zone - ^a6 h e Lonrracrortm gffcnange TrafficeCOntrolr Devi SAX h 1111TCD)sdescribes pre BL011£ied products - kgk° +he approximate location of any device wi tlloul the approva loafmther E ngineer. gntl iM1eir sources. Nyk 5. Geometric011;91eoo e shl sibs e,Ine+rhe 2. Assess e of v ardware (MASH). shall be q p iont wi+M1 the Manuel sign crit a ddenom gs�cnwo esASHTOcan e �ng s HegM1way a ons or n Off lq' 8$� dno0eome lie i<Design o Re'r ghwgystgndo5+raets,a the AxDOT"R90tl oy Des,Manugt pr e g eer g Iudgmen+. e Y" 6. When projects abut,nt e Engnneer(sl m e END ROAD WORK, i FFIC r Fed6n ant3ana a Id[be he THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT FAh adiacen+p e tetlq� esCo�t actorhs el htt:// wtxtl t Cl L5o en9�si9nsptl 1111 hese nee r M1ICP s P v<w o.9ov = g revised+o show Engineeil+c IN CEO TO ROADtWa.RA N EX TnA MILES nA g snap be COMPLIANT w R ZONE I FFIC CONTROL DEVICES LIST ICWZTCDI U ed by pppropr a k[on.tl s nce. DEPARTMENTAL OKHAT ER IAL RSPEC IFICATIONS(DMSI 8� T. Th.eEngl„eurtm 1 req rninP smyis qn MATERIAL PRODUCER MPI III+EL DO 6..@ alvldea Iqh dys whe median w1drn wit er Old traffic v TuQ m .8 170-9.re ROADWAY DESICNCM -SEE"M ALS(ONLINE M UALSISTANDARD HIGIAAI SIGN DESIGNS III TEXAS Sl " Illi p X w 8. slyns IF,I De "Sidd7 Th cnted ordane w e de+gi le fod 1 orrHig5 ngon T.teobe es Sgfrn _ U•O `2`n prrde a de1 to thactor o1M1e slgns mafa9re •. ~oa THI _ 9. ffTE o + BCes ewEnylneer will determ_b the hast U 10.Wnere high.hy as M a+lons q d fined by+h gnual on Oni£Or ra is Coon YrolbDevlOes, CSJ 1me+signs are re red. CSS 1Y ALERT TALare own on BCr21. ne IF WARNING SIGNS STAT F.gLAW sign, STAY ALERT TA.k OR s iExi U m to LATER and he WORK ZONE TRAFFIC FINES DOUBLE sten withue 1 be CSJ lime e BEDIN ROADWO aNEXTSXaMiLE S. SIR—I, o a eeo aoaotwoRX slgnsts e csJ CL g u w I�m�re. For mobile ope ar,o s, csJ 17—e g e are nor equ red. a Of w n 11 cplace o y w11 work s actuq y n K N to pragressor a defin,te need_X_ Z a N O OC 12. T e Engineer has the find)decision on+he 1D 17 on of dll rraff,C control Y UOC devices. Of SHEET I OF 12 0 13. Ingtct've e 'n9 w s - Z D LJ IDTomen+ontl work ven<as, nc utl or ker s' pr v to ven c g mus be parked away From trove ones Tney s ou tl be as c ase ro me �rexac oePn of nansPon re„e w O to right-of-way ine as 1—ATb e, or acated bchlnd a barn er or yuardrar K ¢LJ or as approved Dy the Engineer. CF U BARRICADE AND CONSTRUCTION & GENERAL NOTES _ <a a AND REQUIREMENTS - O In< o.gym BCcn-21 W. �� ow X cD _ U 0 sIo str =„ mA=_ sR¢ro 15 ar 42 _7I Rrcavavnxwc 1Ln. ISSUED FOR CON STRUCTION WTR-495 ON 6/21/2023 1 Yo OTr PR0.CCT/231 DJ N PRDEn:Co62333T e TYPICAL LOCATION OF CROSSROAD SIGNS �Y T-INTERSECTION ION WARNING SIGN SIZE AND SPACING 56GO U Pono wonxAll YPICAL CONSTRUCT SITESPACNG..p xxezo a a F e paw d1 e<� �I a ❑ � r oa rao a> „ IS IS lil Mo 11611 m oY rA, x ea WY o°. 228 K»c:o-sre :oar. .ag.�to.a y=ea ao,a z .1111A E.nPo erexr. pwcxo .1,� or 1 pLrner araoo s lox volare ae CSJ LIMITS AT T-INTERSECTION as r2 �rwrco ro cvi owl co.w,o op res ar rc°s,vworo sne+e. _ 1- ii rner s p s,+nae snauia oe Asea wnea worn s _ - 1/I afh ae p Par,ormea o.or Dear on o.ereee.w,. DN' p e«ee+. _ 2 M, wr s v+m,mom m.ne ec:nee s, orrc<m.roi a�w sree,s«,re xwx .orn area ma.ar e.s,ana ee,.eon De=ry aaa�rmoi s�pn. oqo 4<oa GENERAL NOTESe U "@ an me n+eraec.m,me[mirver a"^" Scec�ai or v r siee si ns ma ce uxa as recessar. Iczp iorar sPas snail be rePiaceo or,ne ae,our spoaP cal yea ror a me pions. °` p r r N �!� ces,as srvaxn eiumere.n w ace war� arts mama ao rcrevua as reouree,o note isoo rep. 11I a�, .«t ai"fra.5 0o coneran,aYm nwr ow�maepsexneue rn+ne larzs ra (/([,;� � g�k ren mw N MULTIPLE + Eno ATIONS r.emv CS LIMITS SANPLE LAYOUT OF SIGNING I.WORK BEGINNING AT THE CSJ LIMITS mmoro m.o,=e earnrO 'v ce,ncrevsea ae revm+ea,o na.e irz mei \4S1�I�p W`5 c WORK AREAS IN MULTIPLEATIONS WIix IN CSJ LIMITS ° Kra Kczos y, �, s rzp°a.,s see o ep.. ®<" Kactos cx> V p vK\/ Kxzo j°, "Am, r.A S ELe p"ramaw snocea.««aa -gl io x ° °xX ovwow a �/�. p ,O�a xx ��.oae.�=x, rI� a❑ I " , e.ee �erarre.ae wa�,.m�,e,e�erara.a�w�e,pawep OLEGEND DO z K' o :Pr .. s „�❑o.zerN. a CI- x" a X �al«5 s.soe,ne aw�=Dole rev sneo,s ror e.a=,�a=aroo aoa soo=ap ar spas aoa �� ezo zzz loco+aoa NOTES ne Q w p Z SAMPLE zLAYOUTe OF SIGNING FOR"I BEGINNINGn DOWNSTREAM OF THE CSJe LIMITS a s�c`rGyr�eou eme L, 0 ezo SHEET 2 OF 2 n+ne ovvrovo or me r.p e woxx ROD 4 RonG Rom xxczo sr i azo �LE �. rvo ae � J� w0 W CLOSEL x rx.ar poarc zwM?�E e"w�•. 30 S iE t ❑ � 0 LIMIT I Po :F xczo cr ir�i X^xxx Sa1p 9P. ra AM `�cw s Bwr Saco w cx r a H„X cwzovxlr a pns o e eau ea au, W F U Jce o BARRICADE AND CONSTRUCTION a PROJECT LIMIT a �a - - — — — — »— p ° a orW .=e,oe eo ea a oo,ne�pa,r= BC t 21 21 o « p Or XMX a ror.. 00 I ena %T1ne o� ,a „r '------ 6E SHEET 16 d 42 _7I WECavo BWNMAG NO. ISSUED FOR C WTR-495 ONSTRUCTION "�' I ON 6/21/2023 1 Yo CRY PROJECT 123107 N PrmEn:ca6x333x e L- TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS -fid Wbr,Sane ebeep to shall De repoI 1—Y,IS—I1—in—d—with the'PrxeWreb Tbr EStWItWnp Scee zW 1" _€ m0 approved by the T....Trmsbbrtptlbn Cswissim,Or by City Ordinmbe~Withln Incbrmrated City timiis. Reduced speeds should only be posted in the vicinity I'D of work Regulatory or and not throughout the entire Protect. $ / I.lul rs RCqu lotory Work rine speed signs (they 6h011 be red. csa I. Liuirs Of covered during periods when they Ore not needed. 'A .ag ______........ .......... Wefe- y"o F8 w_ L Urso'-isoo'i see¢ene.m see deneml Nore a vsp' imo'i soe ae�eroi oq frx �tlL sp Eo zinc osw „Y c°Svc sv ED LIMIT&So Sadhg 7u� 3f Q60 ws s SMO R ZONE .r11, s z� strpueelytl _- L R 60 7 n 70 ui 6O6 GUIDANCE FOR USE: 1-U R ti III+a Q m .So LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS GENERAL NOTES Illii p W w U I— .a51.d Wt 0 % o ... on d gf Po+rodcsdw ¢Igo TI 11jecrs w1ere mead control,s o m°io Nrv'.ur l°:re. °r sec+r°ns of oons+ruc5i°n O oft + I Id 2` OA.dr—I'd I'd�¢not feasible. tl n of the 9eomerrias 'Rego tdroryew-zono speed I it signs mall be p-Adt do supports at d I fool W. Ot a 9/inter-lilt,11 mnWark Zone Speed Lp sen 1.Sceeadn9 directs on of trove i, for one di rectum of trivet and are norm¢ y°owed U did dd, 'ST Wdorkeac n9� s° A or e signs mould be. cne9oriore+iM1e work area,incl ud ing: of rootl ay gebierr ids id�vers ionsi 11 mph ono lass 0.2 ro i mile OLD m Z r.do de+durs egen .R... .orSpee ns sigs dack lld and border on a wni to---A a ba un t5ee"Reflects Shee 9 .1 8-11. Tj a s Of r 'AddilydDW,ATtt. "AD ANCE SPEED L Isi gam, O' aripn do de of LI 1. LL ere t¢ on9 ae ntl�i.ons exist,me work zone speed I,m,+Al- "WORx dpNEdL1 Safi° e"SPEED LI MIT'i R2-ii si ons snail not be i0 mould remain p ace, tlirec bus snail be<onsideretl subsitl o y o Item 902. K N Z As I any n These o °ue ono+n O Z SHORT TERM WORK ZONE SPEED LIMITS d,—Anse—1 uncer W11.11nc oa 1011aixc°faddy a1 np+be di Idwsd,a less as w LL O mss IYW df work zone speed unit-y be int�:aea an the design df help dre nor a me%dffid control plans when workers or eau—1 ore nor benintl concrete s,retool dues rod+may reduce rraff is speeds six rude out limited td: SHEET 3 OF 12 '" v y s w+n n o feet of the trove ed way o actua y A. j aw enforcement burr er when work act r r star ones next td s' _ n me trove ed way C.Porob a cnongeab a message sngn In 11. ,iexae papa of transport fon seemeeb Z W Z Low-power(atonal rotlor transmitter. J Q Short 1 k Zone Speed L �.Speed man iror+rdi ALA or s s. - W w U ON mat° "lwen war" ,i:¢i° ar««r. p nor v.w°°i¢" BARRICADE AND CONSTRUCTION IS"R,mo,'�;wsa,�co�ebe g°ea`b`:ea 4 oared. y dr ane s add L�m�rs snduid do y be pasted ds app pved far aeon oral=<. WORK ZONE SPEED LIMIT _ a a c guidance concerns n9 tb m done readdt�tln¢ee r:DOimfo�mi=ix o1On+be T, tl°a° rm°sy Mian speed BC(3)-21 '� o cad p sad ae web a 3 _ U ma=_ SHEEr 17 ar 42 _7I xrcavo avnxwc�. ISSUED FOR CON STRUCTION "s' I WTR-495 ON 6/21/2023 1 Yo OTy Pfip.CCT/x31 07 N PRDEG:G.-- GO ME NO„ __- WWI g�O I eo= I I yw. 16 rru, i „ 51n a.a oiccx r<s �n�ren rmuemenr �encrorl"sicei i rcrvar w°wraeainrornnq siecei WING CNA eNEL ��_ PERFORATED SQUARE METAL TUBING soots°P�a oscnw „"ate SKID MOUNTED WOOD SIGN SUPPORTS a` *LONG/INTERMEDIATE TERM STATIONARY-PORTABLE SKID MOUNTED SIGN SUPPORTS GROUND MOUNTED SIGN SUPPORTS °a rro«X1 «°WEDGE�ANCHORS `k= — OTHER 1011 ao8 11Y cwzrco�.sr. T Y a m xo,sys ct , GENERAL NOTES ep?' re eecoces aro s<eve ver a corvnecra. •ee csee w<.<r m r ror r co U � wore+w ,w.ce a.oaooi oroce +ee — — _ ,w F aa.c I �m. anm c n .aa.mr+«c r c�,e.o:cored oc w m Z see ac wa o w a � s * n «a«a to ro e E 90 swore cerrorafM < a N qie a a O c°^cceSHEET«B aOF 12vea s m scow �LL -d� we as ra srarr m O naroo rn oows re Q VI �rexac daps o,nanspon en" JO c re�cf me.u o mm om... w U —Q e«., auaae BARRICADE AND CONSTRUCTION .e a I........ .........I TYPICAL SIGN SUPPORT oo ¢ m Z wane a„ar.e rve.e L� o m.e we a s w5 m w 51 NGsE ceL EG BASE iz BC(!C)-C�f I }J X SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS _ u *LONG/INTERMEDIATE TERM STATIONARY-PORTABLE SKID MOED SIGN SUPPORTS soy a, o mm o. UNTrr sr ma=_ SIEEI 19 ar 42 _7I RrcavD avnxwG�. ISSUED FOR C ONSTRUCTION "�' I TR-495 ON 6/21/2023 1 Yo OTY PWDECT/23i0J N PRnEn:caxx3332 GENERAL NOTES m r.eewors,ar.w sna m area as rvana e w rDO ....� s qns ma E1^ .fi • w.ro wa Mo `a€ r ai i renes ra m=�main rw fic 9° "gym ea,<,na,xaara wr«ee, E a � ay Faq w« �Z n — „a,,w,.oo mm o,ce.r,rore — pRq suss lgem+lr'�ea rm.egi°=emm+ q�xe«.Icace=ror..ne reggae Pf YV'OPtli Al A— sF wu rre n rs ro.eo me wr c menr oevrce rwsr ce m goworea eevrce. i oiasrra �e -ma �n ..........._............................. sUDstra s NOT Usetl on — Snai SiOn �N Y�3 NRA N R R 4 Ni ePIP 'c 0 s aRv .ne o.m snail arms ri 'J JJ xo+ea I SIGNS,CxEVRONS.AND VERTICAL PANELS ApUNiEO t � ON PLAGi IC DRUBS n�YY ti &f h e mongroc.a.m ua K �@ an ooser snag ee a m�nimm ar rs incnes mn sagar.orea �sree m,ne<vz*m. a U 00- s rw rag ar.re amr ens wr <a na cea nave°m n mm ar rwa.m r sgm<a v s`�nmoe 1n. ..w n ire.nae a =re 5 gY a a.m.gceen.or a wg.n na qn.,.o.n nq er<c.g.an.g.oowor<o s.m a Q tl mm II)) mSg s ere e.e�a ar me a.w ooar sng nave a n:nm,a ar r5a�a re55 _ one s eno s ace sown ro.o.o 1(Uj W w gwareq r. ormq<au.ry r<mnarer e=+re=r=mrtrenr a srr ce rrw n o r i rn cee r a ~ „gY <renes m. a env non a ww.n a n+en .are< one o a9ano�`.gea .ece.wen.,g nags .sen am.wo aa,amn,sr. z wrv.0��re 6`+ ��� m°° 'o•�w ae.e,a qti a aaaaaea n rate e re o. e.<eo.,a.me as U E m REiROREFLECi 1nVE<SxEETxigNGa mon rmewe.a nme mg awe nuroe. oe m.go a L!�I� =w«wf«, cane=°o s snag a gexarene moos.non. DO z _ =t DETECTABLE PEDESTRIAN BARRICADES sue°,eun o<cr�°n=e ee ro.�n rrve o°na. O x.v,°ce. r.v�+r ame.ma°.nar los,aw,°m.oa�m or me zwe.�°g owroroi or ere Fnq�rea, tea on gras.r<arurs,xirry K Z . BALLAST O_N O x.arx owa�+ SHE ET 8 OF 12 K LL U U weo asrea ecus na ce wqe e w a .n a cane.ran r'w w,n,re omore.'a w ra O so os soca we qn ss es�m n mm o+a sa es mo.mm me ea osr may ee sm a.n a+ a mw x �:+eaa w ar saw cernen z xra..ce +o rn.ee amogma ugo.ore r.ua rre ecee.ams a ams r ea g aa+c °°ua°rte �O na o° uou w orrver no asr nq ser us as mworea nr rrve[nq w<.sracx�q i mrac.00 a ossa=r.m oa..caaee rre an°o=e.,..a �re w0 xac oepn o.nanspgn sm�w 6 � iangl.°arwi � � or amaoaga w.i i oe of ioweo.rvweve.re�gnr or amooma soave gwemenr ooar., =r.aarei:.ng ae.r=e:.. Q O BARRICADE AND CONSTRUCTION w C,jzq wm ,agwgrea CRANNELIZINGDEVICES — ¢ mJ a .�,a newae rva.,�aaae ra w.w ,xa.a°q° m„ ra ossa ry.<,me eua.n<,o ma ens w e � m..= BC(8) 21 _^ _ ><" f,m�e vee mar�saes,a se=w<aau ar wwa,a wrewn.. -- v ma=_ SHEEr 22 ar 42 _7I Bravo avnxwc Ian. ISSUEO FOR C ONSTRUCTION "�' I WTR-495 ON 6/21/2.- I 23 1 Yo OIr PRD.CT/x3107 N PRn>En:ca6x333x e GENERAL NOTESTw f fr 6 r r. & are+ S ws� me�ces nuae q h« $ se Y rw.ra�r m . tf W NQ n ggk'f sua .ac.w seg ce r<a�re,,a��n,n,n wa RT'm "2 g ss000r, - iaq<na srvm i mer rre .ar e<ro m rwce.,m - '_ &t. O F%E _ 1 I F°" ' e <a mo ��ea occwa o ere moor«,�.<r s qow sear qn q su<aorr conwuseei �N_ea� .83 gtivEABIE oios.�c arces e�.m,.o reo�ae oias.�<arw. t$y "' CHEVRONS e��eoo��<e,�a ae r„n.e�woceew« r�.a ee,er, rnr,na��aw". ZP g° nx „q �F� onm rew�re.renrs on,K vss vv s U .14 aw oq III aQm o w w U a £ra 'ssttr Iwo ,warx z«<herr<cw...xv ae<,<, qn.ro 68 �anm. ww '^ - o ce.w o ^ - ,ra a eonrwm nq ro cegvr,�<n,v Sar r ca,vn ns 0 0 tr_r_ xs.x>gq,Z<,."ar,a n.Mr..ee, so soa sso Goo so I.. H€' q a or sei q+ q r r r amiLl. 11I3 ` s�ncnes smii ce Asea. °r,a Done Brice o LONGITUDINAL CxeNNEL1ZING DEVICES TECO, U POR TABLE VERTICAL PANELS (VPBI <a.aann ne.a a,w.ea�,menn.o«ra.nere wa „ I 1.114 4 r Tar x.a.ry 3 M r,oggae��,rmr�r�an<n�.�ae«ionm ar< an ec iioi.<�a.�rer�ee.,.<xnee SUGGESTED MAXIMUM SPACING OF w a LLO aai rnBa,:an m.�<a:a..eignea�a ew,.er,a rr.«,iro�,ano.re r<a�rMen�a ,ne mo , m.. aoera.�an.mco a are�xea an r<aowar> <nq,n m,n<«.�«. CHANNELIZING DEVICES AND � n ,r <ws-a USED AS BenRlERs MINI"DESIRABLE TAPER LENGTHS m z h nax case a ven�c< c nr..n s. ` wssess serer xnranre u<sx crna�.nrrn ness re .ea.,s ms<e a ra �r�<,.rwe.�ce,aw,<weaa<e ,as,M�.re<e<,<q«n,„wox=ce.e,e.aen<e.gn,ena,a�rvs�P.”,s«<Da.,eae,n�.�a,na,n,agar ag:reae°�o,�ee�a e,. rna�aa .xw�age,aeeaarnwarrnaee�r,eear.na,aer,r�sneeaNr".a,eerernae,ree�a.,eau,r<eaar a<e�w.n,amaenaae.a<", ea�raaaarra,rnweu re�a.sarv, .«n.�mae<e Car a.w e.ooe,�w ee aae aa„w<aceaer,aMgrne ,.< SHEET 9 OF 12 Kww__J Uwod O �ea.�a� Q q,a ......an.e. BARRICADE AND CONO Uw0>Z C ANNE (ZING DEVICES nmgnmemm No,<r�a�:oecir�ear,w "x,00. .r�.<e enwn.��,e wes�r,wx,�am.�mne�e<�.�e�,aaR ee.iee.nr ���es,.a R L V T — m z ............... ✓ aye„no,aa ,na Lagena ena��gee. n a�ems,ae ,eP BC t 9 t-2 i �� o= HOLLOW OR WATER BALLASTED SYSTEMS USED AS _ Z J x LOU OPPOSING TRAFFIC LANE DIVIDERS IOiLO> NGITUDINAL CHANNELIZING DEVICES OR BARRIERS 0 '------ ma= SHEET 23 ar 42 _7I RECORD avnxwc AD. ISSUED FOR CONSTRUCTION "�' I WTR-495 ON 6/21/2023 1 Yo OTV IR CT/x3iaJ H PREECT coxx— e —C 3 BARRICADES [ecn roemey or° Y e'v see n om°y m°. ee eeeer ro rM omo zare rrvrr<cones ow ces t sr exzeao mrr cceee a fre sore hornet z ROAD ue ars cram art werF R tar arre a er ra 1r<e a err< r< �,ar<a �G� °°ee n,rve<ervso-e<,en er 1rre�° e, saree �rr'< £fr �1rre s earr'<ems Me ae°see er ee<x�a°er<arsrr°<r an N1 s ^„ ora�e<rs<asee ra c rrmr< rcew° 6 0r„„fr.gyYv€6.b2Bi sa1ssr wwuwwaDaaazaaR<msrwceunhrveh,rvaaooaarmmoemrmear,rereee.+n rcerarroranrxe oreorDmrreue,r'<oe<cnsaaGfao°wnreo-a:qoegocrlareoeaaaarawnae+as n<oeamw°°.rsrr°se.or ugnrrnrore,rarsreaomesnscesn.mqrDrarmar°aeore ,mesoaeosceenn eearrvwnas'aamn saea,crenD eroseoeorr°rm�crreuscreeren°cxeBvoramsrr arar°re aaorvorrne�orir suSrs�ocr.Vmco°eef,oa°srqrrrarryoe0oao°rears�smecoomi sarD6earmtrrcaeree°vcresns'ryocceeaennoresao°ny mvmoaicSmrtrlarcere°arnaee�mnaao°rser,rr xservarsa rt�a c°eee.soereOrrr e cet�ro�art wse rotne:ere oaweearrri�mwrcecsaorrr e ouusrme<%esroes stnooaer°Rcewne w,oc°ran vM«rntrorr.o cem_<°e�aewnawslseweos¢�oas,ro �aqar,nrraYn arrrva°wcoceaRrncee ro sa°.ai u °efe wnRaee<o�sslu po cew esDr xace v eaae,o eel.epY r rpamaucmK.oemminrsoeoeroeern e(�eenq ersereruae cee-�nrce x°+e�sarysceceorc^faae”af'ero auraa.saes.anefr esCunLe O�°mQ�LiS'aeEomfOce°Df �a�eano_s a*./oierry F\ m�w enaslPee.Ee�amRm-Smu- >Pw�oErar oCamp.i°IerV<rcwcE® osr� aVIEW00PERSPECTIVE VIEW o „ Oy az arreive ma<. e,nryLEGEND me m iz .h 0PLAN VIEW LAN VIEW TYPE 3 BARRICADE (POST AND SKIDI TYPICAL APPLICATION CULVERT WIDENING OR OTHER ISOLATED K Je o.enLef1n4 1 _ NWW =Z ._n <� T5 U �b N Go �/ in`rTne: ..n CONES 11 X w I( m o ee III O W TYPICAL STRIPING DETAIL FOR BARRICADE RAIL U „r.e°ere oar,rve°,o.<a ar one nam°°n.. w m Z TYPICAL PANEL DETAIL Two-piece cones One-Piece cones Tubular 4arRer g M FOR SIT OR POST TYPE BARRICADE$ U CO O r z<z-Al nal 1nx.eaM��evm.e er«<9z os QCO Qo SHEET 10 OF 12 Of LL U e.ara urn.z res rrerr c mora me ru r ormRe aro O 'w ars �1 o . ..ry a.e,rveeme° = J� are °nr rm°eaaaarena.eoo 0 e�arae° °racer frve,seee<ar°rve«r�°a Q� „meea<anesaYrve.ea�aeeaa w� UZ -- ° BARRICADE AND CONSTRUCTION J CHANNELIIING DEVICES _ �_a <a em„fee rvereT — z I'll l. or Harr sae�r ar �.ara,ae arve e«°.<a m<n afarw 1 zR'c«<a .ere<me,e <a y ae,a a r«arver,«�. a eer roe ar Rc< rrveae tee°a«,ce ar wem r°r n,<rar e-term a,e.a<.,.°r.ar eaa araa,ee ar-a�,e _ arra rv,arery BC(1O)-21 are a or o°aaor..a a.e Z J X TRAFFIC CONTROL FOR MATERIAL STOCKPILES enn aroce U '------ ma=_ SHEET 24 of 42 _7I Rrcavo avnxxx,'�. ISSUED FOR CONSTRUCTION "�' I WTR-495 ON 6/21/2023 1 Yo OTr PROECT/231DJ N PRnEn:ca6x333x e T@ngprOry F1@xibl!-R@f i@Ct iv! GO WORT(ZONE PAVEMENT MARKINGS DEPARTMENTAL MATERIAL SPECIE IC1ilONS - RbbaWOy Marker TaD! c"fr GENERAL REMOVAL OF PAVEMENT MARKINGS As `F d r,err�c m0 ce,senores w mi�re,°ee0 ce+we a ,Oe s°°es,°„s.<�u __z v[w r xr v sio[ .i .n me csc i mi s w ess Orrenise s a< n ans. F- ce.�ces ore°sea Pv[reRRi[er[o fr$o N O € srai iPa n oenwamse.,m+re rwrco ve.emm wx�"s Oren uO,xere. +`"'cn r0,1i�m���o a[�s a nanes�.e Oa Mu_ o°a ss m°..�o".n<a�we. SPOT ir,«.e less,��i. er lne uorer�si v�000ce.res �i n_ wF�@@ amen m,re.+wawa vis"nee,xzi.rvw, ions ma m+aUs as CO°" rims Or me.Ow.a Os ex,�ws�°rem n.wo.es re ee _____ n aaa.ess srvre<"On eclii. 11611 <-O STAPLES OR NAILS SNALL NOT BE USED TO SECURE _ .„� essr°Icemooa„°oo°e.i ro ce,ew�,es ceiess sPec�r�cs r TEMPaiARY FLE%IBLE-REFLECi1VE ROADWAY MARKER q s a+me oeq q°secr�ws mv,e ease q "" °ns. TABS i0 THE PAVEMENT SURFACE RAISED PAVEMENT MARKERS M0 res =."g x ee e —Ell. ,mess mner.�se scares�°,11 io"s ["s" mai we+rre,e „sensors er cus azaz. `+0°s Oses ss q0 cem,xe ~ �» �,ma,xe,e o,e,a en P�mea oaawo q a,ne en,.er°< x as°,en,�aas�e.e+rvm,.o.eexs tee"eno,a.ea ar a 1a nee,. 000.0 <mer°<�.weee°+o a«w<we r e<.a,e e�acemmr°°rre = .gbg 1w.w�o�soe°�r�,o,�m,can<zoo ar ows,T°a. w"wKcws me oeoa,reen,e� „°n,o re��"<<<�r�<°r,w< �,ow<. `�"°'°•`"`", III+ � 5 PREFABRICATED PAVEMENT MARKINGS G_ «gip ,�c0+ea wvwem wr,x�ngs mai i neo+me resO��wnrsIlli p W trF�S W[NNTA1N1INNGsWORKO ZONE PAVEMENT MARKINGS sll meer s.moil aes�06'.w�ances mo°mm+ea eer.een+ae emom,+enr�,erses snnii _ -F' ae.�re.ns cams Os re area a mm _ x zme r,orr�c cm+.oi RAISED PAVEMENT MARKERS USED AS GUIDEMARKS GO z ass anen�.,Ps,,.P+ea nOf ren a we,yes. q.w�<es r m a«way oe o,<e Pone<an°ar°�e,` ,xw.wo.�aea weo°ea a are=�r,ea+�m�r<n ass. °°',ne<.ans<m rn<cw.roe,w os en, <wren<s, e°a m,a��a°,renes,w,nera�o,as+�e ro,<aen,ere Of o z z wxirz .mee,�re,,er�en,..e en.r«e am,n,.e oen,. ay �� SHEET 11 OF 12 tl O r ac zxpe or nanspon n" Z� O Z 6 G, Q w BARRICADE AND CONSTRUCTION w PAVEMENT MARKINGS — m m a 0 e=o ow Q BCcrl1-21 aou Y�ct� o y J X i -- IU— o. ma=_ SHEET 25 ar 42 _7I RECONI OKKING AD ISSUEDFOR C ONSTRUCTION "s' I WTR-495 ON 6/21/2023 1 YoI CITY PROJECT 123107 N PRn>En:ca6xa3ax e STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS GO PAVEMENT MARKING PATTERNS r p 5 DOuBLE lv rfroi,o�z a io.o iz.}. e i1-n-oh a NC-PASSING .roevo°,.oe,°° LINEvw.,„v, gTP xcrizcrmizio v.vzlcxr V.sxxlws vxrrlxx x xxlssu vxvsxFxr usxasxs wrrexx x SOLID EDGE LINE ypPv c o o xo v arPosw o v°o os III= °. /joro olO °O° a OR SINGLE LI ES No-PASSING LINE 6 NZ - wirLFerW IiEoeKrrcwl a ................................................f .. ...................................._ a >.vi�cx,M.RK1ws- .. x:xxwKLws��>:i�ERx x ' - as asLINE CENTER LINE&NO-PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS ofc _,. a °rNx -, _ ESh .................. ..............ff....... _..................... ....................... ....... o a'o'o'o o'a'a'a a o'o'o o.............................................o .o�� a...................................... ENTER v o v o o v p o v o v k re` Q r,o {obuJ. roe �� c v a CDO LINEOR '"a•x•• --io--l--la-- �Cvvo°noes �� 2 QANE - , :. /-I ZO /y°°°°°°°°°°°°° LINE o nre or III++a Q., :`so — wnpow — — zJ°*roe oe ° *roe °tea BROKEN .ee re° aIlli o x w LINES V w re REFLUTORMED— s" ` Yg vrermrc°,ea mcrxnos nnr°e sws,,,°.ea ror re Fiec,°rzea oa.emem marx nos. RA15[0 vxvFM:xrINGSKFRs *rve c AUXILIARY v trFv roe c or��c wy 0~o OR E Y« EDGE&LANE LINES FOR DIVIDED HIGHWAY }v o o ~ e r LANEDROP U LINE wn e� �` �� oFfacara°vo—l—,_ pru000°naaan000�o� REMOVABLE MARKINGS•V`ta s -s em m Z WI iH RAISED Lj p e oW PAVEMENT MARKERS —io--L—xo.—J g N n., oom° m °omn sw°iexnr xrvarnal nos, vseo va.eeee.x°.xe.s z CL< w e a rr KILECIOROGID P'LANE r&w xKlws CENTER LINES FOR IAULTILANExUNDIVIDED HIGHWAYS SHEET 12 OF 12 KCI d Z Y b Q ° _ vw w w� BARRICADE AND CONSTRUCTION w eevoo°°oe v°,ao°.ewe �re.e° oeav.onee PAVEMENT MARKING PATTERNS 0 m o °a.eaker marx ea.exa °e rroa. ao°ro�o w w v�v oroo„c.e e.oeo ,,ee reo°ree.e e o > +� —`awn„emsm *r°e w o,,,,oex� °°° .roe 1 c „em A,z. xx�sl.o P.r1.xEx,xxxxExs. BC(r 2) D p x.15Ao o.INAxr x xKExs LZ J x TWO-WAY LEFT TURN LANE '------” ma=_ SNEE126 ar 42 _7I Rrcavo avnxnvc�. ISSUEO FOR C ONSTRUCTION "s' I WTR-495 ON 6/21/2023 1 Yo OTr PR0.CCT/x31aJ N PRnEn:ca6x333x WATERO/STR/BOT/ON SYSTEM OENERAL NOTES SEPARAT/ON OF WATER AND WASTEWATER LIMES UNPAVEOAREAS PAVEV AREAS . F A A111—l— cn.ofs n — —IAI of •"' r nr,wr r. 11111AI A111111111 11E s Fxr rcc eF oEo cnm cE o nF-aF vanrrcrA.sans 1-1IF— E wnsrewnrIINFF mr aeaAlF—1 01 uacu s I ILAF 11 11n4 r :„Earl `°N w0 crc ace^^�IF J Fr i 00 n Fre°r,I Al s A FIE CoOSIFFASC�01 Y 11 11"1-11, 6 i IF ear . L_ u WWio 1 A „°h°°„E„ uarr� E_ N6z E ow .. wnrEwxe CC e NOM =ec era o. Gu PON ....... M!F 0 0 PRWEC 5 tl alEa L NES SrUu.BE ££ 0 EFO nGl CFS nrvJ SPI,FS ...____ ...___..._. .._._. IF WATERL/NEM/N/MUM COVER REQUIREMENTS - 0 con o o U o no ur a,w cooao n E w r - omnccnovs F Era„- - a2. 5 rn anorw1e nr comreu�rm�ro aH ! J z as ! J I IFE r J N III a Q m A 1111ss u sornrs . nu a rvrnruvu of All IIAI FF' IF OF cot ar a E. A—0'rENcnr”'1111,as A s nccc rocanon acaurrunc nrE usE aF I”"IF ow IFAF _ TYP.PIPE TRENCN/NO,BEDO/NO AND .- egmn�oaa�re BACKF/LL FOR WATERL/NE a oa ar rm lOAAASF of comrancr _s waren ommom wrr.r.BE IIALrEe roma ro n a N .o I'll, F.(coucarry aA rvFrl ~ 11 au IFF-LIF 11—All ILAs aconc rvarns srwa FA oucoF r ov. GENERAL NOTES FOR BACKFILL11 All 11CIIIE 11 11—OF I Al III III U BEOatNG AND�N N.BACKF LL FNA ,ar sfr.f cr (BELOW PPE Ta Ix PEI (GREATER TRAN Ix iPE) Orf. _ r.r x WIIIAI'I rn..a. a swr« rs"I f to r.tss o e sr tr, nn n n waren UNPAVED PA P A m ILA—1 IFA�F F111 ,„F AFF°wr°°„ 3 11 All e�E aAA_ LlAFA of ea II�rvA .mrvo�mrvw o,`°a „ «, a r,T„uswao oF.�,�,,oa.norvF o„ ° of r oa a r MEr.,t ,a rvarauFo c AGF°rFr,r°w. n ra.�,N IAA—01--IFFIOAF0 CALLI1,1-1 AAF IF 11 IIIFO AF 5E IF 0 ,oil rar_ o na , IF I 1,00 1111711 IN11 1111Y All AIII ANO °°s£�uFF..°r.:xc,„ o qa ' sm Pho°eF,oAIUI S-1 11 A pr c ry a s rsroX I .° , w aw O 11 —101 "sree aa uoox ercuaervs usccexcni wwN zo , wcmA vNOn ass cry c`......i a ( rv�JSn+F ALL sane e r_Eo so—1 v 1E mEnrrican Kmcs All rO.—oN roE Ew wn ori° r 11 On 11 rov of rrrE azsna yq nFvc ens mw wu acuunMwrs - l”, sscww ow"Us nr<TM M°ea rJ .vv ro ro uac , l ' ,yc jvovFrEm aaMr 11 'IF III— re ee o . '21,11 A1 zr. 6 ()Law11 ro11 , rewsA-1.11 Gz t t rxntcasn rm W � r I c c F c n°F 2re orzum er mI F< FQ a- FILOA, AIP o UY III IIAOIo,°ac vucr SPEC/AL NOTE.• FNGL rf seal..r.CONLACI III mn nEvaartirEm A, 00 10 20 r E u r.r nfsc coo niru r NP — r s eew nese+ewerwaew - AIMPAII °FI °F oFAn.M - sx¢r 27 ar 42 aE A__ !.i-�J IF"IFF.,FI. a Rrcav6 avnlxx6�. ISSUED FOR C ONSTRUCTON "F' I WTR-495 ON 6/21/2023 1 Yo OTr Pfi6.CCT/x31aJ A.,.-7 All, 17 11177A 71117-11111111E L1.11— tc CAS/NGSPACERSAl.—IIESSIES 11 yr �.�P�,rREA=, PF �, , vaso°""a �a =fE r E, PIPE/NSULAT/ONDETA/L ,ate r ° „o„r stirs :":n a Hrw s s , Wy WATERL/NEAD✓USTMENTDETA/L-F/TT/NGS WO CA uscn M�,E s rn o s18 "s s,2.rr,.GES,rE -. s�L Z ______ .. a W n _...... —11 0 o"c oo,"o ,r ""o✓o" INSULATOR SPAC/NO DETA/L No„o scams ___ o w°�de a.r.r. —ems L sr^rr El FE-,,e s wp,Ev. .ceP v i„vi PSP.....rnRrRs RsraMMr"oea MSM. 2 s aEarmoH ar.ro G"'El rte",,.or ar,ss'� „�rPow N,+PE”� err WATERL/NEAOJUSTMENTDETA/L-DEFLECT/ONS ti v covvry P.c ,o scan � °' v�rvsa�pppp,or NOS E ars rP.�r��r��,�„�,r P r Pa,�ar nnzc rPa� r(Pu of Me r�w"ter w�raP err M." a"rer mrr rra�rrgPPRop a re rmPA r"&,tip ho�� Ha,��orPOM,E Parr-�os � TYPICAL VALVE/NSTALLAT/ON TNREE TO SIX WATER CONNECT/ONS AT INTERSECT/ONS TYP/CAL CAS/NO DETAIL m IINTEA""a sra,maw r s�su,asrr raw �� � m (rN ¢NF z'eaus " a Fs aQ N � rr nev 0.rrk lsP Sou t J L "nntc moa sn s n vi P l}i w xrsrn a¢ruety i'2scrs a¢cua�r uc W J} w 0 cos W” w 0 o J sc r r r rR.PP �<rrP,Pr are« s o "I —.11 roar= a” 1, 1111 111 IE�Tll 11 IS III IF El',Ir ¢wPPE n N�Nz Z o g c__ �P,t c"", w omm U .,rre,"a P �;P��r .r r,,r, s%,r. , IIAIp �r rnAowrrr s= =—11 Pa-maw SHEET 29 ar 42 DETA/L A" "s.,a z e,,s;�P "0 r DETAIL B" a„vh svEll w�Pa�e� ”" DETA/L C^ TEST RISER ASSEMBL YCONNECT/ON p w TEST R/SER ASSEMBLY reR TEST RISER ASSEMBLYWT R—495 xo�ro se+i.e. ISSUE.FOR CON SMUCT ON IIII rr r u r u ON 6/21/2023 Yol Oar gP0.CG�/�3ia) �- . � rN n6n>En:ca6x333x orsw[D°°�k[ar o� _ _ m p x'z'®z oc 6'CURE NOTES � rnrn mu Du — rs r rr � aacxtn ao 1. W' x 1x-ui/ax uu c su[cD w orvr scninrvr. rvrtwL snw cur a a nAII corvraacr°x�o"rs /e':wD[Or/s' au BE cur n arr sDewuxs Al N MoN Z _ CY LONGITUDINAL OR TRANSVERSE TYPICAL 6"CURB DETAIL SAWED LONGITUDINAL JOINT CONSTRUCTION JOINT t N� .. v,a4vaur aaDr:M,:rvr r w 1D Irv°I-r,D.- N ,r o Daawi"cs `ry I ,�,[ra��.nss or[.�mrvc awaccrvr aarrrs�"� m w CONCRETE TO ASPHALT TRANSVERSE SAWED U ~ PAVEMENTSECTION TIE-INDETAIL CONTRACTION JOINT EXPANSION JOINT w a Z J U lw K N U JOINT SEALANT COMPOUND a� — rvor,o GENERAL NOTES: Z w 0 =O U Z � Q D rnnr¢v[xsc rswiss J K j Cll IN ANI ¢� DZ utmuuFuotn kau Nukrv,nrvD wsra[,a,i0ry vaou.DuutS ro _ QIII III L.N11-1— U O —1 111L II Nl III "1r...[ss w"[ry cs°sx[n[�DrnOrv[�D 1D as r"r 1-11 rr -- U SKEIo 31 ar 42 _7I xrcavavnxwc�. ISSUEOFOR CON STRUCTON WTR-495 ON 6/21/2023 1 Yo OTt I—T/x3,aJ na r I Fri — � _a T• { n UL s r m o srve y- TYPICAL 6"CURB&GUTTER DETAIL 4"CURB&GUTTER DETAIL 6"REVERSE CURB&GUTTER DETAIL TYPE'A HEADER CURB DETAIL W= . a e he v, .oa< - o<<aaolr r� , �l T1111 11I IF y, -A L § �m E eEa CAP SEAL DETAIL CAP SEAL DETAIL ., _ l AN _ E ISN �- v a NEW CONC TO NEW CONC. NEW CONC TO EXIST.CONC. S'VALLEY GUTTER DETAIL "o os"� "m m.�� III aQm ® z Ili oww a svaa"c U�a TYPE B HEADER CURB DETAIL .- III.o // INI o c �a Aw r. e e q s 1—Dr "os.,1111-111K ILI-- %/I TC11111K .11-101T %I TC111K %I TC111K %I TCIII� mom wa ,aAa6� s a a 9 .: .. _ C'U o , 511 1 a spa Ill"ore PLAN CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAIL PLAN FOR SIDEWALK SIDEWALK DRAIN1,111 < p ... "� ,a,�A r ....... ......... ......... "a.<-a ........ ......... "� o,� ......... ........ aa,,� a.� ........ IIID.. . o:. w w m °< c i r �. w ans ��,.rte - "<I°`x� U" o<. ao 0 l�T ado _ SII11 cbrT'`Sim m ... a �I� 'n -� oc.�.x. sx¢r 32 ar 42 NEE11 AUT III,2E LEll L LOCA A.r NEW TO EXISTING -1 NCGGN°q°"MING"n SURFACE&SIDEWALK SLOPE BEHIND CURB SIDEWALK TIE-IN DETAIL D SECTION B-B.. i r a I WTR—49 5 — -- -- -- - -- ISSUED FOR CONSTRUCTION 1 .... "oi m u� u o uE ON 6/21/2023 SECTION Yo Oar PN0.CR/x3iaJ N P6nLn:ca6x333x SUMMARY OF CONCRETE DRIVEWAYS e CONCRETEPAYEMENT ASPNALTPAYEMENT - - -- e W/TNB"CURB W/TNB"C6GDRE DR VEwnY ¢ STAT ON WDTN W DIMENSION'C' DIMENSION 5 DIMENSION 6 DMENS ON A (CONC E E) (CONCRETE) `Ei) (FT.) (FT.) (FT.) (FT) (Sv) (PR VATE)(SY) � DO �Z 4`0 co s xucrory cc ory ucrory cu Ea�oEtn 1, o- - ................ r ,oru5 m TER(car as sm.cu To s^cum T11— x cuTrca urea r cv„ra `" v K PLAN 0R/I�EW.4YW/TH T/EO SIDEWALK �n III++a Q m NO,Ta�ca�T �loi o w w CONCRETEPAVEMENT ASPNAL TPAVEMENT WITH B"CURB W/TNB"CBG _ 0 a w+.moTx.rwl cEa _...... oruv -TIIs�zs - c �rrvxExE ...sxoory oww rvcn p VT w M� EncEexre ° U r -, - --- ix lr n E y o a¢ w M _ i. TA N mFNI ror,car7c E oEwwti„ No of z. a y m" �EE�90 aoo' am } TTI S owcow�a M sP>c >E c,owN w Tr ,' s.A4 or,�o r,TE Erl<LL RE of Tie RmwooR Ems.„s oN 3o.RR w _ o RAE`TIILL RE c�D. E"'D LON o — R,oP�,T T�� z o Nd�, �VRR, - — R of SRR o s,aL RE RED E T,E DRw IAH �o o wF ao -. - - rr ¢� �¢ sEE�o E a m oN n s RRE aN,aR ER RE c�T�R ��$ ERs a s ¢ o oss_c rnv cuTTrn + T crow sEE rnvr e�Ex oEreE r > < wm w rr"o ' z.,uAsrc 4lc s,a,1,es. ,R R ^s: Fti:RE +,.RE R.or,`E3STI- «�R`�E"°_WA,.T°o�a+oa"�_LL,LL AND s cRm na vEwa n E +.T,R c,R N cR,ER> o w�k n„+R EPOT.X<.,�P-as®2 To 1-11T RR�11AT To ----. ----. - coNcaETE Ro.ow... v PLANm sx¢r 33 ar 42 OR/I�EWAYWH/TOETACHED SIDEWALK SPECIAL NOTE 7I ATO�3 A� NOT To sr.,�z ON TRE ExnCT Tn+E OF URivEwnr TO DE DETERMINED Hr ISSUED FOR C ON STR3 UCTION �I —T�� THE ENGINEER,8[SED ON EXI.SI,CONOITIONS. [ 61211202 Yo Oir Pfi6.CCi/x3iaJ N n6nEn:ca6x333x e � oa ors scao ,ea ro as7rvo v+oa< 6> rv. m 11E 11 111 ory rorvT or qea a x a.,`r u c r Boa, a.r, -mo rcrv� asrvo� -- Tory _ o 0 pax. oC �rrry nR ar< Np �arvTorvrl�rw W soca>oe —— W� a SECTION /VeWArMrR T/EO SIP.-MALK TO-11— `"°"s,o°r_ TYP,OR1VEWAYNEAOER MRSOETA/L RZ z„ rvor To sc.,i.r. rvaT,o scai.a �N_�d� c rvTTrx r ns w o "UTI H acre o^rascal g � _ m LL � - w. 1%.— rx wa - r.1 T11 + r� a roes o 0 ora rT o.o ara rT sr R ;--w Ti.s.aarvs ory ro,T 2 osT.rK slogs o.o aea ro a U rva. w. o, o` x"" �To"adw� agog. r oaosw>r - � ': osaT arr e iz ,s i so« oayss � rres oaT c—ory owr a> n a. o.�saorvT e< n roirera.rvsory,a rvT ®�z oo mai — , rv,o t,s,.cotici rv. -- --- _ o oowe r: 'a 1° r.mrvs Ta' � a a�r< �La.Taaoosaom> _r.srrvc asaaau aauEasrvT ssaory ti U SECTION CORC.PRIVEAWAY TO OR/VEIYAYfY/TiVOETACREO SIAMWALAf ASPRALTPA VEAf—&VTT/E-/�VOETA/L rvor ro scan rvor,o sc«s w m ) U W n � &w �N —N ay — w wm1 / osiic -9N6 ➢F LWPv riJy T5959€N9645 — � eo rou _' --' e caxs�uoc�ory orvr w/ � J K w� ramr e M cowers m a o.o mai y < o� a W <¢ Uo l —,m a w�m w �arvT PLAN SECTION oa�riTs crv�k oaT, OR/VE{YAYOUTTER OR/V--WAYOOTTER - xm ro scus rvor,o scars a- SHEET 34 ar 42 _7I xrcavo avnxwc�. SSUEO FOR CONSTRUCTION "�' I WTR-495 ON 6/21/2023 1 Yo OTt Pfi0.Cn/x3iaJ STANDARD DRIVEWAY DIMENSION 6nEn Ca62333] _ `4 'S uwr.r (..r.) (.w) (n) s Gpu�v:an i,irye �m o u a io �� 6= ory, o ��� o.�ryrya �ryRa�aory�oryr r�F y I(TIE W a .L_o�_ T�n� �., �a/�r Np E,v s oEP� .,/m wFa�ory,a ryr�rwl ....� o e a Try,vry� �e rvo MnEE c n6a Wo `�' LEGEND(DRIVE TYPE) �T. - NI I-T TYPE/C/OR/YE{Y.4Y T. �ryrya.� — aw.x rya gra o<aryrya �� TM,x� o TYPES/TMR/B 1r,vs/PRI YE{Y. r ° rya.ra—E U twig 1wz) ( ) m vaun 1—))� n z e 11aryER11 EryE w o:------ -- -- --- -- as >"� ryr�„oao ryw �n o C �N Z < O � oory.�ryry oo ry�x Ewa. i —�.� eaEry or a�ao <w Jo rv.111A�vsiory wr �� TYPES/dfR4/B/MCA/'amm-s wy TYPES"mRB/.0/MCB/OR/YEW.9Yp ¢< �¢ o z wO< -- U SHEET 35 ar 42 _7I xrcavo avnxwc�. ISSUEOFOR C ONSTRUCTION "�' I WTR-495 ON 6/21/2023 1 Yo OTt PR0..CT/23i✓JJ SUBGRADE PREPARATION: CURB RAMP NOTES(CONTINUED): I. SUBGRADC UNDER LONGRETC SCLWALKS AND tLWB 6. GURB RAMP$FLARES ANO UNDINES SHALL BC AT N P�ECI:COR]}3}2 A. DAMPS SHALL BC COMPACTED i0 95%STANDARD LEAST 5'THICK CONCRETE AND EXPANSION JOINTS L11,11_1 A [ PROCTOR DCNNIT[. SHALL—III B(USCG AT AMTCHLIM WITH A—IY m[ A—AREAS - rs'M1MV SIDEWALK NOTES ). NAN(fMRINC SPACE AT THE BOTTOM 0(CURB RnMPS Nn SHALL B(A AHNBIULI Of 4X4'WHOLLY CON)AMI(D D _ I. THE MWWW WEEN K WITH FOR ALL ARTERML AND WITHIN THE CROSSWALK ANO WHOLLY OUTSIDE THE D) ro tOxSIMHMx COLLECTOR STREETS IS 5'.WHORE A 5'SIDEWALK CAN PARALLEL—ARTRAVEL PATH. NIT B(PROVID(D DUC i0 SITE CONSTRAIRS.A _ 4 SIDEWALK MAY BE PROVIDED.5'X5'PASSING 8. LAYN t AND GUTTER AMY BE CONSTRUCTED s f uL AREAS SHALL B(PROVIDED AT INTERVALS Ndi]d NONOLITHILALLY WITH CURB DAMPS.PRdVIDE N0.4 / CXCCMCD2C0'FOR ALL SID(WAL KS LESS THAN 5'IN 12'LONG SMOOTH ODW(LS O 11'ON CENTERS IF NOi 48 WIDTH. PLACED MOM1GLITHKALLY /p T. NAX ALLOWABLE CROSS SLOPE ON SCLWALK 9. PROM A SMOOTH TRANSITCN WHERE THE CURB SUR(AC(K 2% RANDiTEONNECT TO THE STREET.5%.—SLOPE r ]. 09 ALL EXPANSION JDIRN TO W 3/4'THICK WOO IIBCR IN 'A tl N SPINLT-IMPR(GNATCD CXPANSpN BOARD,—ESS 10.ACgTCNAG INFORMATION ON CURB RAMP LIGATION nn OTHE—NO— DESIGN.LIGHT REILECTM VALUE AND TEXTURE MAY BC MID N" FOUND IN THE CURRENT IN M THE TEXAS x s't crows 4. ALL CONCRETE i0 BC CLASS'AF[=JDW PSL ALL ACCESSARLITY STANDARDS(TAS)ANO I6 TAC/6M.Id2. xo RCIN(ORCIIJG STEEL]D RE GRADE 60,rX-60,D00 PSL NZ"} o 1 RA 1.DMCLWB RAMPS DMGONAL N _ 5. WNS SHALL BEAT LEST 4'TREK CONCRETE GONRAARE DISCOII—..I—..MPS AMY B(AARE I IN A CSC-BY-tASC BA55 ONLY I!OTHER CONFIGURATrONS ARE ACT _ ,AM ^ ^ 6 CONCRETE SUR 1 iD REC(M BROOM FINIS, FUSIBLE,AND ACST BE APPROLED BY THE CITY PRIOR r d ]O CONSTRNMTION. ). TRANSVERSE CONTRACi1dN JOINTS I/8"WIDE BY 1/2" 6Mii ax DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5'-0' 12.FMNL ACCEPTANCE DF THE PROD(t]SHALL BC ` INTERVALS(MAXBIULI). CONTINGENT UPON THE CONTRACTOR PROVIDING THE CITY WITHA!ANAL INSPECTION REPORT FROM A 8. PROVIDE PEOESTRMN ACCESSIBLE ROUTE WITH CERTIFIED RCGSTCRCD ACCCSSIBIL IT' —LIST(RAS) DCTCCTABLC WARNING1(OR SIDEWALKS THAT PER 16 TAC§68.5?STATING THAT ALL AOA(ALIERKANS INTERSECT CONTROLLED I--DETECTABLE WITHACT)HANDKAP IMPROKMENTS,AS � TMC IJ WARNIAGE SHALL BC A AKNxIUM O!24'W CONSTRUCTED,COMPLY WITH THE TEXAS ACCCSSIBILIT[ DEPTH IN THE DIRECTION OF PEDESTRMN TRAVEL,AND STANDARDS(TAS)FORN OF ARCHITC-RAI C, AT INTERSECTION W/FREE RIGHT TURN & ISLAND w"eAc°lT INTERSLECTS THE IF THE oRIE Raurc BARRIERS PER TEXAS COVERNMCNi CODE CHAPTER 469. U COMBINATION ISLAND RAMPS DETECTABLE WARNING SURFACE NOTES: ti CURB RAMP NOTES[ 1. tIIRB RAMPS NUSi—14.A DETFCTA&F WARNIC III Q m I. PROVIDE CL#WNIFNiRA RAMPS WH(R(V(R AN ACC(SNIBL(ROUT( ClSURUTHAT tONOr RAb(D TRUNCATED DOMES k CROSSES(PCN( TCS)A CURB. SRIALI NUSSECTION TO T—TPAST—IIOF IN A— III U W 1. SHOP[LM —C.ICL UDI/M SIDE FLARES _ .. i a RALMNTANO uNDINL ARCS RE NH.%IN PER!i) 2.O(T(t]ABL(WARNING SURFACE FOR RAMPS SHALL BC - O AN SOLU/CNS.INC PART I NWRCP - E 14! _ RAMP IN DIR(L—dF TRAVEL 1:12 ;1"PER FT GST-IN-PLACE REPLACEABLE TACTILE WARNING I, - - SIDE SLOPE OF RAMP((URE) 1:10/NOR/ .2'PER FT SURULC TICS-111 DOME.OR APPROVED (All _ Rn IRONS SLOP( R 1:50 6N'PER!i (OfINAL(Ni,IN"BRKK R(0'COLOR uREA . U 4 X'A YEA " APjµW NMNG ALL OMCCTION51 1:50/2A/0.24'PER R } T'" "t- ArLOINxuG RFS S ALIGN TRUNCATED COMES IN THE THE Dlfl( OF NCE WHEN P(DCSTRMN TRAIN—iH(STREET. I SIDEWALKIN DIRECTION 0!TRAKL 1:20/5%/0.60 PER!T 4.DETECTABLE WARNING NUREAGCS SHALL RE A UINHIUM m (n SIDEWALK CRdSS SLOPE 1:50/2%/0.24 PER FT OF 24'IN DEPTH IN THE DIRECTION OF PEDESTRMN O GUTTER IN DIRECTION OF TRALEL 1:T0/SA/0.60"PER FT TRA-AND EXTEND THE LULL WIDTH dF THE CURB Q RAMP OR I—WHCRC THERAN ACCESS A SMOOTH TRANSITION(SS1:50)MI DIREti10N 0(TRAVEL ROUTE.11.iH(S-1d Q O w0.xw Frn+l IS REOIHR(I WHERE RAMPS IN i0 THE STREET W d Z S DETECTABLE WARNMIC SLWlACFS SHALL RE LOCATED SO �N < J. PROVIDE FLARED SIDES WHERE THE PCOESTRMN THAT THE CODE NEAREST THE CUBE LINE IS A AHNHIUN TMC 14 CIRCIILAIN PATH CROSSES THE CLWB RAMP(GRED OF 6'ANO A MAXIMI 0(10'(ROM THE CxiE—i SIDES SHALL RE SLOPED AT NOR MAY—.MEASURED OF THE!ACE or LLWB DETECTABLE WARNING Q N d PERPENDICULAR CURB RAMPS (BI-DIRECTIONAL,) PARALLEL TO THE tLWB.RERAPN I CURBS MAY BE SURUCCS i0 BC CURVED ALONG THE CORNER RADIAN. W> (SIDEWALK SET BACK FROM CURB) USED ONLY WHORE REDCSTRMNS WOULD NOT NORMALLY W Q V K ACROSS THE RAMP,EITHER RECAUSC THE WALK SURFACE K FLAMED.SUBSTAMMLLY O W ORSTRUCTCO.OR OTHE—PROTECTED. Z m O ANDINCS SHALL RE 3'X5'UNIMIIM WITH A AMX/NLN/ J C, W v T%SLOPE IN ANY MICTION _ W F U 5. CURB RAMP MUST RE WHOLLY CONTAIMO WITHIN Q Z rpNr[Pw)wF CROSSWALK MARKING$EXGLUOING SIDE!CARES _ Q Q awl _ O Ce �U D es rl run a rx ttwM Rnlxrt -� U sx¢r 37 ar 42 _l Rrcavo avAxwG�. HEADER CURBS AT CURB RAMP I WTR-495 ISSUED FORCONSTRUCTION 11 ON 6/21/2023 Yo OTY RIDER/23)DJ SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS Nn6n n:ca623332 *LIMITS ALIA,LIAEALIA SOIL STABILIZATION PRACTICES: OTHER EROSION AND SEDIMENT CONTROLS SM F . PMILDIUMA REPAIR IS NECESSARI 11 WILL BE DONE AT TIE EARLIEST DOLE POSSIBLE BUT NO LATER"AN P n MAIL RETENTIONLANnETNG.ODO of EEEDwGALL EROSION AND 5EDIMENI C o A m _ A I—El—El LESS EE �a LI IF I'MPreESErevnnoN of Nn.uFnL FEsoureces WATEIFNEI.FILE MITALL—IN OF NEW I-Ll 24 L'ED- TIE MILE IS ININATEI EE OVAERLI—BI OPEN IRENCUNG GR IORIZONIAL FIREC11ONAL DRILLING.CASING.NEW —El LA RINIELLAN-1 oLEGIo TI EN(1A(oAVS AND wuMIN CA MODFS 11 01 RARE RAN EVENT.WIFE INSIEATINN lElllLA WILL RE I—LEIED UP TIE CROP TOP TIE UNSTRUCTURAL PRACTICES: OF A IE WOMPPEWUPEMEC"M REPORTS AGE AFTER Wy c°si PP°re.ENA�cEsI�EA x s �O ��%LEIMN'IRL Al 11OWN IN °E"APP oPEp(�ER000R7E�s� "�oN,reA To AM �Ro IS AS P�l LEI WASTE �Zm RE 5 NSTFuo.N E IIIANNEL LINERS ONS A STORM INLET SEDMENI 11AP SLOPE OULLET FES TE(INCwowG SPILL FEPOFTING ti ENiSB�l I A,IIINNERS ACIDS AND SOLVENTS A EFOSIOM G)NTFOL LOGS i U N III++a Qm WASTESANUARI . �loi o w w N - N ATO NT/A - CENSEDSANPAPIWEENIE U a 0 DR DEESTE MEwGLE TFANIN. ti TOTAL PROJECT AREn. "FIRED SlEAP 10 _ U TOTAL AREA To BE olsTureFEo. AND E o AL AREA o RE x Tn TARPAULIN E� T IS eT(nETEe coNsrreucTloM: s n6wzeo CONSTRUCTION EN RnNce m Z U O TE1, o RE DETERMINED PAPER oN Enc oEL VEF oreoEF El ITNI CINDIPIN OF SOL I OF IF TAT OF m g� z COVER AND OF E,SING VEGEFATVE CGOA I SSIIEI Al RELIlEll—El SITE a a > �M O �o a aE,, zl L AND 11 1 ow CONTRA I I "ALL ED COMPLETED IN A MANNER FIA WILL MININBIRE 11—F OF POLLUTANTS, ,JO NAME OF RECEIVING WATERSZ W.o AS.CPEEU. U z ag w ON 11 11 oaunoN Co w w w a 00 R'TEMPOFPRv Co Q 2 Q ITT ARE >i¢ a TV VDNOTI NT(NO.PE OFFER SITE T E PO 'T00CD S ALL ES WILL G5ANDE NOTICEOF TERMNAnoN _ }N Q .CEO.No SEPARATE RAIMENT WILL RE MADE EOR SUCH PERMITS.RE 1EP—MED AT TIE MILESTONES IISTIEo Fv THE _ F -- U SHEET 40 of 42 _7I xrcavo avnxwc�. ISSUEOFOR C ONSTRUCTION "�' I WTR-496 ON 6/21/2023 1 YoI OTrT/23ia6 H nanEn:caRx333x ep � s TEMPORARY FILTER FABRIC W NZ CURB INLET-PLAN MANHOLE-PLAN INLET PROTECT/ON DETAIL TEMPORARY SEDIMENT CONTROL FENCE DETAIL a -A i 01 H v - o v1 m . r 1 + U o h -ca�au- Ew.i vE Mss a. r Nrwr In m III a¢m w w L—A o 0 OF oovn ..n aINOT ROCK FILTER DAM AT \� EARTHEN BOTTOM CHANNEL / 5 No.,o�� _ ll z 1 50 MN k ren in< uo enw oI21 noxurv� N J N loko �" ao _...._. PIAN w z CURB INLET PROTECT/ON DETAIL SECT/ON A-A STABILIZED CONSTRUCT/ON ENTRANCE J 0 wF �Z oo„ STRUC7 DN ENTRAICE NOTES -- w /. / rvui ss,nry.,o. O w `5 T11 I s( - erne w Es a w.:o N s 0, sv Me:v1 nro i w5 m L11V ` w vU� ry nac, Wp` M. o„ H,eav„A ate,oaA„.o a - LII IF SNO = I Ae"I”I I 11-r „.� o„ ,,�M A>�H o�� ,w.o_o o,�„so„� - u 1i 1 —1„ .. -. SHEET a2 ar 42 ,AvAa X11 I E11—.1 ST11EII T111 oxrcaTvo m�xwcAAiva o..cuu cvry 1a1o„ c�slorv,loN rAr a�no�s� <<„r,n1u,. �ISSUEO FOR CON STRUCTION WTR-495 ry yr ov,sw o_r o a ,00x w, ON 6/21/2023 Yo� OTt I—T 123107 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 DATE(MM/DD/YYYY) A�" CERTIFICATE OF LIABILITY INSURANCE 7,27,2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Brady, Chapman, Holland &Associates PHONEFAx 10055 West Gulf Bank A/c No Ext): 713-688-1500 A/c,Noy 713-688-7967 Houston TX 77040 ADMDRESS: eCSR24@bch-insurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Travelers Indemnity Company of CT 25682 INSURED CLARKPIPELINE INSURER B: Travelers Casualty and Surety Company 19038 CPC Interests, LLC dba Clark Pipeline INSURERC: TravelersPropertyCasualtyof America-TRV 25674 Services 6229 Leopard Street INSURER D: Travelers Lloyds Insurance Company 41262 Corpus Christi TX 78409 INSURER E: Charter Oaks Fire Ins.Co.(Travelers) 25615 INSURER F: St. Paul Surplus AmWINS Brk 30481 COVERAGES CERTIFICATE NUMBER:962604781 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 E X COMMERCIAL GENERAL LIABILITY DTC01J092295COF23 2/1/2023 2/1/2024 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR PREMISES DAMAGE TO PREMISES Ea occurrence) ccurrence $300,000 X $2,500 Ded MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY jECT RO- LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BA3L3493922326G 2/1/2023 2/1/2024 COMBINED SINGLE LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C X UMBRELLA LAB X OCCUR CUP1J3612782326 2/1/2023 2/1/2024 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$1 n nnn $ B WORKERS COMPENSATION UBlJ0939132326G 2/1/2023 2/1/2024 X PEROTH- AND EMPLOYERS'LIABILITY Y/N STATUTEI ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Contractors Equipment QT6608075X250TLC23 2/1/2023 2/1/2024 Leased/Rented Equip. $400,000 F Pollution Liability ZCC21P69658 2/1/2023 2/1/2024 Each Claim/Aggregate $1000000/$1000000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The policy includes Blanket additional insured on the general liability per form CGD6040219,and automobile per form CAT3530215,with a waiver of subrogation on the general liability per form CGD3160219,automobile per form CAT3530215,and workers compensation per form WC420304 when required by written contract. This insurance is primary and non-contributory as respects general liability per form CGD6040219 and automobile per form CAT4990216. Contractors Equipment policy includes Blanket Loss Payees per form CMU618. Leased/Rented Contractors Equipment Deductible$2,500. RE: Project#23107, Project Name: Citywide Waterline Repair/Replace Large Diameter IDIQ FY2023 Part B CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi, Texas ACCORDANCE WITH THE POLICY PROVISIONS. Contracts and Procurement 1201 Leopard Street AUTHORIZED REPRESENTATIVE Corpus Christi TX 78401 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION II — WHO IS AN (a) The Additional Insured — Owners, Les- INSURED: sees or Contractors — Scheduled Person Any person or organization that: or Organization endorsement CG 20 10 a. You agree in a written contract or agreement to 07 04 or CG 20 10 04 13, the Additional include as an additional insured on this Coverage Insured — Owners, Lessees or Contrac- Part; and tors — Completed Operations endorse- ment CG 20 37 07 04 or CG 20 3 7 04 13, b. Has not been added as an additional insured for or both of such endorsements with either the same project by attachment of an endorse- of those edition dates; or ment under this Coverage Part which includes (b) Either or both of the following: the Addi- such person or organization in the endorsement's tional Insured—Owners, Lessees or Con- schedule; tractors — Scheduled Person Or Organi- is an insured, but: zation endorsement CG 20 10, or the Ad- a. Only with respect to liability for "bodily injury" or ditional Insured — Owners, Lessees or "property damage" that occurs, or for "personal Contractors — Completed Operations en- injury" caused by an offense that is committed, dorsement CG 20 37, without an edition subsequent to the signing of that contract or date of such endorsement specified; agreement and while that part of the contract or the person or organization is an additional in- agreement is in effect; and sured only if the injury or damage is caused, b. Only as described in Paragraph (1), (2) or(3) be- in whole or in part, by acts or omissions of low, whichever applies: you or your subcontractor in the performance (1) If the written contract or agreement specifical- of"your work" to which the written contract or ly requires you to provide additional insured agreement applies; or coverage to that person or organization by (3) If neither Paragraph(1) nor(2) above applies: the use of: (a) The person or organization is an addi- (a) The Additional Insured — Owners, Les- tional insured only if, and to the extent sees or Contractors — (Form B) endorse- that, the injury or damage is caused by ment CG 20 10 11 85; or acts or omissions of you or your subcon- (b) Either or both of the following: the Addi- tractor in the performance of "your work" tional Insured—Owners, Lessees or Con- to which the written contract or agree- tractors — Scheduled Person Or Organi- ment applies; and zation endorsement CG 20 10 10 01, or (b) Such person or organization does not the Additional Insured —Owners, Lessees qualify as an additional insured with re- or Contractors — Completed Operations spect to the independent acts or omis- endorsement CG 20 37 10 01; sions of such person or organization. the person or organization is an additional in- The insurance provided to such additional insured is sured only if the injury or damage arises out subject to the following provisions: of"your work" to which the written contract or a. If the Limits of Insurance of this Coverage Part agreement applies; shown in the Declarations exceed the minimum (2) If the written contract or agreement specifical- limits required by the written contract or agree- ly requires you to provide additional insured ment, the insurance provided to the additional in- coverage to that person or organization by sured will be limited to such minimum required the use of: limits. For the purposes of determining whether CG D6 04 02 19 0 2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL GENERAL LIABILITY this limitation applies, the minimum limits required result in a claim. To the extent possible, such by the written contract or agreement will be con- notice should include: sidered to include the minimum limits of any Um- (a) How, when and where the "occurrence" brella or Excess liability coverage required for the or offense took place; additional insured by that written contract or (b) The names and addresses of any injured agreement. This provision will not increase the persons and witnesses; and limits of insurance described in Section III— Limits Of Insurance. (c) The nature and location of any injury or b. The insurance provided to such additional insured damage arising out of the "occurrence" or does not apply to: offense. (1) Any "bodily injury", "property damage" or (2) If a claim is made or "suit" is brought against "personal injury" arising out of the providing, the additional insured: or failure to provide, any professional archi- (a) Immediately record the specifics of the tectural, engineering or surveying services, claim or"suit"and the date received; and including: (b) Notify us as soon as practicable and see (a) The preparing, approving, or failing to to it that we receive written notice of the prepare or approve, maps, shop draw- claim or"suit"as soon as practicable. ings, opinions, reports, surveys, field or- (3) Immediately send us copies of all legal pa- ders or change orders, or the preparing, pers received in connection with the claim or approving, or failing to prepare or ap- "suit', cooperate with us in the investigation prove, drawings and specifications; and or settlement of the claim or defense against (b) Supervisory, inspection, architectural or the "suit', and otherwise comply with all policy engineering activities. conditions. (2) Any "bodily injury" or "property damage" (4) Tender the defense and indemnity of any caused by "your work" and included in the claim or "suit' to any provider of other insur- "products-completed operations hazard" un- ance which would cover such additional fin- less the written contract or agreement specifi- sured for a loss we cover. However, this con- cally requires you to provide such coverage dition does not affect whether the insurance for that additional insured during the policy provided to such additional insured is primary period. to other insurance available to such additional c. The additional insured must comply with the fol- insured which covers that person or organiza- lowing duties: tion as a named insured as described in Par- (1) Give us written notice as soon as practicable agraph 4., Other Insurance, of Section IV — of an "occurrence" or an offense which may Commercial General Liability Conditions. Page 2 of 2 0 2017 The Travelers Indemnity Company.All rights reserved. CG D6 04 02 19 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Who Is An Insured—Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To E. Contractual Liability—Railroads Operations F. Damage To Premises Rented To You PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or SUBSIDIARIES b. A trust; The following is added to SECTION II —WHO IS as indicated in its name or the documents that AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS Declarations is a Named Insured if: a. You are the sole owner of, or maintain an The following is added to SECTION II — WHO IS ownership interest of more than 50% in, such AN INSURED: subsidiary on the first day of the policy period; Any governmental entity that has issued a permit and or authorization with respect to operations b. Such subsidiary is not an insured under performed by you or on your behalf and that you similar other insurance. are required by any ordinance, law, building code or written contract or agreement to include as an No such subsidiary is an insured for"bodily injury" additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liabi lity for "bodily and advertising injury" caused by an offense injury", "property damage" or "personal and committed: advertising injury"arising out of such operations. a. Before you maintained an ownership interest The insurance provided to such governmental of more than 50% in such subsidiary; or entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental For purposes of Paragraph 1. of Section II —Who entity; or Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the 11 deemed operations hazard". CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following replaces Paragraph b. of the knowledge or consent of,the insured. definition of "occurrence" in the S. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services" means: or failing to provide "incidental medical services", first aid or "Good Samaritan a. Medical, surgical, dental, laboratory, x-ray services" to a person, unless you are in or nursing service or treatment, advice or the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages; or 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. Unless you are in the business or occupation 6. The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide: This insurance is excess over any valid and (a) "Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for or paramedic; or "bodily injury" that arises out of providing or (b) First aid or "Good Samaritan services" by failing to provide "incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to workers", other than an employed or Paragraph 2.a.(1) of Section II — Who Is An volunteer doctor. Any such "employees" Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATION to provide first aid or "Good Samaritan services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph S. of SECTION III — LIMITS OF recovery against any person or organization, we INSURANCE: waive our right of recovery against such person or For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical occurs; or services", first aid or "Good Samaritan services" to any one person will be deemed to b. "Personal and advertising injury" caused by be one "occurrence". an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY—RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ©2017 The Travelers Indemnity Company.All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured a. Any premises while rented to you or contract' in the DEFINITIONS Section is temporarily occupied by you with permission deleted. of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b. The contents of any premises while such The following replaces the definition of "premises premises is rented to you, if you rent such damage" in the DEFINITIONS Section: premises for a period of seven or fewer "Premises damage" means "property damage"to: consecutive days. CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, IN "GENERAL AGGREGATE A WRITTEN CONTRACT WHICH IS IN EFFECT DURING LIMIT SHOWN ON THE THIS POLICY PERIOD, TO PROVIDE A SEPARATE DECLARATIONS" . GENERAL AGGREGATE LIMIT; PROVIDED THAT THE CONTRACT IS SIGNED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by 'occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project" shown in the Schedule abo ve: shown in the Declarations nor shall they re- n. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project" shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- nated "project" shown in the Schedule abo ve: c. Persons or organizations making claims or bringing "suits". CG D2 11 01 04 Copvriciht. The Travelers Indemnitv Companv. 2004 Paae 1 of 2 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 PERSON OR ORGANIZATION: FOR THE PERSON OR ORGANIZTION: (CONTINUED ON IL T8 03) ADDRESS: 6229 LEOPARD STREET CORPUS CHRISTI TX 78409 PROVISIONS If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 0 2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 TRAVELERS JW WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 42 03 04( B) — 001 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. 1• ❑ Specific Waiver ❑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: $SEE SCHEDULE This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured Premium Insurance Company Countersigned by ST ASSIGN: Page 1 of 1 ©Copyright 2014 National Council on Compensation Insurance, Inc.All Rights Reserved. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 TRAVELERS J� WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD CT 06183 ENDORSEMENT WC 42 06 01 (00) — 001 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE 1. NUMBER OF DAYS ADVANCE NOTICE: 30 (or**) 2. NOTICE WILL BE MAILED TO: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEE TO IT THAT WE RECEIVE A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION, NONRENEWAL OR MATERIAL REDUCTION IN COVERAGE OF THIS POLICY; AND 2 . WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. ** Number of days Notice specified in the Certificate of Insurance to all holders of such certificates. ST ASSIGN: Page 1 of 1 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE - CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.S., Other 1. The following is added to Paragraph c. in A.1., Insurance of SECTION IV — BUSINESS AUTO Who Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and This includes any person or organization who you paragraph d. of this part S. Other Insurance, this are required under a written contract or insurance is primary to and non-contributory with agreement, that is signed by you before the applicable other insurance under which an "bodily injury" or "property damage" occurs and additional insured person or organization is a that is in effect during the policy period, to name named insured when a written contract or as an additional insured for Covered Autos agreement with you, that is signed by you before Liability Coverage, but only for damages to which the "bodily injury" or "property damage" occurs this insurance applies and only to the extent of and that is in effect during the policy period, that person's or organization's liability for the requires this insurance to be primary and non- conduct of another"insured". contributory. CA T4 99 02 16 ©2016 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE— INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES— INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE— INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II — COVERED AUTOS under the Who Is An Insured provision contained in Section II. LIABILITY COVERAGE: Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.S., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- tle any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II — COVERED AUTOS tions. LIABILITY COVERAGE: „ (ii) Neither you nor any other involved Any employee of yours is an Insured while us- ing a covered "auto" you don't own, hire or borrow "insured" will make any settlement in your business or your personal affairs. without our consent. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii)We may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (iv) We will reimburse the "insured" for sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE— INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to make such payments ends when we (5) Anywhere in the world, except any country or have used up the applicable limit of jurisdiction while any trade sanction, em- insurance in payments for damages, bargo, or similar regulation imposed by the settlements or defense expenses. United States of America applies to and pro- hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one "loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF SECTION IV— BUSINESS AUTO CONDITIONS: USE— INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III — PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one "accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES— INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the "accident" or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.S., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS : The following is added to Paragraph A.4., Cover- S. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss", provided that the "accident" or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV— BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity Compa ny.All rights reserved . CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc.with its permission. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: Number of Days Notice: 30 PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; AND 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS SCHEDULE. ADDRESS: THE ADDRESS FOR THAT PERSON OR ORGANIZ- ATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. PROVISIONS If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. IL T4 05 05 19 ©2019 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 DocuSign Envelope ID:68FABAB8-A3FF-440A-AD4E-9515D2B2065F NOTICE OF AWARD FINANCE - PROCUREMENT Contractor: Clark Pipeline Services, LLC. Project: Citywide Water Line Repair/ Replace Large Diameter IDIQ, 23107 PO Box 9277 Contract No. 4818 Corpus Christi Texas,78469-9277 This notice serves as confirmation of award of the referenced Project, to your firm, by Phone: the Corpus Christi City Council on July 25, 2023, in the amount of$5,000,000 with two 361.826.3160 renewals. Contractor is instructed to execute all necessary forms and submit all required documentation as outlined in the contract document. All required insurance and bond submittals are due back to this office within 10 calendar days of receipt. The following document submittals are required to execute the contract: • Form 1295 Certificate of Interested Parties • Performance and Payment Bond — Required bond forms have been provided to you for execution. Submit one set of original hard copy performance and payment bonds. • Insurance — Refer to the contract documents, Section 00 73 00, for insurance requirements and submit proof of coverage. Submittals will include a Certificate of Insurance referencing the project name and number and all applicable endorsements to the policies. Please contact the Procurement Officer if you have any questions regarding this information. DocuSign}edd by: C, , U - 7/27/2023 Josh Chronley, Date Assistant Director of Finance and Procurement RETURN DOCUMENTS TO: Clarissa Johnson City of Corpus Christi — Procurement 1201 Leopard St. - City Hall, First Floor Corpus Christi, TX 78469-9277 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 00 61 13 PERFORMANCE BOND BOND NO. .4468883 Contractor as Principal Surety Name: Clark Pipeline Services,LLC. Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 6229 Leopard Street Corpus Christi,TX 78409 9500 Arboretum Boulevard,Suite 400 Austin,Texas 78759 Physical address(principal place of business): Owner 9500 Arboretum Boulevard,Suite 400 Name: City of Corpus Christi,Texas Austin,Texas 78759 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: Texas 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): Citywide Waterline Repair/Replace Larne 866-732-0099 Diameter IDIQ FY2023 Part B.Proiect 23107 Telephone(for notice of claim): 866-732-0099 Local Agent for Surety Name: Lonna Pokrant/Keetch&Associates Award Date of the Contract:July 25,2023 Address: 1718 Santa Fe Street Corpus Christi,Texas 78404 Contract Price: $5.000.000.00 Bond Telephone: 361-883-3803 Email Address: 1pokrant@keetchins.com Date of Bond: August 3,2023 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) 1 1 following toll-free number.1-800 252-3439 Performance Bond 00 61 13-1 Citywide Waterline Repair/Replace Large Diameter IDIQ FY2023 Part B,Project 23107 6/11/2021 DoouGignEnvelope ID: DE2DBB4C-8C8E458C-972A'EC73C9 1E905 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 fullforce and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action St -cTcc Insurance Z.. ......... Signature: Signature: Denni,M. Descant,Jr. Name: Name: Title- Attor"cv_in-Fact Ema:il Address: EmaH Address: �Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 DocuSignJEnvelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 006116 PAYMENT BOND BOND NO. 4468883 Contractor as Principal Surety Name: Clark Pipeline Services,LLC. Name: SureTec Insurance Company Mailing address(principal place of business): Mailing address(principal place of business): 6229 Leopard Street 9500 Arboretum Boulevard,Suite 400 Corpus Christi,TX 78409 Austin,Texas 78759 Physical address(principal place of business): Owner 9500 Arboretum Boulevard,Suite 400 Name: City of Corpus Christi,Texas Austin,Texas 78759 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: Texas 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): Citywide Waterline Repair/Replace Large 866-732-0099 Diameter IDIQ FY2023 Part B,Project 23107_ Telephone(for notice of claim): 866-732-0099 Local Agent for Surety Name: Lonna Pokrant/Keetch&Associates Award Date of the Contract:July 25,2023 Address: Contract Price: 15,290,000 1718 Santa Fe Street Corpus Christi,Texas 78404 Bond Telephone: 361-883-3803 Email Address: 1pokTant@,keetchins.com Date of Bond: August 3.2023 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 Band Form 00 6116-1 Citywide Waterline Repair/Replace Large Diameter IDIQ FY2023 Part B,Project 23107 2021 DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C91 1 E965 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the some extent as if it were copied at length herein. Venue shall lie exclu$iv, , ely in Nueces County, Texakfor any legal action. Contractor a1,s,Pii1n6paIA`ark PipcliUe,),crvicc,.�N, L,C, Surety tir 'cc Instir rtC Signatu Signature: Name: Name: Dennis M, Descant,Jr. Title: 1 �,t Title: -Attorney-in-Fact Email Address: ('L F'cL),JVqX"w Email Address: ...A gAttach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 006116-2 Citywide Waterline Repair/Replace Large Diameter IDIQ FY2023 Part B, Project 23107 2021 e DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C911 E965 POA# 4221073 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:ThatSureTec Insurance Company,a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris,Texas and Markel Insurance Company(the"Company"),a corporation duly organized and existing under the laws of the state of Illinois,and having its principal administrative office in Glen Allen,Virginia,does by these presents make,constitute and appoint: Jeffrey L.Brady, Dennis M. Descant,Jr.,Cheryl A. Sanders, Michael Inman,Timothy John Brady Their true and lawful agent(s)and attorney(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal and deliver for and on their own behalf,individually as a surety or Jointty,as co-sureties,and as their act and deed any and all bonds and other undertaking In suretyship provided,however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 00/100 Dollars($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel insurance Company: "RESOLVED,That the President,any Senior Vice President,Vice President,Assistant Vice President,Secretary,Assistant Secretary,Treasurer or Assistant Treasurer and each of them hereby Is authorized to execute powers of attorney,and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer or attorney,of the company,qualifying the attorney or attorneys named inthe given power of attorney,to execute in behalf of,and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company,as the case may be,all bond undertakings and contracts of suretyship,and to affix the corporate seal thereto." IN WITNESS WHEREOF,Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 17th day of September ,2021. A i SureTec Insurance Company gUNC ,```iJt1�i1N�r�,i ark IrJsurance mpany �Vf X SCF �.`���� a �d,C��� +��a �+ a b;_ By: 4; Cr 5 �7 yo- BY Michael C Ketmig,President � 9� t�1� ++� % •••fit •''r` dey tenni ,Vice President N, State of Texas County of Harris: On this 17th day of September ,2021 A.D.,before me,a Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified,came THE ABOVE OFFICERS OF THE COMPANI ES,to me personally known to be the Individuals and officers described In,who executed the preceding Instrument,and they acknowledged the execution of same,and being by me duly sworn,disposed and said that they are the officers of the said companies aforesaid,and that the seats affixed to the proceeding instrument are the Corporate Seals of said Companies,and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies,and that Resolutions adopted by the Board of Directors of said Companies referred to In the preceding instrument is now In force. IN TESTIMONY WHEREOF,I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. ,'° = NolAry f'*ir4 SUAS 0(Texas ' r Q#129117&5 N31L My Coriketlsi Expires X la havez,Notary Public "'h,a,•';`"`*'SEPTE! BEA 10,2024 y mmission expires 9/10/2024 We,the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full,true and correct copy is stili In full force and effect and has not been revoked. IN WITNESS WHEREOF,we have hereunto set our hands,and affixed the Seats of said Companies,on the 3rd day of August 2023 ur Insur nce Fly ,Ma el Insurance Company By. _ By: M.Br t8eaty,Assis nt 5ecretary ndrew Marquis,Assistant Se ry Any Instrument Issued In excess of the penalty stated above is totallyvoidand without anyva6dity.4221073 For verification of the authority of this Power you may call(713)812-0800onany business day between 8:30AM and 5:00 PM CST. DocuSign Envelope ID: DE2DBB4C-8C8E-458C-972A-EC73C91 1 E965 SureTec Insurance Company IMPORTANT NOTICE Statutory Complaint Notice/Filing of Claims To obtain information or make a complaint: You may call the Surety's toll free telephone number for information or to make a complaint or file a claim at: 1-866-732-0099.You may also write to the Surety at: SureTec Insurance Company 9500 Arboretum Blvd., Suite 400 Austin,TX 78759 You may contact the Texas Department of Insurance to obtain information on companies, coverage, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance at: PO Box 149104 Austin,TX 78714- 9104 Fax#: 512-490-1007 Web: h=://www-.tdi.state.tx.us Email: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIMS DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the Surety first. If the dispute is not resolved,you may contact the Texas Department of Insurance. ----------------------------------------------------------------------------------------------------------------------------- SIC TX Rider TDI Required Notices rev 07_.2022 Page 1 of 1