Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2023-206 - 8/22/2023 - Approved
DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 CONFORMED DOCUMENTS - AUGUST 22, 2023 CONTRACT DOCUMENTS FOR CONSTRUCTION OF CITYWIDE WASTEWATER IDIQ MANHOLE IMPROVEMENTS PROJECT NUMBER 23148 ozoN ooloot gatJO on"6144 F p000000000000000 .11" I6 fl lfrr"�'� i li riff r 1 ,111111111111111111111111111111111111111 111111111111111111111111111111 Serv/ . I/ 7 ? Ct (..9 I4 4 MARIDEL REYES JIMENEZ 4 rr 0' 91965 1 moo• w�� ' ,<... !cENSO.•\\-'_1/ /�/,�,� t\VkZ/6NAL �--- 4\V 2726 Holly Road/Corpus Christi, TX / 361-826-1800 Record Drawing Number SAN578 April 25, 2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 02 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev 12-2021) Wastewater Consent Decree Special Conditions 00 72 00 General Conditions (Rev 6-2021) 00 73 00 Supplementary Conditions (Rev4-2022) Division 01 General Requirements 01 11 00 Summary of Work (Rev 10-2018) 01 23 10 Alternates and Allowances (Revs -2020) 01 29 01 Measurement and Basis for Payment (Rev 5-2020) 01 33 01 Submittal Register (Rev 10-2018) 01 35 00 Special Procedures (Rev 10-2018) 01 50 00 Temporary Facilities and Controls (Rev8-2019) 01 57 00 Temporary Controls (Rev 8-2o19) Part S Standard Specifications 022420 Silt Fence 025404 Asphalts, Oils, and Emulsions 026210 Polyvinyl Chloride Pipe 026214 Grouting Abandoned Utility Lines 027203 Vacuum Testing of Wastewater Manholes and Structures 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings, and Covers Table of Contents Citywide WW IDIQ - MH Improvements — Project No. 23148 000100-1 Rev 1/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Division / Section Title Part T Technical Specifications 020800-T Well Pointing, Dewatering and Disposal 021040-T Site Grading 021080-T Removing Abandoned Structures 022020-T Excavation and Backfill for Utilities 022030-T Trench Safety 022100-T Select Material 025205-T Pavement Repair, Curb, Gutter, Sidewalk & Driveway Replacement 025215-T Cement Stabilized Limestone Base 025220-T Flexible Base — Limestone 025412-T Prime Coat 025424-T Hot Mix Asphaltic Concrete Pavement 025610-T Concrete Curb and Gutter 025612-T Concrete Sidewalks and Driveways 025614-T Concrete Curb Ramps 025802-T Temporary Traffic Controls Used During Construction 026202-T Hydrostatic Testing of Pressure System 026206-T Ductile Iron Pipe & Fittings 026602-T Wastewater Force Main 027200-T Control of Wastewater Flow — Bypass Pumping Systems 027205-T Fiberglass Manholes for Wastewater 027207-T Manhole Rehabilitation and Upgrades 027208-T Rehabilitation of Wastewater Manholes using Polymer Coating Systems 027209-T Rehabilitation of Wastewater Manholes/Structures Using Cementitious Liners 027602-T Gravity Wastewater Lines 027606-T Service Lateral Replacement 027611-T Cleaning and Televised Inspection of Wastewater Lines 027618-T Wastewater Line Rehabilitation — Pipe bursting 027619-T Pressure Testing and Grouting of Sewer Joints and Lateral Connections 027620-T Point Repairs and Obstruction Removals 028020-T Erosion Control by Seeding 028040-T Erosion Control by Sodding 028200-T Mailbox Relocation Table of Contents Citywide WW IDIQ - MH Improvements — Project No. 23148 000100-2 Rev 1/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Division / Section Title 028300-T Fence Removal and Replacement 028305-T Wood Fences and Gates 028310-T Chain Link Fences and Gates 030020-T Portland Cement Concrete END OF SECTION Table of Contents Citywide WW IDIQ - MH Improvements — Project No. 23148 000100-3 Rev 1/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 00 0102 LIST OF DRAWINGS Sheet No. Description CONTRACT DRAWINGS AND STANDARD DETAILS 1 COVER SHEET - CONTRACT 2 GENERAL NOTES 3 BYPASS PUMPING PLAN EXAMPLE (FORM & SCHEMATIC) 4 WASTEWATER DETAILS—TYPICAL MANHOLES 5 WASTEWATER DETAILS — MANHOLE RING & COVER AND BACKFILL 6 CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS 1 OF 4 7 CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS 2 OF 4 8 CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS 3 OF 4 9 CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS 4 OF 4 10 CORBEL RECONSTRUCTION DETAIL 11 TYPICAL CLEANOUT DETAIL - DEAD END MAIN 12 CITY OF CORPUS CHRISTI ORD. NO. 030040 SEC. 49 ARTICLE III: (EXECUTION) 13 CITY OF CORPUS CHRISTI ORD. NO. 030040 SEC. 49 ARTICLE III: (APPLICATION) 14 R.O.W. CONSTRUCTION PERMIT APPLICATION INSTRUCTIONS & REQUEST INFORMATION 15 R.O.W. CONSTRUCTION PERMIT APPLICATION ROAD BLOCKAGE & PERMIT CHECKLIST 16 R.O.W. CONSTRUCTION PERMIT APPLICATION INDEMNIFICATION & REQUIREMENTS 17 R.O.W. CONSTRUCTION PERMIT APPLICATION INSURANCE AND ATTACHMENTS 18 STREET EXCAVATION PLAN EXAMPLE (SCHEMATIC) 19 TRAFFIC CONTROL PLAN DETAILS 1 OF 5 20 TRAFFIC CONTROL PLAN DETAILS 2 OF 5 21 TRAFFIC CONTROL PLAN DETAILS 3 OF 5 22 TRAFFIC CONTROL PLAN DETAILS 4 OF 5 23 TRAFFIC CONTROL PLAN DETAILS 5 OF 5 24 CITY OF CORPUS CHRISTI CURB, GUTTER & SIDEWALK STANDARD DETAILS 25 CITY OF CORPUS CHRISTI CONCRETE PAVEMENT DETAILS 26 CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 1 OF 3 27 CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 2 OF 3 28 CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS 3 OF 3 29 TXDOT STANDARD DRAWING BC (1)-21 30 TXDOT STANDARD DRAWING BC (2)-21 31 TXDOT STANDARD DRAWING BC (3)-21 List of Drawings Citywide WW IDIQ - MH Improvements — Project No. 23148 000102-1 Rev 1/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Sheet No. Description 32 TXDOT STANDARD DRAWING BC (4)-21 33 TXDOT STANDARD DRAWING BC (S)-21 34 TXDOT STANDARD DRAWING BC (6)-21 35 TXDOT STANDARD DRAWING BC (7)-21 36 TXDOT STANDARD DRAWING BC (B)-21 37 TXDOT STANDARD DRAWING BC (9)-21 38 TXDOT STANDARD DRAWING BC (10)-21 39 TXDOT STANDARD DRAWING BC (11)-21 40 TXDOT STANDARD DRAWING BC (12)-21 41 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 1 OF 4 42 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 2 OF 4 43 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 3 OF 4 44 CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 4 OF 4 45 STORM WATER POLLUTION PREVENTION SHEET 1 OF 3: PLAN NOTES 46 STORM WATER POLLUTION PREVENTION SHEET 2 OF 3: ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) 47 STORM WATER POLLUTION PREVENTION SHEET 3 OF 3: STANDARD DETAILS 48 CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS - SHEET 1 OF 3 49 CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS - SHEET 2 OF 3 50 CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS - SHEET 3 OF 3 51 CITY OF CORPUS CHRISTI WATER STANDARD DETAILS SHEET 1 OF 4 52 CITY OF CORPUS CHRISTI WATER STANDARD DETAILS SHEET 2 OF 4 53 CITY OF CORPUS CHRISTI WATER STANDARD DETAILS SHEET 3 OF 4 54 CITY OF CORPUS CHRISTI WATER STANDARD DETAILS SHEET 4 OF 4 END OF SECTION List of Drawings Citywide WW IDIQ - MH Improvements — Project No. 23148 000102-2 Rev 1/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 ® CERTIFICATE OF LIABILITY INSURANCE '`�Rb DATE (MM/DD/YYYY) 8/28/2023 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 Arthur J. Gallagher Risk Management Services, LLC 2850 Golf Rd Rolling Meadows IL 60008 CONTACT NAME: Christina Zumrick, Client Service Manacer PHONE FAX (A/C, No, Ext): (A/C, No): ADDRESS: Christina_zumrick@ajg.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Zurich American Insurance Company 16535 INSURED CAROCOR-04 National Power Rodding Corp. 9810 FM 969 Austin, TX 78724 INSURER B: American Zurich Insurance Company 40142 INSURERC: American Guarantee and Liability Ins Co 26247 INSURER D: AIG Specialty Insurance Company 26883 INSURER E : Indian Harbor Insurance Company 36940 INSURER F : Starr Indemnity & Liability Company 38318 COVERAGES CERTIFICATE NUMBER: 755736476 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. INSRLTR TYPE OF INSURANCE IDDL NSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y GLO 9377201-19 10/31/2022 10/31/2023 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 X Contractual Ind MED EXP (Any one person) $ 0 X XCU Coy Included PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT X PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OPAGG $4,000,000 $ A AUTOMOBILELIABILITY X X ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY BAP 9377199-19 10/31/2022 10/31/2023 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE AUC 5916947-17 10/31/2022 10/31/2023 EACH OCCURRENCE $5,000,000 AGGREGATE $ 5,000,000 DED X RETENT ON $ n $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVEN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A WC 9377202-19 10/31/2022 10/31/2023 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D E F Contractors Pollution Liab Professional Liab.(Claims made) State of NY GL Excess Liability CP015012758 CE0744637904 1000586060221 10/31/2022 10/31/2022 10/31/2022 10/31/2025 10/31/2023 10/31/2023 Pollution Liability Prof Liablity Each Ocur/Aggregate $10,000,000 $2,000,000 $3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE- Project: Citywide Wastewater IDIQ Manhole Improvements, 23148 1 Contract No./RFB No. 4819. City of Corpus Christi is shown as Additional Insured solely with respect to General Liability coverage as evidenced herein as required by written contract with respect to work performed by the Named Insured. CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Finance - Procurement PO Corpus Christi, TX 78469-9277 Cor p Box 9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED RE, REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Name of Person or Organization: ANY PERSON OR ORGANIZATION, BUT ONLY WHEN YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS AND WHERE THAT CONTRACT SPECIFICALLY REQUIRES THE ISO CG2010 10/2001 EDITION FORM OR THE EQUIVALENT OF SAME DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 9377201-19 Effective Date: 10/31/2022 This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. U -GL -2183-A CW (09/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Additional Insured — Owners, Lessees Or Contractors — Completed Operations ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 9377201-19 Effective Date: 10/31/2022 This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION, BUT ONLY WHEN YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS AND WHERE THAT CONTRACT SPECIFICALLY REQUIRED THE ISO CG2037 10/2001 EDITION FORM OR THE EQUIVALENT OF SAME Location And Description of Completed Operations: ANY LOCATION OR PROJECT, OTHER THAN A WRAP-UP OR OTHER CONSOLIDATED INSURANCE PROGRAM LOCATION OR PROJECT FOR WHICH INSURANCE IS OTHERWISE SEPARATELY PROVIDED TO YOU BY A WRAP- UP OR OTHER CONSOLIDATED INSURANCE PROGRAM Additional Premium: Included Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations hazard". All other terms, conditions, provisions and exclusions of this policy remain the same. U -GL -2182-A CW (09/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Policy Number GL09377201-19 ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Namedlnsured CARYLON CORPORATION Effective Date: 10-31-22 12:01 AM., Standard Time Agent Name GALLAGHER Agent 24059- 000 BLANKET NOTICE TO OTHERS OF CANCELLATION BLANKET NOTIFICATION TO OTHERS OF CANCELLATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS: A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; ORB. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4. MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2. 3. AND 4. ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: 1. EXTEND THE COVERAGE PART CANCELLATION DATE; 2. NEGATE THE CANCELLATION; OR 3. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U -GL -1114-A CW (10/02) DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 SCHEDULE OF NAMED INSURED(S) ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Policy Number GL09377201-19 Effective Date: 10/31/2022 12:01 AM., Standard Time Agent Name GALLAGHER NAMED INSURED CARYLON CORPORATION VIDEO INDUSTRIAL SERVICES, INC. ACE PIPE CLEANING, INC. NATIONAL PLANT SERVICES, INC. DEEP SOUTH INDUSTRIAL SERVICES, INC. NATIONAL POWER RODDING CORP. ODESCO INDUSTRIAL SERVICES, INC. SEWER SYSTEM EVALUATIONS, INC. NATIONAL INDUSTRIAL MAINTENANCE, INC. MOBILE DREDGING &VIDEO PIPE, INC. NATIONAL WATER MAIN CLEANING COMPANY METROPOLITAN ENVIRONMENTAL SERVICES, INC. BIO—NOMIC SERVICES, INC. ROBINSON PIPE CLEANING CO. ROBINSON PIPE SERVICES, INC. BEARY PROPERTIES, INC. DEEP SOUTH SOLUTIONS, INC. SPECIALIZED MAINTENANCE SERVICES, INC. NATIONAL INDUSTRIAL MAINTENANCE SOLUTIONS, INC. SELECT TRANSPORTATION, INC. VIDEO PIPE SERVICES, INC. NATIOINAL INDUSTRIAL MAINTENANCE — MICHIGAN, INC. BEARY MANAGEMENT SERVICES, INC. U -GU -621-A CW (10/ 02) Agent 24059 000 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 POLICYNUMBER: GLO 9377201-19 COMMERCIAL GENERAL LIABILITY CG25030509 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP— UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. ntormatlon re.9.ulre od`comple7eThis Schedule, it not shown above, will be shown in the l.leclaratlons. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A, and for all medical expenses caused by accidents under Section 1 - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum ofall damages under Coverage A,except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 250305 09 © Insurance Services Office, Inc., 2008 Page 1 of2 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A,and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed onlyto ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce theamount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. © Insurance Services Office, Inc., 2008 CG 25 0305 09 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 POLICY NUMBER: GLO 9377201-19 COMMERCIAL GENERAL LIABILITY CG 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERALLIABILITY COVERAGEPART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 60_ (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 241093 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑ DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'! Prem. Return Prem. GL09377201-19 10/31/2022 10/31/2023 10/31/2022 24059000 $ INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Other Insurance Amendment - Primary And Non - Contributory ZURICH') Policy No. 1 Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'!. Prem Return Prem. GL09377201-19 10/31/2022 10/31/2023 10/31/2022 24059000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Carylon Corporation Address (including ZIP Code): 2500 Arthington; Chicago, IL 60612 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV- Commercial General Liability Conditions: This insurance is excess over: Any of the other insuranc e, whether prim ary, excess, contingent or on any of her basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional ins ured on another policy providi ng coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by writt en contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U -GL -1327-B CW (04/13) Page 1 of 1 Includes copyrighted materialoflnsurance Services Office, Inc.,withits permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Policy Number: WC 9377202-19 WC 00 0313 (Ed. 4-84) 0 1983 National Council on Compensation Insurance. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 SCHEDULE OF NAMED INSURED(S) ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Policy Number BAP9377199-19 Effective Date: 10/31/2022 12:01 A.M., Standard Time Agent Name GALLAGHER Agent No. 24059-000 NAMED INSURED CARYLON CORPORATION ACE PIPE CLEANING, INC. BEARY PROPERTIES, INC. BIO—NOMIC SERVICES, INC. DEEP SOUTH INDUSTRIAL SERVICES, INC. DEEP SOUTH SOLUTIONS, INC. METROPOLITAN ENVIRONMENTAL SERVICES, INC. MOBILE DREDGING & VIDEO PIPE, INC. NATIONAL INDUSTRIAL MAINTENANCE, INC. NATIONAL INDUSTRIAL MAINTENANCE SOLUTIONS, INC. NATIONAL PLANT SERVICES, INC. NATIONAL POWER RODDING CORP. NATIONAL WATER MAIN CLEANING COMPANY ODESCO INDUSTRIAL SERVICES, INC. ROBINSON PIPE CLEANING CO. ROBINSON PIPE SERVICES, INC. SEWER SYSTEM EVALUATIONS, INC. SPECIALIZED MAINTENANCE SERVICES, INC. VIDEO INDUSTRIAL SERVICES, INC. SELECT TRANSPORTATION, INC. BEARY MANAGEMENT SERVICES, INC. NATIONAL INDUSTRIAL MAINTENANCE MICHIGAN, INC. VIDEO PIPE SERVICES, INC. U -GU -621-A CW (10/ 02) DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 POLICY NUMBER: BAP9377199-19 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CARYLON CORPORATION Endorsement Effective Date: 10/31/2022 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THE POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. Page 2 of 12 © Insurance Services Office, Inc., 2011 CA 04 4410 13 ❑ DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 ZURICH"' Insurance forthis coverage partprovided by: ZURICH AMERICAN INSURANCE COMPANY ENDORSEMENT Policy Number BAP 9377199-19 Renewal of Number BAP 9377199-18 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL AUTO COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS: A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; OR B. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4. MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2. 3. AND 4. ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT 1. EXTEND THE COVERAGE PART CANCELLATION DATE; 2. NEGATE THE CANCELLATION; OR 3. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U -CA -388-A (07-94) DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 00 61 13 PERFORMANCE BON Contractor as Principal Name: National Power Rodding Corp. Mailing address (principal place of bus ines 2500 W. Arthington St. Chica_go IL 60612 Owner Name: City of Corpus Christi, Texas Mailing address (principal place ofbusiness): Contracts and Procurement 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Citywide Wastewater IDIQ Manhole Improvements, Project No, 23148 Award Date of the Contract: August 22, 2023 Contract Price: $2,000,000.00 Bond Date of Bond: August 23, 2023 (Date of Bond cannot be earlier than Award Date of the Contract) Performance Bond Citywide Wastewater IDIQ Manhoe Improvements, 23148 ON. NO, 107884868 Surety Narne: Travelers Casualty and Surety Company of America Mailing address (principal place of business): One Tower Square Hartford, CT 06183 Physical address (principal place of business): 215 Shuman Boulevard Naperville, IL 60563 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety afjirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim Local Agent for Surety. Name: Address: Telephone: 630-961-7037 Arthur J. Gallagher 267-675-3130 300 S Riverside Plaza Suite 1500, Chicago, 11 60606 312-294-5484 Email Address: peter_forker@ajg.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 00 61 13 6/11/2023. DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as PrE cipal Signature: Name: Fabian R. Castel narPower Rodding Corp. " itle: Vice President Email Address: of fice@nationd.Ipowerrod-dIn .ccm Casualty and ety o Azica Name: Peter S Forker Attorney -in -Fact Email Address: peter forkergaig com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond Citywide Wastewater iDle. Manhole improvements, 23148 00 61 13 2 6/11/2021 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 TRAV L RSJ IMPOR TO OBTAIN INFOW TION ( ANT NOTIC AKE A COMPLAINT: You may contact Travelers Casualty & Surety Company of erica, Travelers Casualty & Surety Company, Travelers Indemnity Company, Standard Fire Insurance Company and/or Farmington Casualty Company for information or to make a complaint at: Travelers Bond Attn: Claims 1500 Market Street West Tower, Suite 2900 Philadelphia, PA 19102 (267) 675-3130 (267) 675-3102 Fax You may contact the Texas Department of Insurance to obtain the information on companies, coverages, rights or complaints at: Texas Department of Insurance RO. Box 149104 Austin, TX 78714-9104 (800) 252-3439 ATTACH. THIS NOTICE T() YOUR BOND,. This notice is for information only and does not become a part or a condition °Tale attached document and is given to comply with Section 2253-021, Government Code, and Section 53,202, Property Code, effective September 1 2001, DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 „„x01,11111111111111up,„„ TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, 'Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Peter S Forker of ROLLING MEADOWS , Illinois , their true and lawful Attorney(s)-ineFact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to he hereto affixed, this 21st day of April, 2021. State of Connecticut By City of Hartford ss. Robert L, RaneSenor Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such., being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President., any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant 'Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating: thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this Z361._ day of4-t.„53("St. ----- Kevin E. Hughes, As To verify the authenticity of this Power of Attorney, please cal/ us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 STATE 01 Illinois County of Cook On this appeared Peter S. Forker ACKNOWLEDGMENT BY SURETY SS. Travelers Casualty and Surety Company of America 2023 , before nae personally known to, ine to be the Attorney -in -Fact of , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN VVI f NESS \V HI:.REcIl , [ have hereunto set my hand and affixed my official seal, at my office in the aforesaid the dtty and tis certificate first above written. USCdx% fp f1Y PU31 t yIS.StOE. m GON t c OF It_l.lt S-0230/GE 10/99 Notary Publi (`aunty of Cook Illinois XDP DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 00 61 16 AYMENT BOND Contractor as Principal Name: National Power Rodding Cor. Mailing address (principal place of business): 2500 W. Arthington St. Chicago, IL 60612 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Contracts and Procurement 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: Citywide Wastewater IDIQ Manhole Improvements, Project No. 23148 Award Date of the Contract: August 22 2023 Contract Price: $2,00Q 000.00 Bond Date of Bond: August 23, 2023 (Date of Bond cannot be earlier than Award Dote of Contract) Payment Bond Form Citywide Wastewater IDIQ Manhole Improvements, 23148 BOND Na 107884868 Surety Name: Travelers Casualty and Surety Company of America Mailing address (principal place of business): One Tower Square Hartford, CT 06183 Physical address (principal place of 215 Shuman Boulevard Naperville, H.._ 60563 Surety is a corporation organized and existing under the laws of the state of: Connecticut By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas: Telephone (main number): 630-961-7037 Telephone (for notice of claim): 267-675-3130 Local Agent for Surety Name: Arthur J Gallagher Address: 300 S. Riverside Plaza Suite 1500, Chicago, li 60606 Te ephone: 312-294-5484 Email Address: peter_forker@ajg.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 00 61 16 - 1 2021 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 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 011 claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Te f,�pny legal action. Nifional-Rower reveler -C;LJ y ansurety Contractor as P cipal Surety 5._ocki-ing Corp o erica Signatu Signature: Name: Title: Email Addr office abian R. Castel Vice President n a ta on a 1pawarrriddirrg-TrAD Na me: Title: Peter S. Forker Attorney -in -Fact Ernail Address: peteriorker cgajg.com (Attach Power of Attorney and place surety seal below) END OF SEC -NON Payment Bond Form Citywide Wastewater IDIQ Manhole Improvements, 23148 00 61 16 2 2021 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 TRAVELERS Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That 'Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the Paws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Peter S Forker of ROLLING MEADOWS , Illinois , their true and lawful Attorney(s)-in-Fact to sign, execute,. seal and acknowledge any and all bonds, recogniz.ances, conditional undertakings and other writings obligatory' in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to he signed, and their corporate seals to be hereto affixed , this 21st day of April, 2021.. State of Connecticut By: City of Hartford ss. Robert enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, arid that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Comrnission expires the 30th day of June, 2026 Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may removeany such appointee and revoke the power given him or her:. and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the 'fre.asurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duty attested and sealed with the Company's seat by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers:. President., any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorne,ys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 0, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 231-L-1 day of Al&ic Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 STA'T'E OF' Illinois 'fly of Cook )n this - i appcarcd Peter S. Forker Travelers Casualty and Surety Company of A day of ACKNOWLEDGMENT BY SURETY that executed. the. within instrumen IN W"I I N1SS WHEREOF, II:REOF, I have herc�u year in this certificate first above written S-0230/GE 10/99 SS. 2023 , known to, me to he the Atto inc perso -y-in-Fact of corporation edged to me that such corporation executed the same. y hand and affixed my official seal, at uny office in the aforesaid County, the day and OFFICIAL z OSCAR F. RINCON NOTARY PURI tC :3i AT17,2t F OF ILLtNC` ter COMMtSSt0 E)WIt CS SPPT Notary° Public in County f' Cook inois XDP DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 00 52 23 AGREEMENT This Agreement, for the Project awarded on August 22, 2023, is between the City of Corpus Christi (Owner) and National Power Rodding Corp. (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 Wastewater IDIQ Manhole Improvements Project No. 23148 This Contract is an Indefinite Delivery / Indefinite Quantity (IDIQ) Contract. ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Corpus Christi Water 2726 Holly Road Corpus Christi, TX 78415 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 total contract time period is 365 calendar days. It is the City's intent to issue multiple Delivery Orders (DOs) with a total contract amount of $2,000,000 within the 365 -calendar day Contract Time. Each Delivery Order shall be treated as an individual contract and shall be completed within the stipulated substantial completion days in each DO document. Failure to complete the construction of each Delivery Order within the stipulated substantial Agreement Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 005223-1 Rev 12/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 completion days in the DO document will be assessed as unsatisfactory performance by the City and may result in contract termination. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. C. Milestones, and the dates for completion of each, are as defined in Section 01 11 00 SUMMARY OF WORK and 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 (Emergency Response Delivery Order): Contractor shall pay Owner $1,000.00 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 3. Completion of the Remaining Work: Contractor agrees to pay Owner $500.00 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 4. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 5. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 6. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and Agreement Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 005223-2 Rev 12/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 2,000,000.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 17.01 of the General Conditions. The balance will be held as retainage. D. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. 6.02 Except as specified in Article 5, the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. 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. Agreement Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 005223-3 Rev 12/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract 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. Agreement Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 005223-4 Rev 12/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 3. Drawings listed in SECTION 00 01 02 LIST OF DRAWINGS and 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. 7. Final Delivery Order Documents. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. Agreement Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 005223-5 Rev 12/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 ARTICLE 10 - CONTRACT DOCUMENT SIGNATURES ATTEST DocuSigned by: 470... Rebecca Huerta City Secretary 9/25/2023 APPROVED AS TO LEGAL FORM: DocuSigned by: C9C009002AA9436... Assistant City Attorney 9/21/2023 ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITYDocuSigne OF COJPy:US CHRISTI L776104753550468... Jeffrey Edmonds, P.E Director of Engineering Services M2023-128 9/21/2023 AUTHORIZED BY COUNCIL 8/22/2023 RH/SB CONTRACTOR Nationa By: Title: (PolktersPdtPd'ing Corp. Fa%iia tA, La sfa •-SARr'65EE11z1433 9/12/2023 vice President 2500 W. Arthington St. Address Chicago City (312) 666-7700 Phone IL State 60612 Zip (312) 666-5810 Fax FCastel@nationalpowerrodding.com EMail END OF SECTION Agreement Citywide Wastewater IDIQ - Manhole Improvements - Project No. 23148 005223-6 Rev 12/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 EXHIBIT E WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONSULTANT as specified herein. The CONSULTANT shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision — The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at https://www-cdn.cctexas. com/sites/default/files/CC-Consent-Decree.pdf By signature of the Contract, CONSULTANT acknowledges receipt of the Consent Decree. 11. Performance of work. CONSULTANT agrees that any work under this Contract is conditioned upon CONSULTANT's performance of the Work in conformity with the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. 111. Retention of documents — CONSULTANT shall retain and preserve all non- identical copies of all documents, reports, research, analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub -contractors' or agents' possession or DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 control, or that come into its or its sub -contractors' or agents' possession or control, and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of any contrary city, corporate or institutional policy or procedure. CONSULTANT, CONSULTANT's sub -contractors and agents shall retain and shall not destroy any of the Information until five years after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONSULTANT shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONSULTANT or CONSULTANT's agents or sub -contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONSULTANT agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONSULTANT shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONSULTANT expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONSULTANT under the terms of this contract, or from any retainage provided in the contract. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONTRACTOR as specified herein. The CONTRACTOR shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision — The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at https://www-cdn.cctexas. com/sites/default/files/CC-Consent-Decree.pdf By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree. 11. Performance of work. CONTRACTOR agrees that any work under this Contract is conditioned upon CONTRACTOR's performance of the Work in conformity with the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. 111. Retention of documents — CONTRACTOR shall retain and preserve all non- identical copies of all documents, reports, research, analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub -contractors' or agents' possession or control, or that come into its or its sub -contractors' or agents' possession or control, and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 any contrary city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's sub -contractors and agents shall retain and shall not destroy any of the Information until five years after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONTRACTOR shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONTRACTOR or CONTRACTOR's agents or sub -contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONTRACTOR shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage provided in the contract. DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM BID TOTALS BASE BID Total GENERAL $140,000.00 WW MANHOLE IMPROVEMENTS $2,141,439.24 WW LINE IMPROVEMENTS $174,842.95 ABANDONMENT OF EXISTING UTILITIES $55,402.40 TRENCH/ PAVEMENT REPAIR AND SITE RESTORATION $152,394.55 GENERAL SITE WORK $1,339,176.15 WATER IMPROVEMENTS $130,000.00 Total $4,133,255.29 GENERAL No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION (MAX. 5%) LS 1 $100,000.00 $100,000.00 A2 BONDS AND INSURANCE (MAX. 2%) AL 1 $40,000.00 $40,000.00 Subtotal: $140,000.00 WW MANHOLE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price B-101 FIBERGLASS WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 $14,720.00 $58,880.00 B-102 FIBERGLASS WWMH - 5 FT DIA. (0'-6' DEPTH) EA 2 $18,630.00 $37,260.00 B-103 FIBERGLASS WWMH - 6 FT DIA. (0'-6' DEPTH) EA 1 $33,350.00 $33,350.00 B-104 FIBERGLASS WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 20 $908.50 $18,170.00 B-105 FIBERGLASS WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 6 $1,212.10 $7,272.60 B-106 FIBERGLASS WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,406.45 $2,812.90 B-107 CONCRETE W/ANTI-MICROBIAL WWMH - 4 FT DIA. (0'-6' DEPTH) EA 10 $12,903.25 $129,032.50 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM B-108 CONCRETE W/ANTI-MICROBIAL WWMH - 5 FT DIA. (0'-6' DEPTH) EA 2 $17,327.50 $34,655.00 B-109 CONCRETE W/ANTI-MICROBIAL WWMH - 6 FT DIA. (0'-6' DEPTH) EA 1 $22,700.00 $22,700.00 B-110 CONCRETE W/ANTI-MICROBIAL WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 15 $1,014.15 $15,212.25 B-111 CONCRETE W/ANTI-MICROBIAL WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 4 $1,630.20 $6,520.80 B-112 CONCRETE W/ANTI-MICROBIAL WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,944.10 $3,888.20 B-113 POLYMER CONCRETE WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 $13,133.00 $52,532.00 B-114 POLYMER CONCRETE WWMH - 5 FT DIA. (0'-6' DEPTH) EA 2 $17,135.00 $34,270.00 B-115 POLYMER CONCRETE WWMH - 6 FT DIA. (0'-6' DEPTH) EA 1 $22,195.00 $22,195.00 B-116 POLYMER CONCRETE WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 10 $1,003.95 $10,039.50 B-117 POLYMER CONCRETE WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 4 $1,639.90 $6,559.60 B-118 POLYMER CONCRETE WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,853.80 $3,707.60 B-201 FIBERGLASS WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 $17,836.50 $71,346.00 B-202 FIBERGLASS WWMH - 5 FT DIA. (0'-6' DEPTH) EA 2 $19,941.00 $39,882.00 B-203 FIBERGLASS WWMH - 6 FT DIA. (0'-6' DEPTH) EA 1 $23,598.00 $23,598.00 B-204 FIBERGLASS WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 12 $980.95 $11,771.40 B-205 FIBERGLASS WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 6 $1,284.55 $7,707.30 B-206 FIBERGLASS WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,478.90 $2,957.80 B-207 CONCRETE W/ANTI-MICROBIAL WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 $16,750.00 $67,000.00 B-208 CONCRETE W/ANTI-MICROBIAL WWMH - 5 FT DIA. (0'-6' DEPTH) EA 2 $22,962.50 $45,925.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM B-209 CONCRETE W/ANTI-MICROBIAL WWMH - 6 FT DIA. (0'-6' DEPTH) EA 1 $31,325.00 $31,325.00 B-210 CONCRETE W/ANTI-MICROBIAL WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 12 $1,014.15 $12,169.80 B-211 CONCRETE W/ANTI-MICROBIAL WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 6 $1,630.20 $9,781.20 B-212 CONCRETE W/ANTI-MICROBIAL WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,944.10 $3,888.20 B-213 POLYMER CONCRETE WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 $16,939.50 $67,758.00 B-214 POLYMER CONCRETE WWMH - 5 FT DIA. (0'-6' DEPTH) EA 2 $22,655.00 $45,310.00 B-215 POLYMER CONCRETE WWMH - 6 FT DIA. (0'-6' DEPTH) EA 1 $30,360.00 $30,360.00 B-216 POLYMER CONCRETE WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 12 $1,003.95 $12,047.40 B-217 POLYMER CONCRETE WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 6 $1,639.90 $9,839.40 B-218 POLYMER CONCRETE WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,853.80 $3,707.60 B-301 NEW RING & COVER, STANDARD - 36" OPENING, 12" CONCRETE COLLAR, CONCRETE ROADWAY EA 2 $5,623.50 $11,247.00 B-302 NEW RING & COVER, STANDARD - 36" OPENING, 12" CONCRETE COLLAR, ASPHALT ROADWAY EA 2 $5,623.50 $11,247.00 B-303 NEW RING & COVER, STANDARD - 36" OPENING, 12" CONCRETE COLLAR, UNPAVED EA 2 $5,623.50 $11,247.00 B-304 NEW RING & COVER, STANDARD - 36" OPENING, DRIVEWAY/SIDEWALK EA 2 $5,048.50 $10,097.00 B-305 NEW RING & COVER, STANDARD - 36" OPENING, 18" CONCRETE COLLAR, RAISED PROTECTION EA 2 $5,911.00 $11,822.00 B-306 NEW RING & COVER, STANDARD - 30" OPENING, 12" CONCRETE COLLAR, CONCRETE ROADWAY EA 8 $3,484.50 $27,876.00 B-307 NEW RING & COVER, STANDARD - 30" OPENING, 12" CONCRETE COLLAR, ASPHALT ROADWAY EA 8 $3,484.50 $27,876.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM B-308 NEW RING & COVER, STANDARD - 30" OPENING, 12" CONCRETE COLLAR, UNPAVED EA 8 $3,484.50 $27,876.00 B-309 NEW RING & COVER, STANDARD - 30" OPENING, DRIVEWAY/SIDEWALK EA 2 $2,898.00 $5,796.00 B-310 NEW RING & COVER, STANDARD - 30" OPENING, 18" CONCRETE COLLAR, RAISED PROTECTION EA 8 $3,795.00 $30,360.00 B-311 NEW RING & COVER, 36" OPENING - UPGRADE TO COMPOSITE MH NEW RING & COVER EA 2 $8,832.00 $17,664.00 B-312 NEW RING & COVER, 30" OPENING - UPGRADE TO COMPOSITE MH NEW RING & COVER EA 4 $4,174.50 $16,698.00 B-313 MANHOLE RAISED PROTECTION, 18" CONCRETE COLLAR (> 5' ABOVE GROUND ELEVATION) VF 6 $2,127.50 $12,765.00 B-401 FIBERGLASS WWMH INSERT - 4 FT DIA. (0'-6' DEPTH) EA 10 $9,096.50 $90,965.00 B-402 FIBERGLASS WWMH INSERT - 5 FT DIA. (0'-6' DEPTH) EA 5 $9,844.00 $49,220.00 B-403 FIBERGLASS WWMH INSERT - 6 FT DIA. (0'-6' DEPTH) EA 2 $14,416.40 $28,832.80 B-404 FIBERGLASS WWMH INSERT - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 5 $966.00 $4,830.00 B-405 FIBERGLASS WWMH INSERT- 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 5 $1,130.45 $5,652.25 B-406 FIBERGLASS WWMH INSERT - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 5 $1,489.25 $7,446.25 B-407 CONCRETE W/ANTI-MICROBIAL WWMH INSERT - 4 FT DIA. (0'-6' DEPTH) EA 10 $11,023.00 $110,230.00 B-408 CONCRETE W/ANTI-MICROBIAL WWMH INSERT - 5 FT DIA. (0'-6' DEPTH) EA 5 $16,907.75 $84,538.75 B-409 CONCRETE W/ANTI-MICROBIAL WWMH INSERT - 6 FT DIA. (0'-6' DEPTH) EA 2 $22,263.00 $44,526.00 B-410 CONCRETE W/ANTI-MICROBIAL WWMH INSERT - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 4 $1,014.15 $4,056.60 B-411 CONCRETE W/ANTI-MICROBIAL WWMH INSERT - 5 FT DIA. (EXTRA DEPTH, OVER VF 4 $1,630.20 $6,520.80 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM 6' DEPTH) B-412 CONCRETE W/ANTI-MICROBIAL WWMH INSERT - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 4 $1,944.10 $7,776.40 B-413 POLYMER CONCRETE WWMH INSERT - 4 FT DIA. (0'-6' DEPTH) EA 1 $11,166.50 $11,166.50 B-414 POLYMER CONCRETE WWMH INSERT- 5 FT DIA. (0'-6' DEPTH) EA 1 $16,537.00 $16,537.00 B-415 POLYMER CONCRETE WWMH INSERT- 6 FT DIA. (0'-6' DEPTH) EA 1 $21,620.00 $21,620.00 B-416 POLYMER CONCRETE WWMH INSERT- 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,003.95 $2,007.90 B-417 POLYMER CONCRETE WWMH INSERT- 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,639.90 $3,279.80 B-418 POLYMER CONCRETE WWMH INSERT- 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 $1,853.80 $3,707.60 B-501 POLYMERIC COATING SYSTEM (CLASS A) - 4 FT DIA. WWMH VF 8 $950.00 $7,600.00 B-502 POLYMERIC COATING SYSTEM (CLASS A) - 5 FT DIA. WWMH VF 8 $1,025.00 $8,200.00 B-503 POLYMERIC COATING SYSTEM (CLASS A) - OVER 5 FT DIA. WWMH OR STRUCTURE SF 250 $70.00 $17,500.00 B-504 POLYMERIC COATING SYSTEM (CLASS B) - 4 FT DIA. WWMH VF 8 $400.00 $3,200.00 B-505 POLYMERIC COATING SYSTEM (CLASS B) - 5 FT DIA. WWMH VF 8 $500.00 $4,000.00 B-506 POLYMERIC COATING SYSTEM (CLASS B) - OVER 5 FT DIA. WWMH OR STRUCTURE SF 250 $40.00 $10,000.00 B-507 POLYMERIC COATING SYSTEM (CLASS C) - 4 FT DIA. WWMH VF 8 $500.00 $4,000.00 B-508 POLYMERIC COATING SYSTEM (CLASS C) - 5 FT DIA. WWMH VF 8 $625.00 $5,000.00 B-509 POLYMERIC COATING SYSTEM (CLASS C) - OVER 5 FT DIA. WWMH OR STRUCTURE SF 250 $42.50 $10,625.00 B-510 CEMENTITIOUS COATING (CLASS B) - 4 FT DIA. WWMH VF 8 $300.00 $2,400.00 B-511 CEMENTITIOUS COATING (CLASS B)- 5 FT DIA. WWMH VF 8 $375.00 $3,000.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM B-512 CEMENTITIOUS COATING (CLASS B)- OVER 5 FT DIA. WWMH OR STRUCTURE SF 500 $25.00 $12,500.00 B-513 CEMENTITIOUS COATING (CLASS C) - 4 FT DIA. WWMH VF 8 $500.00 $4,000.00 B-514 CEMENTITIOUS COATING (CLASS C) - 5 FT DIA. WWMH VF 8 $625.00 $5,000.00 B-515 CEMENTITIOUS COATING (CLASS C) - OVER 5 FT DIA. WWMH OR STRUCTURE SF 500 $42.50 $21,250.00 B-601 RECONSTRUCT MANHOLE BRICK CORBEL (ALL SIZES) EA 4 $5,285.40 $21,141.60 B-602 RECONSTRUCT MANHOLE FRP CONE (ALL SIZES) EA 4 $5,285.40 $21,141.60 B-603 RECONSTRUCT MANHOLE BENCH & INVERTS (ALL SIZES) EA 4 $3,336.15 $13,344.60 B-604 INSTALL FRAME SEAL - 36" OPENING EA 2 $840.65 $1,681.30 B-605 INSTALL FRAME SEAL - 30" OPENING EA 2 $805.00 $1,610.00 B-606 INSTALL FRAME SEAL - 24" OPENING EA 2 $768.20 $1,536.40 B-607 LOCATE BURIED MANHOLE EA 1 $1,559.40 $1,559.40 B-608 ADJUST EXISTING MANHOLE TO GRADE, BURIED MANHOLE EA 2 $5,032.40 $10,064.80 B-609 ADJUST EXISTING MANHOLE TO GRADE EA 2 $5,032.40 $10,064.80 B-610 RESET OFFSET FRAME EA 2 $1,391.50 $2,783.00 B-611 REMOVE & REPLACE RING & COVER, W/STANDARD MH COVER- 36" OPENING EA 4 $6,468.75 $25,875.00 B-612 REMOVE & REPLACE RING & COVER, W/STANDARD MH COVER- 30" OPENING EA 4 $5,755.75 $23,023.00 B-613 REMOVE & REPLACE RING & COVER, W/STANDARD MH COVER- 24" OPENING EA 1 $5,669.50 $5,669.50 B-614 REMOVE & REPLACE RING & COVER, W/COMPOSITE MH COVER- 36" OPENING EA 2 $11,684.00 $23,368.00 B-615 REMOVE & REPLACE RING & COVER, W/COMPOSITE MH COVER- 30" OPENING EA 2 $7,026.50 $14,053.00 B-616 REMOVE & REPLACE RING & COVER, W/COMPOSITE MH COVER- 24" OPENING EA 1 $6,032.90 $6,032.90 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM B-617 12" CONCRETE COLLAR, CONCRETE ROADWAY EA 4 $997.05 $3,988.20 B-618 12" CONCRETE COLLAR, ASPHALT ROADWAY EA 4 $997.05 $3,988.20 B-619 12" CONCRETE COLLAR, UNPAVED EA 4 $997.05 $3,988.20 B-620 18" CONCRETE COLLAR, RAISED PROTECTION EA 2 $1,380.00 $2,760.00 B-621 REMOVE EXISTING CONCRETE COLLAR (ALL SIZES) (NOT PART OF NEW MH OR CONE INSTALL) EA 4 $535.90 $2,143.60 B-622 INSTALL INFLOW INHIBITOR DISH (STAINLESS STEEL) EA 4 $1,023.50 $4,094.00 B-623 CHEMICAL GROUT INJECTION THROUGH MANHOLE WALL GA 4 $600.00 $2,400.00 B-624 WW ACCESS CHAMBER WITH 24" RISER AND STANDARD 24" OPENING MH COVER, ALL DEPTHS EA 4 $7,538.25 $30,153.00 B-625 WW ACCESS CHAMBER WITH 30" RISER AND STANDARD 30" OPENING MH COVER, ALL DEPTHS EA 4 $8,878.00 $35,512.00 B-626 REMOVE & REPLACE AIR RELEASE VALVE EA 1 $10,941.10 $10,941.10 B-627 <8" DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL DEPTHS) EA 2 $5,377.40 $10,754.80 B-628 10" DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL DEPTHS) EA 2 $1,876.22 $3,752.44 B-629 12" DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL DEPTHS) EA 2 $2,411.55 $4,823.10 Subtotal: $2,141,439.24 WW LINE IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price C-101 REMOVE AND REPLACE <_8" SDR 26 PVC WW LINE (0' - 10' DEPTH) LF 10 $257.60 $2,576.00 C-102 REMOVE AND REPLACE <8" SDR 26 PVC WW LINE (10' - 18" DEPTH) LF 10 $336.95 $3,369.50 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM C-1 03 REMOVE AND REPLACE <8" SDR 26 PVC WW LINE (>18" DEPTH) LF 10 $506.00 $5,060.00 C-104 REMOVE AND REPLACE 10" SDR 26 PVC WW LINE (0' - 10' DEPTH) LF 10 $269.10 $2,691.00 C-105 REMOVE AND REPLACE 10" SDR 26 PVC WW LINE (10' - 18' DEPTH) LF 10 $289.80 $2,898.00 C-106 REMOVE AND REPLACE 10" SDR 26 PVC WW LINE (>18' DEPTH) LF 10 $534.75 $5,347.50 C-107 REMOVE AND REPLACE 12" SDR 26 PVC WW LINE (0' - 10' DEPTH) LF 10 $244.95 $2,449.50 C-108 REMOVE AND REPLACE 12" SDR 26 PVC WW LINE (10' -18' DEPTH) LF 10 $373.75 $3,737.50 C-109 REMOVE AND REPLACE 12" SDR 26 PVC WW LINE (>18' DEPTH) LF 10 $543.95 $5,439.50 C-201 <_8" SDR 26 PVC WW LINE (0' - 10' DEPTH) LF 10 $257.60 $2,576.00 C-202 <_8" SDR 26 PVC WW LINE (10' - 18" DEPTH) LF 10 $336.95 $3,369.50 C-203 <_8" SDR 26 PVC WW LINE (>18" DEPTH) LF 10 $506.00 $5,060.00 C-204 10" SDR 26 PVC WW LINE (0' - 10' DEPTH) LF 10 $269.10 $2,691.00 C-205 10" SDR 26 PVC WW LINE (10' - 18' DEPTH) LF 10 $289.80 $2,898.00 C-206 10" SDR 26 PVC WW LINE ( >18' DEPTH) LF 10 $533.60 $5,336.00 C-207 12" SDR 26 PVC WW LINE (0' - 10' DEPTH) LF 10 $244.95 $2,44930 C-208 12" SDR 26 PVC WW LINE (10' -18' DEPTH) LF 10 $373.75 $3,737.50 C-209 12" SDR 26 PVC WW LINE (>18' DEPTH) LF 10 $543.95 $5,439.50 C-301 LOCATE SERVICE LINE FROM MAIN LINE EA 4 $3,944.90 $15,779.60 C-302 SERVICE RE -CONNECTION (ON OPEN- CUT INSTALLED WW LINE), STANDARD EA 2 $969.45 $1,938.90 C-303 SERVICE RE -CONNECTION (ON OPEN- CUT INSTALLED WW LINE), DEEP (>8' DEPTH) EA 2 $1,089.05 $2,178.10 C-304 SERVICE LATERAL REPLACEMENT (0' - 10' DEPTH MAIN) (<_ 10 LF) LF 10 $299.00 $2,990.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM C-305 SERVICE LATERAL REPLACEMENT (>10' - 18' DEPTH MAIN) (<_ 10 LF) LF 10 $389.85 $3,898.50 C-306 SERVICE LATERAL REPLACEMENT ( >18' DEPTH MAIN) (<_ 10 LF) LF 10 $497.95 $4,979.50 C-307 INSTALL 8" CLEANOUT EA 3 $3,050.95 $9,152.85 C-308 GROUT LATERAL CONNECTIONS (ALL SIZES, ALL DEPTHS) EA 4 $2,500.00 $10,000.00 C-401 REHAB <_8" WW LINE (PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 17) LF 10 $200.00 $2,000.00 C-402 REHAB 10" WW LINE (PNEUMATIC PIPE BURSTING W/ HDPE DIPS DR 17) LF 10 $225.00 $2,250.00 C-403 REHAB 12" WW LINE (PNEUMATIC PIPE BURSTING W/ HDPE DIPS DR 17) LF 10 $250.00 $2,500.00 C-404 REHAB <_8" WW LINE (PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5) LF 10 $200.00 $2,000.00 C-405 REHAB 10" WW LINE (PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5) LF 10 $225.00 $2,250.00 C-406 REHAB 12" WW LINE (PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5) LF 10 $2,500.00 $25,000.00 C-407 STANDARD SERVICE RE -CONNECTION (ON PIPE BURSTED WW LINE) EA 4 $3,200.00 $12,800.00 C-408 DEEP SERVICE RE -CONNECTION (ON PIPE BURSTED WW LINE) EA 2 $4,000.00 $8,000.00 Subtotal: $174,842.95 ABANDONMENT OF EXISTING UTILITIES No. Description Unit Qty Unit Price Ext Price D-101 ABANDON WW MANHOLE (ALL SIZES) EA 5 $2,718.60 $13,593.00 D-102 REMOVE WW MANHOLE (ALL SIZES) (NOT RELATED TO NEW MH INSTALL) VF 8 $4,096.30 $32,770.40 D-103 GROUT FILL &ABANDON IN PLACE WW LINE CY 5 $1,807.80 $9,039.00 Subtotal: $55,402.40 TRENCH/ PAVEMENT REPAIR AND SITE RESTORATION No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM E-101 CUT & RESTORE HMAC PAVEMENT (3" THICK PAVEMENT, 8" BASE & PRIME COAT) SY 200 $323.15 $64,630.00 E-102 ADDITIONAL HMAC PAVEMENT THICKNESS (1/2" PER SY) SY 20 $56.35 $1,127.00 E-103 CUT & RESTORE CONCRETE PAVEMENT (10" THICK PAVEMENT & BASE) SY 50 $575.00 $28,750.00 E-104 ADDITIONAL CONCRETE PAVEMENT THICKNESS (1" PER SY) SY 20 $71.30 $1,426.00 E-105 CEMENT STABILIZED SAND BACKFILL (1.5 SACKS OF CEMENT PER 1 CY OF SAND) TON 50 $121.90 $6,095.00 E-106 CEMENT STABILIZED SAND BACKFILL (2 SACKS OF CEMENT PER 1 CY OF SAND) TON 30 $125.35 $3,760.50 E-107 CEMENT STABILIZED SAND BACKFILL (160 LBS OF CEMENT PER 1 CY OF SAND) TON 10 $132.25 $1,322.50 E-108 SELECT BACKFILL MATERIAL CY 50 $28.75 $1,437.50 E-109 FLOWABLE BACKFILL CY 30 $281.75 $8,452.50 E-201 REMOVE AND REPLACE CONCRETE DRIVEWAY SF 250 $35.65 $8,912.50 E-202 REMOVE AND REPLACE CONCRETE SIDEWALK SF 50 $25.30 $1,265.00 E-203 REMOVE AND REPLACE CURB AND GUTTER OR VALLEY GUTTER LF 50 $73.60 $3,680.00 E-204 REMOVE AND REPLACE CURB RAMP EA 2 $2,329.90 $4,659.80 E-205 REMOVAL & REPLACEMENT OF CHAIN LINK FENCING LF 100 $39.10 $3,910.00 E-206 REMOVAL & REPLACEMENT OF WOOD FENCING LF 250 $46.00 $11,500.00 E-207 REMOVE, RELOCATE, AND REINSTALL MAIL BOX EA 3 $488.75 $1,466.25 Subtotal: $152,394.55 GENERAL SITE WORK No. Description Unit Qty Unit Price Ext Price F-101 STORMWATER POLLUTION PREVENTION P LAN LS 1 $3,250.00 $3,250.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM F-1 02 TEMPORARY CONSTRUCTION ENTRANCE/EXIT EA 1 $3,864.00 $3,864.00 F-103 TEMPORARY SEDIMENT CONTROL FENCE (SILT FENCE AND/OR SILT BARRIER) LF 50 $4.60 $230.00 F-104 INLET PROTECTION EA 10 $46.00 $460.00 F-105 EROSION CONTROL - SODDING SY 50 $25.88 $1,294.00 F-106 EROSION CONTROL - SEEDING SY 20 $10.93 $218.60 F-201 TRENCH SAFETY FOR WW LINE INSTALLATION (0' - 10' DEPTH) LF 10 $26.45 $264.50 F-202 TRENCH SAFETY FOR WW LINE INSTALLATION (>10'- 18' DEPTH) LF 10 $33.35 $333.50 F-203 TRENCH SAFETY FOR WW LINE INSTALLATION (>18' DEPTH) LF 10 $47.15 $471.50 F-204 EXCAVATION SAFETY FOR MANHOLES, WITHOUT LINE WORK (>5' - 10' DEPTH) EA 10 $869.40 $8,694.00 F-205 EXCAVATION SAFETY FOR MANHOLES, , WITHOUT LINE WORK (>10'- 18' DEPTH) EA 10 $1,159.20 $11,592.00 F-206 EXCAVATION SAFETY FOR MANHOLES, WITHOUT LINE WORK (>18' DEPTH) EA 2 $1,449.00 $2,898.00 F-301 BYPASS PUMPING SET-UP - BYPASSING LINE <_ 8" DIA. EA 1 $3,500.00 $3,500.00 F-302 BYPASS PUMPING SET-UP - BYPASSING LINE 10" - 12" DIA. EA 1 $5,000.00 $5,000.00 F-303 BYPASS PUMPING SET-UP - BYPASSING LINE 15" - 18" DIA. EA 1 $8,500.00 $8,500.00 F-304 BYPASS PUMPING SET-UP - BYPASSING LINE 24" - 30" DIA. EA 1 $20,000.00 $20,000.00 F-305 BYPASS PUMPING SET-UP - BYPASSING LINE 36" - 42" DIA. EA 1 $25,000.00 $25,000.00 F-306 BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE <_ 8" DIA. LF 350 $100.00 $35,000.00 F-307 BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 10" - 12" DIA. LF 350 $150.00 $52,500.00 F-308 BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 15" - 18" DIA. LF 350 $250.00 $87,500.00 F-309 BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 24" - 30" DIA. LF 350 $350.00 $122,500.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM F-310 BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 36" - 42" DIA. LF 350 $450.00 $157,500.00 F-311 BYPASS PUMPING OPERATION - BYPASSING LINE <_ 8" DIA. DAY 10 $3,500.00 $35,000.00 F-312 BYPASS PUMPING OPERATION - BYPASSING LINE 10" - 12" DIA. DAY 10 $3,500.00 $35,000.00 F-313 BYPASS PUMPING OPERATION - BYPASSING LINE 15" - 18" DIA. DAY 10 $4,500.00 $45,000.00 F-314 BYPASS PUMPING OPERATION - BYPASSING LINE 24" - 30" DIA. DAY 10 $5,500.00 $55,000.00 F-315 BYPASS PUMPING OPERATION - BYPASSING LINE 36" - 42" DIA. DAY 10 $6,500.00 $65,000.00 F-316 FURNISH VACUUM TRUCK (TANDEM) FOR CONTROL OF WW FLOW (24 -HR PERIOD) DAY 2 $9,500.00 $19,000.00 F-317 EMERGENCY BYPASS PUMPING SET-UP - BYPASSING LINE <_ 8" DIA. EA 1 $5,250.00 $5,250.00 F-318 EMERGENCY BYPASS PUMPING SET-UP - BYPASSING LINE 10" - 12" DIA. EA 1 $7,500.00 $7,500.00 F-319 EMERGENCY BYPASS PUMPING SET-UP - BYPASSING LINE 15" - 18" DIA. EA 1 $12,750.00 $12,750.00 F-320 EMERGENCY BYPASS PUMPING SET-UP - BYPASSING LINE 24" - 30" DIA. EA 1 $30,000.00 $30,000.00 F-321 EMERGENCY BYPASS PUMPING SET-UP - BYPASSING LINE 36" - 42" DIA. EA 1 $37,500.00 $37,500.00 F-322 EMERGENCY BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE <_ 8" DIA. LF 20 $150.00 $3,000.00 F-323 EMERGENCY BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 10" - 12" DIA. LF 20 $225.00 $4,500.00 F-324 EMERGENCY BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 15" - 18" DIA. LF 20 $375.00 $7,500.00 F-325 EMERGENCY BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 24" - 30" DIA. LF 20 $525.00 $10,500.00 F-326 EMERGENCY BYPASS PUMPING DISCHARGE PIPING - BYPASSING LINE 36" - 42" DIA. LF 20 $675.00 $13,500.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM F-327 EMERGENCY BYPASS PUMPING OPERATION - BYPASSING LINE < 8" DIA. DAY 1 $5,250.00 $5,250.00 F-328 EMERGENCY BYPASS PUMPING OPERATION - BYPASSING LINE 10" - 12" DIA. DAY 1 $5,250.00 $5,250.00 F-329 EMERGENCY BYPASS PUMPING OPERATION - BYPASSING LINE 15" - 18" DIA. DAY 1 $6,750.00 $6,750.00 F-330 EMERGENCY BYPASS PUMPING OPERATION - BYPASSING LINE 24" - 30" DIA. DAY 1 $8,250.00 $8,250.00 F-331 EMERGENCY BYPASS PUMPING OPERATION - BYPASSING LINE 36" - 42" DIA. DAY 1 $9,750.00 $9,750.00 F-332 FURNISH VACUUM TRUCK (TANDEM) FOR CONTROL OF WW FLOW (24 -HR PERIOD) DAY 2 $14,250.00 $28,500.00 F-401 WELL POINTING FOR MANHOLE (0'- 10' DEPTH) EA 2 $9,100.00 $18,200.00 F-402 WELL POINTING FOR MANHOLE (10' - 18' DEPTH) EA 4 $10,500.00 $42,000.00 F-403 WELL POINTING FOR MANHOLE (>18' DEPTH) EA 1 $11,900.00 $11,900.00 F-404 WELL POINTING FOR LINE WORK (PER LF OF TRENCH) (0'- 10' DEPTH) LF 10 $700.00 $7,000.00 F-405 WELL POINTING FOR LINE WORK (PER LF OF TRENCH) (10' - 18' DEPTH) LF 10 $800.00 $8,000.00 F-406 WELL POINTING FOR LINE WORK (PER LF OF TRENCH) ( >18' DEPTH) LF 10 $925.00 $9,250.00 F-501 PRE CCTV - CLEAN & TELEVISE WW LINES (LINES8"-18") LF 200 $15.00 $3,000.00 F-502 POST CCTV - TELEVISE WW LINES (LINES 8" - 18") LF 200 $5.00 $1,000.00 F-503 OTHER CCTV - CLEAN & TELEVISE WW LINES (LINES 8" - 18") LF 200 $15.00 $3,000.00 F-504 OTHER CCTV - CLEAN & TELEVISE WW LINES (LINES >18" - 42") LF 100 $35.00 $3,500.00 F-505 CCTV REVERSE SET-UP (UNABLE TO TRAVERSE LINE ON INITIAL SET-UP) EA 4 $500.00 $2,000.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM F-506 CCTV SET-UPS EA 2 $250.00 $500.00 F-507 WW LINE HEAVY CLEANING (LINES 8" - 18") LF 50 $30.00 $1,500.00 F-508 WW LINE HEAVY CLEANING (LINES >18" - 42") LF 50 $50.00 $2,500.00 F-509 OBSTRUCTION REMOVAL BY REMOTE DEVICE (ALL DEPTHS) EA 1 $650.00 $650.00 F-510 OBSTRUCTION REMOVAL BY EXCAVATION (0' - 10' DEPTH) EA 1 $5,175.00 $5,175.00 F-511 OBSTRUCTION REMOVAL BY EXCAVATION (>10' - 18' DEPTH) EA 1 $8,625.00 $8,625.00 F-512 OBSTRUCTION REMOVAL BY EXCAVATION (>18' DEPTH) EA 1 $13,800.00 $13,800.00 F-513 CLEAN & CCTV MANHOLE/ MANHOLE INSPECTION EA 10 $750.00 $7,500.00 F-601 TRAFFIC CONTROL PLAN, RESIDENTIAL AREAS (3RD PARTY ENGINEER CERTIFIED) EA 5 $7,500.00 $37,500.00 F-602 ALLOWANCE FOR PREPARATION AND IMPLEMENTATION OFATRAFFIC CONTROL PLAN (NON-RESIDENTIAL WORK SITES) ALW 1 $100,000.00 $100,000.00 F-603 PREPARATION AND IMPLEMENTATION OF A TRAFFIC CONTROL PLAN, EMERGENCY RESIDENTIAL WORK SITES EA 1 $10,000.00 $10,000.00 F-604 PREPARATION AND IMPLEMENTATION OF A TRAFFIC CONTROL PLAN, EMERGENCY NON-RESIDENTIAL WORK SITES EA 1 $17,500.00 $17,500.00 F-702 POTHOLING (>10' - 18" DEPTH) EA 1 $6,724.05 $6,724.05 F-703 POTHOLING (>18" DEPTH) EA 1 $11,862.25 $11,862.25 F-704 TREE REMOVAL ( >6" DIA. TRUNK) EA 5 $509.45 $2,547.25 F-705 POWER POLE SUPPORT EA 1 $3,622.50 $3,622.50 Subtotal: $1,339,176.15 WATER IMPROVEMENTS No. Description Unit Qty Unit Price Ext Price DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM G1 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS ALW 1 $30,000.00 $30,000.00 F-706 ALLOWANCE FOR OTHER TRENCHLESS TECHNOLOGIES FOR REHABILITATION OF WASTEWATER MANHOLES AND LINES ALW 1 $100,000.00 $100,000.00 Subtotal: $130,000.00 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE RFB 4819 Addendum 1 Revised 06/20/2023 19:19:16 PM RFB 4819 Addendum 2 06/20/2023 19:19:17 PM DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 nents, 23148 Report Created On: 6/21/2023 7:34:30 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans RFB 4819 Drawings 6/12/2023 10:27:33 AM Invitation To Bid RFB 4819 Invitation to Bid and Specifications 6/1 2/2023 10:25:35 AM Addenda RFB 4819 Addendum 1 Revised 6/20/2023 10:03:46 AM Addenda RFB 4819 Addendum 2 6/20/2023 2:17:18 PM DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 00 30 01 BID FORM Project'Citywide Name: Wastewater Manhole Improvements IDIQ Project Number: 23148 Owner: City of CorpusChrist OAR: PART A- GENERAL (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Designer: Corpus Christ Water a e By its signature of all Addenda Work in accordance Bidder: Signature below, Bidder accepts all of the terms and conditions of the Bid Acknowledgement, acknowledges receipt to the Bid and agrees, if this Bid is accepted, to enter into a Contract with the Owner and complete the with the Contract Documents for the Bid price. National Po Rodding Corp. (full legal name of Bidder) B-102 (signature of person with authority to bind the Bidder) f Name: TItle: Attest: Reid State of Resodency: Federal Tx ID Address for Phone: 51 BONDS AND INSURANCE (MAX. 2%) Fabian R. Castel (printed name of person signing Bid Forrn) Vice President (title of person signing Bid Form) 40,000.00 1:',-) /e,"/ -1.-..--i , (signature) W. Ruprecht, Vice President Illinois No, 36-2933140 Notices: 9810 FM 969 Austin, TX 78724 FIBERGLASS WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) 2-928-1 420 Email: officeOnationalpowerrodding.com 20 Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY (Sid Evaluation ONLY - NOT FOR AWARD) UNIT PRRCE EXTENDED AMOUNT PART A- GENERAL (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION (MAX. 5%) LS B-102 FIBERGLASS WWMH - 5 FT DIA. (0"-6' DEPTH) A2 BONDS AND INSURANCE (MAX. 2%) AL 40,000.00 40,000.00 SUBTOTAL PART A - GENERAL (Item Al to A3) PART B - WW MANHOLE IMPROVEMENTS (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) REMOVE & REPLACE MANHOLE - NEW MANHOLE - CLOSED BOTTOM, MONOLITHIC BASE SECTION 9-101 FIBERGLASS WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 B-102 FIBERGLASS WWMH - 5 FT DIA. (0"-6' DEPTH) EA B-103 FIBERGLASS WWMH - 6 FT DIA.. (0'-6' DEPTH) EA B-104 FIBERGLASS WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 20 9-105 FIBERGLASS WWMH - 5 FT DIA, (EXTRA DEPTH, OVER 6' DEPTH) VF 6 9-106 FIBERGLASS WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2 B-107 CONCRETE W/ANTI-MICROBIAL WWMH - 4 FT DIA. (0'-6' DEPTH) EA 10 B-108 CONCRETE /ANTI- CROBIAL WWMH - 5 FT DIA. (0'-.6DEPTH) EA 2 B-109 CONCRETE /ANTI -MICROBIAL WWMH - 6 FT DIA, (0-6" DEPTH) EA 1 B-110 CONCRETE W/ANTI-MICROBIAL WWMH - 4 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 15 B-111 CONCRETE W/ANTI-MICROBIAL WWMH - 5 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 4 9-112 CONCRETE W/ANTI-MICROBIAL WWMH - 6 FT DIA. (EXTRA DEPTH, OVER 6' DEPTH) VF 2. B-113 POLYMER CONCRETE WWMH - 4 FT DIA. (0'-6' DEPTH) EA 4 B-114 POLYMER CONCRETE WWMH - 5 FT DIA. (0-6' DEPTH) EA 2 B-115 POLYMER CONCRETE WWMH - 6 FT DIA. (0'-6' DEPTH) EA B-116 POLYMER CONCRETE WWMH - 4 FT D)A. (EXTRA DEPTH, OVER 6' DEPTH) VF 10 Bid Form Citywide Wastewater 1010 Manhoe Improvements - Project No. 23148 00 30 01 - Page 1 of 7 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 007200-1 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 007200-2 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 007200-3 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 12.04 Substitutions 55 Article 13 — 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 Corpus Christi Standards 007200-4 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 007200-5 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 007200-6 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 24.03 Contractor's Responsibilities 104 24.04 Document Submittal 105 24.05 Document Numbering 105 24.06 Document Requirements 106 Article 25 — 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 Article 26 — 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 Corpus Christi Standards 007200-7 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Article 30 - 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 Corpus Christi Standards 007200-8 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 30.21 Notices. 131 General Conditions Corpus Christi Standards 007200-9 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date —The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid — The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Documents. 7. Bidding Documents — The solicitation documents, the proposed Contract Documents and Addenda. 8. Bidder — An individual or entity that submits a Bid to Owner. 9. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 10. Change Order - A document issued on or after the Effective Date of the Contract, which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 11. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 12. City Engineer - The Corpus Christi City Engineer and/or designee as identified at the preconstruction conference or in the Notice to Proceed. General Conditions Corpus Christi Standards 00 72 00-10 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-11 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 21. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 22. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 23. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion 24. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 25. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 26. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 27. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 28. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 29. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner. These costs include fees for engineers, architects, attorneys, and other professionals. 30. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 31. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. General Conditions Corpus Christi Standards 00 72 00-12 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-13 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-14 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-15 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-16 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-17 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-18 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-19 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-20 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-21 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and 3. Hazardous Environmental Conditions. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. Claims for adjustment to the Contract Price or Contract Times that do not comply with Article 13 are waived. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 —AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume General Conditions Corpus Christi Standards 00 72 00-22 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-23 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-24 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR's issuance of the OPT's statement to Contractor regarding the subsurface or physical condition in question. 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Investigating and field -verifying the location of underground facilities before beginning Work; 2. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 3. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 4. Locating Underground Facilities shown or indicated in the Contract Documents; 5. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 6. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately, but in no event later than 3 days, if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. General Conditions Corpus Christi Standards 00 72 00-25 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents or was not shown or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 15.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor's Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR's issuance of OPT's statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary General Conditions Corpus Christi Standards 00 72 00-26 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-27 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-28 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-29 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-30 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-31 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-32 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-33 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-34 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-35 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-36 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by this section, with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of General Conditions Corpus Christi Standards 00 72 00-37 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Friday 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 Corpus Christi Standards 00 72 00-38 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 17.01.6 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 Corpus Christi Standards 00 72 00-39 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-40 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. B. Contractor's obligation to indemnify Owner for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. This Project is not exempt from City permits and fees unless expressly stated otherwise. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. General Conditions Corpus Christi Standards 00 72 00-41 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 7.09.6 caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. General Conditions Corpus Christi Standards 00 72 00-42 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-43 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-44 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-45 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-46 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-47 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-48 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-49 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-50 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-51 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-52 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-53 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-54 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-55 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-56 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-57 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-58 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-59 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-60 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-61 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-62 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 15.05.6.1 through 15.05.6.5, 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 15.02.6.1 and 15.02.6.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 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 Corpus Christi Standards 00 72 00-63 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 15.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Contract; 2. There is no corresponding adjustment with respect to other items of Work; and 3. Contractor believes it has incurred additional expense as a result of this condition or Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 15.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Contract. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 15.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Contract. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor's selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. General Conditions Corpus Christi Standards 00 72 00-64 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-65 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-66 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-67 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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; Liquidated damages have accrued as a result of Contractor's failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; g. i. Failure to submit up-to-date record documents as required by the Contract Documents; Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; 1<. Failure to provide Project photographs required by the Contract Documents; 1. Failure to provide Certified Payroll required by the Contract Documents; j• General Conditions Corpus Christi Standards 00 72 00-68 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-69 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-70 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-71 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-72 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-73 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-74 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 C to document set -offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the set-off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. 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 Corpus Christi Standards 00 72 00-75 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT's review of Contractor's Work for the purposes of recommending payments nor OAR's recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor's failure to comply with Laws and Regulations applicable to Contractor's performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 17.10 Contractor's Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 17.11 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work within 30 days after Contractor's notification to determine if the Work is substantially complete. OAR, within 120 days after receipt of Contractor's notification, is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions Corpus Christi Standards 00 72 00-76 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 C. The OPT and Contractor are to meet to discuss Owner's use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor's coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner's assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner's use or occupancy of the Work; 3. Contractor's obligations for operations and maintenance during performance and acceptance testing; 4. Contractor's access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1 -year correction period. 17.12 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 17.11 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 17.13 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 17.14 Final Application for Payment A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set -offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. General Conditions Corpus Christi Standards 00 72 00-77 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 17.17.6 corrected if Contractor does not comply with the terms of OAR's instructions, or in an emergency where delay would cause serious risk of loss or damage. General Conditions Corpus Christi Standards 00 72 00-78 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-79 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-80 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-81 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-82 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. 1. 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 Corpus Christi Standards 00 72 00-83 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-84 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-85 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-86 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-87 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-88 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-89 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-90 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-91 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-92 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-93 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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; Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; g. General Conditions Corpus Christi Standards 00 72 00-94 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-95 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-96 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-97 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-98 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 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 Corpus Christi Standards 00 72 00-99 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• 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 Corpus Christi Standards 00 72 00-100 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-101 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-102 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-103 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-104 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. 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 Corpus Christi Standards 00 72 00-105 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Prefix Description Originator RCP Request fora Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter "A" designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference to the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 24.06 Document Requirements A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Section Application for Payment Article 17 Change Proposal Article 12 Certified Test Report Article 25 for approval of product Article 21 to demonstrate compliance Notification by Contractor Article 20 Photographic Documentation Article 28 Progress Schedules Article 27 Record Data Article 26 Request for Information Article 20 Shop Drawing Article 25 Schedule of Values Article 17 Substitutions Article 12 General Conditions Corpus Christi Standards 00 72 00-106 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-107 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-108 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-109 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. 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. g. General Conditions Corpus Christi Standards 00 72 00-110 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-111 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-112 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-113 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-114 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-115 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-116 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-117 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-118 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. Use software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. g. 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 Corpus Christi Standards 00 72 00-119 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-120 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-121 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-122 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-123 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-124 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-125 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-126 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 29.04 Closeout Documents Submittal A. Record Documents per Article 20. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per Article 28. 29.05 Transfer of Utilities A. If applicable to the Project, transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 29.06 Warranties, Bonds and Service Agreements A. Provide warranties, bonds, and service agreements required by the Contract Documents. B. The date for the start of warranties, bonds, and service agreements is established per the Contract Documents. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Provide a log of all equipment covered under the 1 -year correction period specified in the Contract Documents and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or service agreement; e. Indicate the start date for the correction period specified in the Contract Documents for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. Start date, warranty or guarantee period, and expiration date for each warranty, bond, and service agreement; g. General Conditions Corpus Christi Standards 00 72 00-127 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-128 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-129 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-130 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-131 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Corpus Christi Standards 00 72 00-132 Rev 6/2021 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 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 rehabilitated and/or replaced wastewater manholes, pipelines, and service laterals have passed acceptance testing and placed in service for each Delivery Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-1 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Payment 30 days after the date for Substantial Completion. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 3. A total of 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 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-2 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6 — BONDS AND INSURANCE SC -6.03 REQUIRED MINIMUM INSURANCE COVERAGE Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-3 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 INSURANCE REQUIREMENTS CONTRACTOR'S INSURANCE AMOUNTS Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non - Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability Required if Contract Price > $5,000,000 $1,000,000 Per Occurrence Contractor's Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. Required if excavation > 3 ft $1,000,000 Per Claim © Required • Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost Structure and Contents of • Required © Not Required Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-4 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. Replace Paragraph 7.02.B with the following: "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 sunrise and sundown Monday through Friday unless other times are specifically authorized in writing by OAR." SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 70 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: TX20220021 02/25/2022 Superseded General Decision Number: TX20210021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-4 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Superseded General Decision Number: TX20210021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-6 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. If the contract was awarded on for between January 1, 2015 and (January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: • Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number 0 1 Publication Date 01/07/2022 02/25/2022 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 ** Concrete Finisher $ 7.56 ** ELECTRICIAN $ 13.37 ** 2.58 Laborers: Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-7 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (E0) 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 E0, 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 E0 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 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 Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-8 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 007300-9 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. 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. Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-10 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 END OF GENERAL DECISION General Decision Number: TX20220021 02/25/2022 Superseded General Decision Number: TX20210021 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Contracts subject to the Davis -Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but do not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. If the contract was awarded onl. for between January 1, 2015 and (January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-11 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 ** Concrete Finisher $ 7.56 ** ELECTRICIAN $ 13.37 ** Laborers: Common $ 7.25 ** Utility $ 7.68 ** Power equipment operators: Backhoe $ 9.21 ** Motor Grader $ 8.72 ** 2.58 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 ($15.00) or 13658 ($11.25). 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 Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-12 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 on contractor requirements and worker protections under the E0 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 rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-13 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: an existing published wage determination a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour 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 Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-14 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION ARTICLE 19 — PROJECT MANAGEMENT AND COORDINATION SC -19.21 COOPERATION WITH PUBLIC AGENCIES A. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Corpus Christi Water (CCW) (Design Engineer) 361826-2489 Maridel Jimenez, PE 361-826-1851 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 361-885-6900 (361-885-6942 after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals 361-826-1610 Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-15 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Public Agencies/Contacts Phone Number 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 (Network Operations Center) 1-888-632-0931 Centu ryLi n k 361-208-0730 Windstream 1-800-600-5050 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-695-7200 ARTICLE 20 — PROJECT COORDINATION SC -20.08 RECORD DOCUMENTS A. Add the following to Paragraph 20.08 D 4: "h. Actual extents of repair, rehabilitation, replacement, and removal of wastewater lines, manholes, and service laterals. i. Manhole rehabilitation type (liner or coating), manufacturer name and product used. j. Manhole diameters, cover sizes, inflow inhibitor, and standard and drop connections, if not shown on Drawings. k. Concrete or steel encasement installed and extents. 1. Actual service connection and clean-out locations, and depths. Marked up Drawings described here are also referred to as "As -built Drawings." B. Delete Paragraph 20.08 D 6. entirely and insert the following: "6. Submit Record Documents for each Delivery Order to Designer for review and acceptance within 7 days of Final Completion of each Delivery Order." C. Delete Paragraph 20.08 E entirely and insert the following: "E. Progress Payments and Final Applications for Payment will not be recommended for payment if Record Documents (including 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 Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-16 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description T-027205 Fiberglass Manholes for Wastewater c Concrete Manholes for Wastewater T-027207 Polymer Concrete Manholes for Wastewater T-027207 Wastewater Access Chambers 055420/ T-027207 Manhole Ring and Covers TBD To be determined during each DO construction Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-17 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 DVD footage and reports 01 33 01 See Submittal Register for Required Record Data SC -30.21 Notices B. Strict compliance is required for all notice provisions in this Contract. END OF SECTION Supplementary Conditions Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 00 73 00-18 Rev 4/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 01 1100 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: 1. The project is an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract to complete wastewater collection system infrastructure construction at various locations throughout the City. The work will be issued by the City in multiple indefinite quantity individual work orders called "Delivery Orders" that provide specific scope and requirements in accordance with the plans, specifications, and contract documents. This is a "not to exceed' contract and may only issue as many Delivery Orders as there is funding to cover. 2. The scope of work includes rehabilitation, replacement, and/or point repair of wastewater collection system manholes and pipelines. 3. Work includes dewatering through well pointing, control of wastewater flow through bypass pumping, cleaning and televised inspection of pipelines, as needed SWPPP/permit compliance (subsidiary), temporary traffic controls, and site restoration to pre-existing or better conditions. 4. Work includes emergency response Delivery Orders that require Contractor to always have management personnel and crews available and on-call during the Contract to provide emergency response on-call services. Refer to Section 01 35 00, "Special Procedures" for details. 5. The contract will have a duration of one year not to exceed $2,000,000.00, subject to satisfactory contractor performance. Summary of Work Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 011100-1 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 6. Each Delivery Order shall be treated as an individual contract and be completed within the stipulated substantial completion days in each DO document. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None. B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None. 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. Summary of Work Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 011100-2 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 011100-3 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. The Lump Sum Bid Items described as "Allowances" have been set as noted in Section 00 30 01 Bid Form and shall be included in the Total Base Bid of the Bid Form for each Bidder. These Allowances may be used at the Owner's discretion in the event that unforeseen conditions or conflicts are encountered during construction that warrants the use of the Allowance funds. If the use of Allowance funds becomes necessary, the OAR will provide written authorization at a cost negotiated between Owner and Contractor, using unit prices in the Bid Form when applicable. No work is to be performed under the Allowance items without written authorization from the OAR. There is no guarantee that any of these funds will need to be used during the course of the Work. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with Article 24 of SECTION 00 72 00 GENERAL CONDITIONS. 1.03 DESCRIPTION OF ALTERNATES (NOT USED) 1. Not Used Alternates and Allowances Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012310-1 Rev 5/2020 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1.04 DESCRIPTION OF ALLOWANCES A. Allowance A2 — Allowance for Bonds and Insurance 1. A maximum of 2% of the bid price to be used for the purchase of bonds and insurance required for the Project. 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 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 F-602 — Allowance for Preparation and Implementation of a Traffic Control Plan (Non -Residential Work Sites): 1. The sum of $100,000.00 to be used for the payment of preparation and implementation of traffic control plans as required 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 to receive payment. 3. Payment shall include but not be limited to: a. TCP prepared by a Texas license professional engineer, furnishing, installing, moving, replacing, 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. When a third -party, Texas Licensed Engineer -certified TCP is required by the City Traffic Engineering Department for work in residential streets, separate payment will be made under Bid Item F-601 included in the Bid Form. Alternates and Allowances Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012310-2 Rev 5/2020 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 C. Allowance F-706 — Allowance for Other Technologies or Materials for Rehabilitation of Wastewater Manholes and Lines: 1. An amount of $100,000.00 is for use for the payment of wastewater line and/or manhole rehabilitation using new technologies or alternative materials or methods to the methods included in the Contract Documents, such as epoxy spray lining, and cured - in -place manhole lining, for example. 2. This item is intended to allow for other installation methods, materials, and technologies that may be more suitable, cost-effective, or available for a wastewater manhole or line segment identified for rehabilitation than the materials or methods available in the Contract. 3. Contractor shall submit a cost proposal to include a schedule of values listing the new pay items, estimated quantities, and unit prices for the proposed rehabilitation line items. Contractor shall include Contractor's cost of the work and Contractor's overhead and profit associated with the new line items in the cost proposal. Once the cost proposal is approved, payment for the new wastewater manhole or line rehabilitation method will be made based on the unit prices provided in the schedule of values. Any other applicable original bid items needed for the subject work site shall be paid under those original unit prices of the contract. 4. Any trenchless technology proposed shall be designed, installed, and constructed in accordance with applicable American Society for Testing and Materials (ASTM) or American Water Works Association (AWWA) standards with reference to materials used and construction procedures. 5. Any trenchless technology proposed is subject to the testing requirements of TCEQ Chapter §217.57 relating to Testing Requirements for Installation of Gravity Collection System Pipes or TCEQ Chapter §217.68 relating to Force Main Testing. 6. Any installation method or material proposed is subject to the submittal review process requiring, at a minimum, submittal of the following: a. Product, manufacturer/installer qualifications demonstrating commercially proven acceptability as evidenced by having installations in the State totaling at least 100,000 linear feet of the product installed and have been in service at least 5 years. A minimum of three similar reference projects completed within the past 3 years along with Owner contact information shall be provided. b. Third -party test results supporting long-term performance and structural strength of the product. c. Documentation that the rehabilitation manufacturing and installation conforms to a documented quality management system. d. Certification of a minimum warranty of one year after acceptance and covering defects affecting the integrity or strength of the product. e. Other site-specific work plans required for construction such as bypass pumping plans and traffic control plans where applicable. Alternates and Allowances Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012310-3 Rev 5/2020 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 D. Allowance G1 — Allowance for Unanticipated Water Improvements: 1. The sum of $30,000.00 to be used for the payment of Unanticipated Water Improvements 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 water distribution projects and are qualified to complete the work on the water distribution 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 water improvement work is subject to the submittal review process including providing product information for all piping, fittings, appurtenances required for the work; and Contractor and/or Subcontractor experience record and resumes for proposed field supervisory personnel and field crews. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012310-4 Rev 5/2020 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 0129 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 Measurement and payment outlined here supersedes measurement and payment stated in technical specifications. A. Bid Item Al — Mobilization (Maximum 5% of Contract Amount): 1. Include the following costs in this Bid item: a. Transportation and setup for equipment; b. Transportation and/or erection of all field offices, sheds, and storage facilities; c. Salaries for preparation of documents required before the first Application for Payment; d. Salaries for field personnel assigned to the Project related to the mobilization of the Project; e. Demobilization; and Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-1 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 f. Mobilization may not exceed 5 percent of the total Contract Price. 2. Measurement for payment will be made per lump sum per Delivery Order on the following basis: When at least 5% of the adjusted contract amount for construction of a Delivery Order is earned, 75% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. Upon substantial completion of all work under this Contract for a Delivery Order and removal of all equipment and materials from the Delivery Order site, the remaining 25% of the mobilization lump sum bid amount will be eligible for payment, minus retainage. B. Bid Items B-101 — B-118 — Remove and Replace Manhole with New Manhole (Closed Bottom MH with Monolithic Base Section): 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for preparing ROW, saw - cutting, trenching/excavation, removal and disposal of existing manhole, installing the new manhole, gaskets, pipe -to -manhole connectors, non -shrink grout, mortar, and joint wrap where specified. b. Manhole assembly, anchoring, and any modifications that are made to the manhole assembly components, including eccentric or flat top concrete sections where specified. Any modifications to City of Corpus Christi Standard must be submitted for review and approval by the engineer. c. All foundation subgrade excavation, preparation, and compaction; concrete and reinforcing steel; crushed stone; flowable fill, bedding, and backfill. d. Connections to manhole, and bench & invert, including corrosion protective coating for any concrete bench and inverts. e. Approved anti -microbial additive for concrete manhole sections. f. All testing in accordance with T-027203. Including but not limited to: Proctor density test, vacuum testing, and hydrostatic testing as required by the engineer. 2. Measurement for payment for the first 6 feet of a "Fiberglass WWMH", "Concrete with Anti -Microbial WWMH", and "Polymer Concrete WWMH" be made at the unit price bid per each manhole, of the indicated type and size, complete in place. 3. Measurement for payment for that portion of a "Fiberglass WWMH", "Concrete with Anti -Microbial WWMH", and "Polymer Concrete WWMH" in excess of 6 feet in depth will be made at the unit price bid for "Extra Depth" per vertical feet of the indicated type and size, complete and in-place. 4. Measurement for payment for the new manhole will be made from the bottom manhole invert elevation to the manhole rim elevation. 5. Drop connections to manholes will be paid separately under the applicable pay item included in the bid form. 6. Manhole frame & cover, concrete collar, adjustment rings, and stainless-steel inflow inhibitor, will be paid separately under the applicable pay item included in the bid form. 7. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-2 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 8. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. C. Bid Items B-201 — B-218 — Remove and Replace Manhole with New Manhole (Open Bottom MH with Cast -In -Place Foundation): 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for preparing ROW, saw - cutting, trenching/excavation, removal and disposal of existing manhole, installing the new manhole, gaskets, pipe -to -manhole connectors, non -shrink grout, mortar, and joint wrap where specified. b. Manhole assembly, anchoring, and any modifications that are made to the manhole assembly components, including eccentric or flat top concrete sections where specified. Any modifications to City of Corpus Christi Standard must be submitted for review and approval by the engineer. c. All foundation subgrade excavation, preparation, and compaction; concrete and reinforcing steel; crushed stone; flowable fill, bedding, and backfill. d. Connections to manhole, and bench & invert, including corrosion protective coating for any concrete bench and inverts. e. Approved anti -microbial additive for concrete manhole sections. f. All testing in accordance with T-027203. Including but not limited to: Proctor density test, vacuum testing, and hydrostatic testing as required by the engineer. 2. Measurement for payment for the first 6 feet of a "Fiberglass WWMH", "Concrete with Anti -Microbial WWMH", and "Polymer Concrete WWMH" be made at the unit price bid per each manhole, of the indicated type and size, complete in place. 3. Measurement for payment for that portion of a "Fiberglass WWMH", "Concrete with Anti -Microbial WWMH", and "Polymer Concrete WWMH" in excess of 6 feet in depth will be made at the unit price bid for "Extra Depth" per vertical feet of the indicated type and size, complete and in-place. 4. Measurement for payment for the new manhole will be made from the bottom manhole invert elevation to the manhole rim elevation. S. Drop connections to manholes will be paid separately under the applicable pay item included in the bid form. 6. Manhole frame & cover, concrete collar, adjustment rings, and stainless-steel inflow inhibitor, will be paid separately under the applicable pay item included in the bid form. 7. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. 8. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-3 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 D. Bid Items B-301 — B-313 — New Manhole Ring & Cover, Adjustment, and Concrete Collar Protection 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for installing the manhole frame & cover, concrete collar, adjustment rings, stainless-steel inflow inhibitor, non -shrink grout, mortar, and joint wrap where specified, surface restoration, clean-up, and other work as required. b. Any modifications to City of Corpus Christi Standard for manhole covers and finished improvements must be submitted for review and approval by the engineer. c. Final backfill and subgrade excavation, preparation, and compaction; concrete and reinforcing steel. d. Proctor density testing as required by the engineer. e. Surface restoration including topsoil, sodding, and all other expenses not paid separately to restore area to preexisting or better conditions. 2. Measurement for payment will be made at the unit price bid per each manhole ring and cover of the indicated type and manhole opening size, concrete collar size, and based on the location of the manhole within asphalt roadway, concrete roadway, unpaved area, or driveway/sidewalk. 3. Measurement for payment for that portion of Raised Manhole Protection in excess of 5 feet above ground elevation will be made at the unit price bid per vertical feet of the indicated size of concrete collar. 4. Measurement for payment for providing a composite material manhole ring and cover in lieu of the City Standard cast iron manhole ring and cover, will be made at the unit price bid per each manhole ring and cover of the indicated size. 5. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. 6. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. E. Bid Items B-401 — B-418 — Manhole Rehabilitation - Open Bottom Insert Liner 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for preparing ROW, saw - cutting, trenching/excavation, removal and disposal of existing manhole portions, installing the new manhole, gaskets, pipe -to -manhole connectors, non -shrink grout, mortar, and joint wrap where specified. b. Manhole assembly, anchoring to existing manhole bench, and any modifications that are made to the manhole assembly components, including eccentric or flat top concrete sections where specified. Any modifications to City of Corpus Christi Standard must be submitted for review and approval by the engineer. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-4 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 c. Flowable fill of annular space between insert and existing manhole and backfill and pipe extension and connections to manhole. d. Reconstruction of bench and invert. e. Approved anti -microbial additive for concrete manhole sections. f. All testing in accordance with T-027203. Including but not limited to: Proctor density test, vacuum testing, and hydrostatic testing as required by the engineer. 2. Measurement for payment for the first 6 feet of a "Fiberglass WWMH Insert", "Concrete with Anti -Microbial WWMH Insert", and "Polymer Concrete WWMH Insert" be made at the unit price bid per each manhole, of the indicated type and size, complete in place. 3. Measurement for payment for that portion of a "Fiberglass WWMH Insert", "Concrete with Anti -Microbial WWMH Insert", and "Polymer Concrete WWMH Insert" in excess of 6 feet in depth will be made at the unit price bid for "Extra Depth" per vertical feet of the indicated type and size, complete and in-place. 4. Measurement for payment for the rehabilitated manhole will be made from the bottom manhole invert elevation to the manhole rim elevation. 5. Any replacement of drop connections to manholes will be paid separately under the applicable pay item included in the bid form. 6. Manhole frame & cover, concrete collar, adjustment rings, and stainless-steel inflow inhibitor, will be paid separately under the applicable pay item included in the bid form. 7. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. 8. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. F. Bid Items B-501 — B-515 — Manhole Rehabilitation - Polymeric and Cementitious Coating Systems 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals to include surface preparation, including cementitious wall repairs, lining application, and curing, as required. b. Reconstruction of bench and invert. 2. Measurement for payment for "Polymeric Coating System" for 4 -foot and 5 -foot diameter manholes will be made at the unit price per vertical foot of the indicated product type (Class A, B, or C) and diameter, which will include surface preparation, including cementitious wall repairs, lining application, and curing, as required. 3. Measurement for payment for "Polymeric Coating System" for manholes or structures greater than 5 -foot diameter will be made at the unit price per square foot of the indicated product type (Class A, B, or C), which will include surface preparation, including cementitious wall repairs, lining application, and curing, as required. 4. Measurement for Payment for "Cementitious Coating" for 4 -foot and 5 -foot diameter manholes will be made at the unit price per vertical foot of the indicated product type Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-5 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (Class A, B, or C) and diameter, which will include surface preparation, including cementitious wall repairs, approved antimicrobial admixture, lining application, and curing, as required. 5. Measurement for Payment for "Cementitious Coating" for manholes or structures greater than 5 -foot diameter will be made at the unit price per square foot of the indicated product type (Class A, B, or C), which will include surface preparation, including cementitious wall repairs, approved antimicrobial admixture, lining application, and curing, as required. 6. Measurement for payment for the rehabilitated manhole, when measured by vertical foot, will be made from the bottom manhole invert elevation to the manhole rim elevation. 7. Any replacement of drop connections to manholes will be paid separately under the applicable pay item included in the bid form. 8. Manhole frame & cover, concrete collar, adjustment rings, and stainless-steel inflow inhibitor, where specified for a manhole, will be paid separately under the applicable pay item included in the bid form. 9. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. G. Bid Item B-601 — Reconstruct Manhole Brick Corbel (all sizes): 1. Payment shall include but not be limited to: a. Work, equipment, materials, labor, and incidentals required to complete the work of removing and replacing the manhole corbel section of an existing brick manhole. b. All external concrete work, external cementitious wall repairs c. Excavation, flowable fill backfill, backfill, and embedment. 2. Measurement for payment shall be on a per each basis. 3. Manhole frame & cover, concrete collar, adjustment rings, and stainless-steel inflow inhibitor, will be paid separately under the applicable pay item included in the bid form. 4. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. 5. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. H. Bid Item B-602 — Reconstruct Manhole FRP Cone (all sizes): 1. Payment shall include but not be limited to: a. Work, equipment, materials, labor, and incidentals required to complete the work of removing and replacing the manhole cone section of an existing FRP manhole. b. All external concrete work and fiberglass glassing of cone to riser per manufacturer's recommendations. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-6 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 c. Excavation, flowable fill backfill, backfill, and embedment. 2. Measurement for payment shall be on a per each basis. 3. Manhole frame & cover, concrete collar, adjustment rings, and stainless-steel inflow inhibitor, will be paid separately under the applicable pay item included in the bid form. 4. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. 5. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. I. Bid Item B-603 — Reconstruct Manhole Bench & Inverts: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to form and seal the bench. 2. Measurement for payment shall be on a per each basis, when only the bench & invert is reconstructed and no rehabilitation to the existing manhole is required. 3. No separate payment will be made for reconstruction of manhole bench and invert when this work is completed in conjunction with pipe bursting and manhole rehabilitation using polymeric and cementitious coatings. 4. City specifications require to epoxy all exposed concrete in manhole w/ Jeff -coat per manufacture's recommendations. J. Bid Item B-604 — B-606 — Install Frame Seal: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to install manhole frame seal. 2. Measurement for payment shall be on a per each basis, when no rehabilitation using a coating system of the existing manhole is required. 3. No separate payment will be made for install of a frame seal when this work is completed in conjunction with manhole rehabilitation using polymeric and cementitious coatings. K. Bid Item B-607 — Locate Buried Manhole: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to locate a buried manhole. 2. Measurement for payment shall be on a per each basis. L. Bid Item B-608 — B-609 — Adjust Existing Manhole to Grade: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to adjust an existing manhole to grade. 2. Measurement for payment shall be on a per each basis. M. Bid Item B-610 — Reset Offset Frame: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to reset an offset frame. 2. Measurement for payment shall be on a per each basis. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-7 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 N. Bid Item B-611 — B-616 — Remove and Replace MH Cover w/ New Manhole Ring & Cover: 1. Payment shall include but not be limited to: a. Work, equipment, materials, labor and incidentals required to complete the work. b. New adjustment rings, ring & cover, concrete collar in paved areas, manhole protection in unpaved areas (up to 5' above ground elevation), inflow inhibitor etc. c. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. 2. Measurement for payment shall be on a per each basis for each diameter specified. 3. No separate payment will be made for new ring and covers installed as part of installation of a new manhole. 0. Bid Item B-617 — B-620 — Concrete Collar: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to install a concrete collar around the manhole frame and cover. 2. Measurement for payment shall be on a per each basis. 3. No separate payment will be made for concrete collar installation associated with a new manhole or new manhole cone install. P. Bid Item B-621 — Remove Existing Concrete Collar (All Sizes): 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to remove an existing concrete collar. 2. Measurement for payment shall be on a per each basis. 3. No separate payment will be made for concrete collar removal associated with a new manhole or new manhole cone install. Q. Bid Item B-622 — Install Inflow Inhibitor Dish (Stainless Steel): 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to install an inflow inhibitor dish. 2. Measurement for payment shall be on a per each basis. R. Bid Item B-623 - Chemical Grout Injection through Manhole Wall 1. Payment shall include but not be limited to all materials, labor, equipment, tools, and incidentals required for all aspects of sealing manholes and connections. 2. Measurement for payment shall be made on the number of gallons of grout used for sealing the manhole and connections at the manhole. S. Bid Item B-624 — B-625 - Inspection Manhole (WW Access Chamber) 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for excavation, bedding, and backfill, access chamber flat -bottom base and riser assembly, pipe connection, Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-8 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 formed concrete invert, and installation of ring and cover set in a traffic rated concrete slab over the riser opening. b. Any modifications to the inspection manhole (WW Access Chamber) detail included in the drawings or as indicated in Specification T-027207, must be submitted for review and approval by the engineer. c. All foundation subgrade excavation, preparation, and compaction; crushed stone; bedding, and backfill. d. Connections to manhole, and bench & invert, including corrosion protective coating for concrete bench and inverts. e. Frame & cover, adjustment grade rings, concrete slab, and non -shrink grout. 2. Measurement for payment be made at the unit price bid per each inspection manhole, of the indicated riser size and cover opening size, complete in place. 3. Measurement for payment for the new inspection manhole will be made from the bottom invert elevation to the cover rim elevation. 4. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. 5. Pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace will be paid separately under the applicable pay items included in the bid form. T. Bid Item B-626 — Remove & Replace ARV 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for trenching, trench protection, embedment, removal of the old ARV, tapping of the force main, saddle installation, installation of the new ARV, surface restoration, clean-up, and other work as required. 2. Measurement for payment shall be made on a per each basis for each size. U. Bid Item B-627 — B-629— External Drop Connections: 1. Payment shall include but not be limited to: a. Work, equipment, materials, labor, trench protection, and incidentals as required to make drop connection to manhole. b. Wall cut out, connection, adapter, grout, Jeffcoat, bends, etc. c. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be on a per each basis for the specified line sizes. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 012901-9 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 V. Bid Item C-101 — C-109— Remove and Replace Wastewater Line (Open -cut): 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for trenching, installing the new line, surface restoration, clean-up, and other work as required b. Locate and take measures to protect all existing utilities and private property c. Bedding and Backfilling d. Obstruction removals & point repairs e. Testing and certification f. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be made on a per linear foot basis for each size and depth range installed. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. W. Bid Item C-201 — C-209— Wastewater Line (Open -cut, New Trench): 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for trenching, installing the new line, surface restoration, clean-up, and other work as required b. Locate and take measures to protect all existing utilities and private property c. Bedding and Backfilling d. Obstruction removals & point repairs e. Testing and certification f. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. 2. Measurement for payment shall be made on a per linear foot basis for each size and depth range installed. X. Bid Item C-301 — Locate Service Line from Main Line: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals required to locate a service line from the main line (not in conjunction with open -cut line replacement). 2. Measurement for payment shall be on a per each basis. Y. Bid Item C-302 -C-303 — Service Re -connection for Open -Cut WW Line Installation: 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for trenching, to re -connect the service, surface restoration, clean-up, and other work as required. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-10 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 b. Bedding and Backfilling. c. Install City Cleanout if there is not one present. d. Testing and certification. e. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be made on a per each basis and based on the main line depth at the service connection. Deep service connections shall be installed per City standard detail for deep services. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. Z. Bid Item C-304 -C-306 — Service Lateral Replacement: 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required to replace wastewater service lines (any size). The service lateral includes all line segments from (and including) the tee on the main to (and including) the City -owned clean-out at the property or easement line, or as directed by Owner. b. Pipe, pipe fittings, adapters, clean -outs, and all other materials used for the lateral and to connect the lateral to the main. Service lateral replacement includes clean out, boot, coupling, & all associated parts for replacing a service line as per wastewater standard details during all rehabilitation and/or replacement work. All services shall be replaced from the main to the property line. c. Trench safety d. Bedding and Backfilling e. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be made on a per linear foot of service lateral for each mainline depth specified for each tap/lateral/service line being replaced. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. 4. Service re -connections are subsidiary to Service Lateral Replacement when lateral replacement is called for and will not be paid separately. AA. Bid Item C-307 — Installing Cleanout 1. Payment shall include but not be limited to: a. Labor, materials, equipment, and incidentals required to install a new cleanout according to the City of Corpus Christi Wastewater Standard Details. 2. Measurement shall be on a per each basis for each specified main depth. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-11 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 BB. Bid Item C-308 — Grouting Lateral Connections 1. Payment shall include but not be limited to all materials, labor, equipment, tools, and incidentals for all aspects of packer injection grouting of lateral connections as specified and shown. 2. Measurement for payment for grouting lateral connections (except for the grout material) shall be made on a per each basis for the number of lateral connections. 3. Measurement for payment for grout used shall be made on a per gallon basis. CC. Bid Item C-401 — C-406 — Rehab Wastewater Line (Pneumatic Pipe Bursting): 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for preparing ROW, trenching, installing the new line, surface restoration, clean-up, and other work as required b. Locate and take measures to protect all existing utilities and private property c. All costs associated with head insertion, retrieval, relief, and machine pits including surface restoration, trenching & trench protection, and other work as required d. Obstruction removals e. Manhole bench & invert, and manhole connections f. Bedding and Backfilling g. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be made on a linear foot basis for each size (based on new pipe size) and depth range installed. 3. Cleaning and CCTV shall be paid separately. 4. Hydrostatic testing of Force Mains paid separately. 5. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. DD. Bid Item C-407 — Standard Service Re -connection for Pipe Bursting <_8': 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for trenching, to re -connect the service, surface restoration, clean-up, and other work as required. b. Bedding and Backfilling c. Installation of City Cleanout if there is not one present d. Testing and certification e. Surface restoration shall include asphalt, concrete pavement, limestone base, and sodding 2. Measurement for payment shall be made on a per each basis for each main up to 8' in depth. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-12 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 EE. Bid Item C-408 — Deep Service Re -connection for Pipe bursting: 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required for trenching, to re -connect the service, surface restoration, clean-up, and other work as required. b. Bedding and Backfilling c. Install City Cleanout if there is not one present d. Testing and certification e. Surface restoration shall include asphalt, concrete pavement, limestone base, and sodding 2. Measurement for payment shall be made on a per each basis for each main greater than 8' in depth. a. Refer to detail FF. Bid Item D-101— Abandon Wastewater Manhole (All sizes): 1. Payment shall include but not be limited to: a. Labor, supervision, materials, and equipment necessary to complete the removal of a minimum of 5 feet of the upper portion of the existing manhole, backfill, and to complete surface restoration. b. Lawful disposal of waste and site clean-up. c. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be on a per each basis. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. 11. Bid Item D-102— Remove Existing Wastewater Manhole (All sizes): 1. Payment shall include but not be limited to: a. Labor, supervision, materials, and equipment necessary to complete the removal of the entire manhole (including foundation, bench and invert, and all other parts of the previous manhole). b. Lawful disposal of waste and site clean-up. c. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be per vertical foot of the manhole. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. JJ. Bid Item 0-103 — Grout Fill & Abandon Wastewater line in place: 1. Payment shall include but not be limited to: a. Labor, materials, equipment, and incidentals required to mix, transport, and place the grout Measurement and Basis for Payment 01 29 01- 13 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 b. Grout used to abandon the line c. Surface restoration at pump ports shall include all expenses to restore area to preexisting or better conditions. 2. Measurement shall be on a per cubic yard basis. KK. Bid Item E-101 — Pavement Restoration (Cut & Restore HMAC Pavement): 1. Payment shall include: a. All work, equipment, materials, labor, and incidentals to cut & restore HMAC pavement according to the plans b. Includes all base as directed in the City of Corpus Christi Wastewater Standard Details. 2. Measurement for payment shall be on a per square yard basis. a. Payment for pavement restoration is limited to the City standard trench repair detail based on the trench sizes shown in the pavement repair pay limits tables in the general notes when the PCI < 85. b. If the PCI >_ 85 then payment for pavement restoration shall be per the City pavement ordinance as directed by Public Works. c. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. LL. Bid Item E-102 — Pavement Restoration (Additional HMAC Pavement Thickness): 1. Payment shall include but not be limited to: a. All work, equipment, materials, labor, and incidentals to cut & restore HMAC pavement according to the plans 2. Measurement for payment shall be on a per square yard basis per %" additional thickness. a. Extra pavement thickness must be documented and approved by the engineer. MM.Bid Item E-103 — Pavement Restoration (Cut and Restore Concrete): 1. Payment shall include but not be limited to: a. All work, equipment, materials, labor, and incidentals to cut & restore concrete pavement according to the plans b. Includes all base as directed in the City of Corpus Christi Wastewater Standard Details. 2. Measurement for payment shall be on a per square yard basis. a. Payment for pavement restoration is limited to the City standard trench repair detail based on the trench sizes shown in the pavement repair pay limits tables in the general notes when the PCI < 85. b. If the PCI >_ 85 then payment for pavement restoration shall be per the City pavement ordinance as directed by Public Works. c. Cement stabilized sand required in paved areas under the pavement subgrade will be paid separately under the applicable pay item included in the bid form. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-14 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 NN. Bid Item E-104 — Pavement Restoration (Additional Concrete Pavement Thickness): 1. Payment shall include but not be limited to: a. All work, equipment, materials, labor, and incidentals to cut & restore concrete pavement according to the plans 2. Measurement for payment shall be on a per square yard basis per 1" additional thickness. a. Extra pavement thickness must be documented and approved by the engineer. 00. Bid Item E-105 — E-106 — Cement Stabilized Sand Backfill (1.5 sacks of cement per 1 CY of sand): 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals to backfill with CSS if necessary. 2. Measurement for payment shall be on a per ton basis. PP. Bid Item E-107 — Cement Stabilized Sand Backfill (160 lbs of cement per 1 CY of sand): 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals to backfill with CSS if necessary. 2. Measurement for payment shall be on a per ton basis. 3. This item is for use for encasing collection system pipes when called for by the Engineer to meet TCEQ water and wastewater separation requirements. When used to meet these separation requirements, the cement stabilized sand shall be installed beginning one-quarter pipe diameter below the centerline of the collection system pipe; and be installed ending one full pipe diameter above the top of the collection system pipe, or 12 inches above the top of the collection system pipe, whichever is greater. QQ. Bid Item E-108 — Select Backfill Material: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals to backfill using select fill. 2. Measurement for payment shall be on a per cubic yard basis. 3. This item must be approved by the engineer. RR. Bid Item E-109 — Flowable Backfill: 1. Payment shall include but not be limited to all work, equipment, materials, labor, and incidentals backfill using flowable fill. 2. Measurement for payment shall be on a per cubic yard basis. 3. This item must be approved by the engineer. SS. Bid Item E-201 — E-202— Remove and Replace Driveway/Sidewalk: 1. Payment shall include but not be limited to all labor, materials, equipment, and incidentals required to complete the work. 2. Measurement for payment shall be on a per square foot basis. TT. Bid Item E-203 — Remove and Replace Curb and Gutter or Valley Gutter: 1. Payment shall include but not be limited to all labor, materials, equipment, and incidentals required to complete the work. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-15 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. Measurement for payment shall be on a per linear foot basis. UU. Bid Item E-204 — Remove and Replace Curb Ramp: 1. Payment shall include but not be limited to all labor, materials, equipment, and incidentals required to complete the work. a. All types of curb ramp are covered by this item, including but not limited to: ADA ramp, flared curb ramp, etc. 2. Measurement for payment shall be on a per each basis. VV. Bid Item E-205 — E-206 — Removal & Replacement of Fencing 1. Payment shall include but not be limited to: a. Labor, materials, equipment, and incidentals necessary to remove & replace fencing. b. Furnishing and erecting all fence materials. 2. Measurement for payment shall be on a per linear foot basis. WW. Bid Item E-207— Remove, Relocate, and Reinstall Mailbox: 1. Payment shall include but not be limited to labor, materials, equipment, and incidentals required to relocate/reinstall a mailbox. 2. Measurement shall be on a per each basis. XX. Bid Item F-101 — Storm Water Pollution Prevention: 1. Payment shall include but not be limited to furnishing and submitting the SWPPP to TCEQ and Owner and updating the Plan during the Project as needed. All permits and required fees related to the SWPPP will be included in this item. 2. Measurement for payment will be made per lump sum on the following basis: The initial pay application will include 50% of the lump sum bid amount minus retainage. The balance will be paid according to the percent of construction completion after 50% completion has occurred, minus retainage. YY. Bid Item F-102 — Temporary Construction Entrance/Exit: 1. Payment shall include but not be limited to: a. Labor, materials, equipment, and incidentals necessary to complete the work. b. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be on a per each basis. 3. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. ZZ. Bid Item F-103 — Erosion Control — Temporary Sediment Control Fence 1. Payment shall include but not be limited to all labor, materials, equipment, and incidentals necessary to install the temporary fence. 2. Measurement for payment shall be on a linear foot basis. AAA. Bid Item F-104— Inlet Protection: Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-16 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1. Payment shall include but not be limited to all labor, materials, equipment, and incidentals necessary to protect storm inlet. 2. Measurement for payment shall be on a per each basis. BBB.Bid Item F-105 — F-106 — Sodding & Seeding: 1. Payment shall include excavation, transporting, storing, and placing of sod/seed, application of fertilizer and water and all materials, labor, equipment, and incidentals necessary to complete the work. 2. Measurement for payment shall be on a per square yard basis. 3. This item must be approved by the engineer. CCC. Bid Item F-201 -F-203 —Trench Safety for Wastewater Line Installation: 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals required to install and remove trenching/excavation safety equipment necessary to safely complete the work. 2. Measurement for payment shall be per linear foot of excavation at the depths specified in the proposal. DDD. Bid Item F-204 — F-206 — Excavation Safety for Manholes: 1. Payment shall include but not be limited to all materials, labor, equipment, and incidentals required to install and remove trenching/excavation safety equipment necessary to provide for work safety in excavations. 2. Measurement for payment shall be on a per each manhole basis. 3. No separate payment will be made for excavation safety for manholes when the manhole work is completed in conjunction with open -cut main line work. Excavation safety for manholes will be considered subsidiary to the associated open -cut main line work trench safety when applicable. EEE. Bid Items F-301 — F-305 — Bypass Pumping Set -Up: 1. Set-up of bypass pumping systems will be measured per each bypass system installed, where the bypass pumping system is comprised of all the necessary pump(s) and suction piping system components used to bypass around a single line segment or multiple contiguous line segments and manholes under an IDIQ Delivery Order. 2. Payment will be made based on the on the size of the line segment or segments of pipe designated for repair and being bypassed around, as listed in the Bid Form. 3. Payment for set-up of bypass pumping systems shall include all material, labor, equipment, standby pumps, and supervision necessary to complete the bypass design and prepare a bypass pumping plan; provide coordination, installation, and removal of the bypass pumping system; and complete restoration of areas disturbed by the bypass system operation. 4. Any relocating or rearrangement of bypass pumping equipment will not be measured or paid for separately but will be considered subsidiary to the applicable bypass pumping system set up pay item. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-17 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 5. Setup of discharge piping required for the bypass pumping system will be measured and paid for separately under the applicable discharge piping for control of wastewater flow pay item included in contract pay items. 6. Any plugs and/or flow-through plugs utilized during bypass operations shall not be measured or paid for directly but shall be considered subsidiary to the work they are needed. FFF. Bid Items F-306 — F-310 - Discharge Piping for Control of Wastewater Flows (Temporary Bypass Pumping Systems): 1. Discharge Piping for Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by linear foot based on the distance from the bypass pump setup to the discharge manhole necessary to bypass around the line segment or segments of pipe and manholes designated for repair or rehabilitation. 2. Payment shall include all material, labor, equipment, and supervision necessary to set- up, operate, maintain, rearrange, and remove discharge piping and/or hoses; and to restore areas disturbed by the discharge piping. 3. Road ramps and or/burial of piping and associated installation, maintenance, removal, and restoration will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. GGG. Bid Items F-311 — F-315 - Control of Wastewater Flows (Temporary Bypass Pumping Systems): 1. Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by day (24-hour period) for each calendar day the system is in operation when repair work is being performed and is based on the size of the line segment or segments of pipe designated for repair and being bypassed around. 2. Payment shall include all material, labor, fuel, and supervision necessary to operate and maintain the bypass pumping system. 3. Payment will be made based on the number of days specified and agreed upon on in the Approved Bypass Pumping Plan. 4. Any days beyond the number of days included in the Approved Bypass Pumping Plan will not be approved for payment without prior, written approval from the City. Contractor will be responsible for submitting an RFI at least 48 hours advance for any requests for payment for additional bypass pumping days due to reasons beyond the control of the Contractor. The RFI should include supporting information to provide justification for approval of payment for additional days. 5. No separate payment for bypass pumping will be made for Non -Working days extending over a weekend or holiday, unless pre -approved in the Approved Bypass Pumping Plan. Once the bypass pumping system has started and after any required bypass testing is successfully performed, Contractor is expected to begin productive work towards completing the system rehabilitation and to continue to work daily in order to return the system back to normal service. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-18 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 6. No separate payment will be made for the required man -watch operation of the bypass system as described in this specification. Payment for the required man -watch will be considered subsidiary to the bypass pumping item. 7. This bid item shall not be used in conjunction with the CCTV bid items, or Control of Wastewater Flow with Vactor Trucks. When bypass pumping is used for control of flow, any use of vactor trucks and/or frac tanks needed for flow control to maintain the bypass are covered by this bid item and will not be paid separately. 8. During emergency work, the emergency coefficient for bypass pumping shall only apply to the set-up of bypass pumping system item and the discharge piping for control of wastewater flow pay items. The emergency coefficient will not be applied to the daily bypass pumping operation pay items. 9. Lawful disposal of waste and site clean-up will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. HHH. Bid Item F-316 - Furnishing of Tandem -Axel Vacuum (Vactor) Truck for Control of Wastewater Flow 1. Furnishing of Tandem -Axel Vacuum (Vactor) Truck for Control of Wastewater Flow shall be measured on a per day (24-hour) basis, not to exceed the number of days allocated in the production rates table in the special conditions or as allowed for in the final Delivery Order. 2. Contractor will be responsible for submitting an RFI at least 48 hours in advance for any requests for payment for additional Vactor Truck days due to reasons beyond the control of the Contractor. The RFI should include supporting information to provide justification for approval of payment for additional days. 3. Payment shall include all material, labor, equipment, necessary to install and remove all types of flow control systems/devices required for the work; equipment rentals and personnel required to operate the selected flow control systems; and lawful disposal of waste and site clean-up. 4. This bid item shall not be used in conjunction with the CCTV bid items, Control of Wastewater Flow with Bypass Pumping item, or dewatering of force mains. 5. Vacuum truck and frac tanks shall only be charged separately for flow control not involving a bypass pump. For any other work, vacuum trucks are subsidiary to the work performed. 6. Means of flow control covered by this bid item include Vacuum Truck (Tandem); Frac Tank. 7. CCTV, mobilization, and work not requiring a Vactor truck cannot add days to this item. 8. Lawful disposal of waste and site clean-up will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. III. Bid Item F-317 - F-321 Emergency Bypass Pumping Set -Up: 1. Set-up of bypass pumping systems will be measured per each bypass system installed, where the bypass pumping system is comprised of all the necessary pump(s) and suction piping system components used to bypass around a single line segment or multiple contiguous line segments and manholes under an IDIQ Delivery Order. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-19 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. Payment will be made based on the on the size of the line segment or segments of pipe designated for repair and being bypassed around, as listed in the Bid Form. 3. Payment for set-up of bypass pumping systems shall include all material, labor, equipment, standby pumps, and supervision necessary to complete the bypass design and prepare a bypass pumping plan; provide coordination, installation, and removal of the bypass pumping system; and complete restoration of areas disturbed by the bypass system operation. 4. Any relocating or rearrangement of bypass pumping equipment will not be measured or paid for separately but will be considered subsidiary to the applicable bypass pumping system set up pay item. 5. Setup of discharge piping required for the bypass pumping system will be measured and paid for separately under the applicable discharge piping for control of wastewater flow pay item included in contract pay items. 6. Any plugs and/or flow-through plugs utilized during bypass operations shall not be measured or paid for directly but shall be considered subsidiary to the work they are needed. 7. These line items will be used for emergency implementation of bypass. JJJ. Bid Item F-322 — F-326 Emergency Bypass Pumping Discharge Piping: 1. Discharge Piping for Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by linear foot based on the distance from the bypass pump setup to the discharge manhole necessary to bypass around the line segment or segments of pipe and manholes designated for repair or rehabilitation. 2. Payment shall include all material, labor, equipment, and supervision necessary to set- up, operate, maintain, rearrange, and remove discharge piping and/or hoses; and to restore areas disturbed by the discharge piping. 3. Road ramps and or/burial of piping and associated installation, maintenance, removal, and restoration will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. 4. These line items will be used for emergency implementation of bypass. KKK. Bid Item F-327 — F-331 Emergency Bypass Pumping Operation - Bypassing Line: 1. Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by day (24-hour period) for each calendar day the system is in operation when repair work is being performed and is based on the size of the line segment or segments of pipe designated for repair and being bypassed around. 2. Payment shall include all material, labor, fuel, and supervision necessary to operate and maintain the bypass pumping system. 3. Payment will be made based on the number of days specified and agreed upon on in the Approved Bypass Pumping Plan. 4. Any days beyond the number of days included in the Approved Bypass Pumping Plan will not be approved for payment without prior, written approval from the City. Contractor will be responsible for submitting an RFI at least 48 hours advance for any requests for Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-20 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 payment for additional bypass pumping days due to reasons beyond the control of the Contractor. The RFI should include supporting information to provide justification for approval of payment for additional days. 5. No separate payment for bypass pumping will be made for Non -Working days extending over a weekend or holiday, unless pre -approved in the Approved Bypass Pumping Plan. Once the bypass pumping system has started and after any required bypass testing is successfully performed, Contractor is expected to begin productive work towards completing the system rehabilitation and to continue to work daily in order to return the system back to normal service. 6. No separate payment will be made for the required man -watch operation of the bypass system as described in this specification. Payment for the required man -watch will be considered subsidiary to the bypass pumping item. 7. This bid item shall not be used in conjunction with the CCTV bid items, or Control of Wastewater Flow with Vactor Trucks. When bypass pumping is used for control of flow, any use of vactor trucks and/or frac tanks needed for flow control to maintain the bypass are covered by this bid item and will not be paid separately. 8. During emergency work, the emergency coefficient for bypass pumping shall only apply to the set-up of bypass pumping system item and the discharge piping for control of wastewater flow pay items. The emergency coefficient will not be applied to the daily bypass pumping operation pay items. 9. Lawful disposal of waste and site clean-up will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. 10. These line items will be used for emergency implementation of bypass. LLL. Bid Item F-316 - Furnishing of Tandem -Axel Vacuum (Vactor) Truck for Control of Wastewater Flow 1. Furnishing of Tandem -Axel Vacuum (Vactor) Truck for Control of Wastewater Flow shall be measured on a per day (24-hour) basis, not to exceed the number of days allocated in the production rates table in the special conditions or as allowed for in the final Delivery Order. 2. Contractor will be responsible for submitting an RFI at least 48 hours in advance for any requests for payment for additional Vactor Truck days due to reasons beyond the control of the Contractor. The RFI should include supporting information to provide justification for approval of payment for additional days. 3. Payment shall include all material, labor, equipment, necessary to install and remove all types of flow control systems/devices required for the work; equipment rentals and personnel required to operate the selected flow control systems; and lawful disposal of waste and site clean-up. 4. This bid item shall not be used in conjunction with the CCTV bid items, Control of Wastewater Flow with Bypass Pumping item, or dewatering of force mains. 5. Vacuum truck and frac tanks shall only be charged separately for flow control not involving a bypass pump. For any other work, vacuum trucks are subsidiary to the work performed. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-21 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 6. Means of flow control covered by this bid item include Vacuum Truck (Tandem); Frac Tank. 7. CCTV, mobilization, and work not requiring a Vactor truck cannot add days to this item. 8. Lawful disposal of waste and site clean-up will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. MMM. Bid Item F-401— F-406 — Well Pointing: 1. Payment shall include but not be limited to: a. Materials, labor, equipment, and incidentals necessary to furnish, install, operate, and maintain the dewatering system. b. Pumps including but not limited to trash pumps, vacuum assisted pumps, and electrical well -point systems. 2. Measurement for payment for manholes shall be based per each manhole excavation being dewatered, based on the depth of the manhole. 3. Measurement for payment for wastewater line installation shall be based per linear foot of trench being dewatered, based on the depth of the line being installed. 4. Refer to Technical Specification T-020800 "Well Pointing, Dewatering, and Disposal." NNN. Bid Item F-501 — Pre -CCTV- Clean & Televise Wastewater Lines: 1. Payment shall include but not be limited to: a. Labor, equipment, materials, and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. b. MACP inspection of all manholes entered, crossed, or associated with the line being inspected. c. Lawful disposal of waste and debris. 2. Measurement for payment shall be based on a per linear feet basis of CCTV received for each line size specified. a. Cleaning beyond the point that has been CCTVed will not be paid. CCTV is necessary for cleaning payment. 3. Must clean drying beds at the plant as required by plant staff or every 6 months, whichever comes first. 000. Bid Item F-502 — Post -CCTV — Televise Wastewater Lines: 1. Payment shall include but not be limited to: a. Labor, equipment, materials, incidentals, and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. b. MACP inspection of all manholes entered, crossed, or associated with the line being inspected. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-22 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 c. Lawful disposal of waste and debris. 2. Measurement for payment shall be based on a linear feet basis of CCTV received for each line size specified. 3. City representatives must receive Post CCTV within 5 days after televising the wastewater line. PPP. Bid Item F-503 — F-504 — Other CCTV- Clean & Televise Wastewater Lines: 1. Payment shall include but not be limited to: a. Labor, equipment, materials, and supervision necessary to complete the Clean and CCTV for those lines specified in delivery orders in accordance with T-027611. b. MACP inspection of all manholes entered, crossed, or associated with the line being inspected. c. Lawful disposal of waste and debris. 2. Measurement for payment shall be based on a per linear feet basis of CCTV received for each line size specified. a. Cleaning beyond the point that has been CCTVed will not be paid. CCTV is necessary for cleaning payment. 3. Must clean drying beds at the plant as required by plant staff or every 6 months, whichever comes first. 000. Bid Item F-505 — CCTV Reverse Set-up (Unable to Traverse Line on Initial Set-up): 1. Payment shall include but not be limited to all labor, equipment, materials, incidentals, and supervision necessary to complete the item in accordance with T-027611. 2. Measurement for payment shall be on a per each basis in the event an obstruction is encountered during initial set-up requiring the Contractor to relocate to another manhole upstream or downstream of the original manhole. RRR. Bid Item F-506 — CCTV Set-ups: 1. Payment shall include but not be limited to all labor, equipment, materials, incidentals, and supervision necessary to complete the item in accordance with T-027611. 2. Measurement for payment shall be based on a per each basis in the event the total requested CCTV for the entirety of a site requires less than 200 feet of televising. 55S. Bid Item F-507 — F-508 — Wastewater line Heavy Cleaning 1. Payment shall include but not be limited to all labor, equipment, materials, incidentals, and supervision necessary to complete the item. 2. Measurement for payment shall be based on a linear foot basis for each line size specified. 3. Use of this item must be approved by the engineer. TTT. Bid Item F-509 — Obstruction Removal by Remote Device: 1. Payment shall include but not be limited to all materials, labor, equipment, and incidentals required to remove obstruction identified in a wastewater line segment. Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-23 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. Measurement for payment shall be made on a per each basis. 3. Obstruction removal is intended for use when obstruction removal is required as part of Pre -CCTV inspection. 4. No separate payment shall be made for obstruction removals in conjunction with Pipe bursting, point repair, or remove & replace. UUU. Bid Item F-510 — F-512 — Obstruction Removal by Excavation: 1. Payment shall include but not be limited to all materials, labor, equipment, and incidentals required to remove obstruction identified in a wastewater line segment. a. Surface restoration shall include backfill, sodding, and all other expenses to restore area to preexisting or better conditions. 2. Measurement for payment shall be made on a per each basis for each depth range. 3. Obstruction removal is intended for use when obstruction removal is required as part of Pre -CCTV inspection. a. No separate payment shall be made for obstruction removals in conjunction with Pipe bursting, point repair, or remove & replace. b. Separate items are included for pavement restoration, fence remove & replace, driveway remove & replace, sidewalk remove & replace, and curb & gutter remove & replace. VVV. Bid Item F-513 — Clean & CCTV Manhole / Manhole Inspection: 1. Payment shall include but not be limited to all labor, equipment, materials, incidentals, and supervision necessary to complete the item. 2. Measurement for payment shall be on a per each basis when used as a stand-alone manhole inspection (MACP Level I). 3. Not to be charged in conjunction with CCTV of a line connecting to the manhole. WWW. Bid Item F-601 — Traffic Control Plan (3rd Party Engineer Certified) - For ROW Construction Permit for Residential Work Sites: 1. Payment shall include but not be limited to: a. TCP prepared by a Texas licensed professional engineer, when a third -party, Engineer -certified TCP is required by the City Traffic Engineering Department for a ROW Construction Permit in residential areas. 2. Measurement for payment shall be on a per each basis. 3. This item must be approved by the engineer. 4. This item will not be paid separately for TCPs/TCP site plan submittals for sites that do not require a third -party, Engineer -certified TCP by the City Traffic Engineering Department for work in residential streets. Contractor shall utilize the typical application traffic control plans included in the drawings and prepare a site plan illustrating proposed traffic control devices for their work zones at these locations. 5. No separate payment will be made for furnishing, installing, moving, replacing, and maintaining all temporary traffic controls required for work in residential areas, including: Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-24 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 a. 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 b. Relocation of existing signs and devices c. All materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. XXX. Bid Item F-603 — Preparation and Implementation of a Traffic Control Plan, Emergency Residential Work Sites 1. This item is applicable for emergency response related to a wastewater collection system manhole such as a failure, and/or collapse located within a residential area as described in the Special Procedures Section of the Contract Documents. 2. Payment shall include but not be limited to: a. All Traffic Control measures required in response to an emergency response event to include coordination, TCP preparation and approvals, and implementation of traffic controls. b. Preparation of a TCP prepared by a Texas licensed professional engineer, when a third -party, Engineer -certified TCP is required by the City Traffic Engineering Department for a ROW Construction Permit in residential areas. c. 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 d. All materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. 3. Measurement for payment shall be on a per each basis. YYY. Bid Item F-604 — Preparation and Implementation of a Traffic Control Plan, Emergency Non -Residential Work Sites 1. This item is applicable for emergency response related to a wastewater collection system manhole such as a failure, and/or collapse located within a non-residential area as described in the Special Procedures Section of the Contract Documents. 2. Payment shall include but not be limited to: a. All Traffic Control measures required in response to an emergency response event to include coordination, TCP preparation and approvals, and implementation of traffic controls. b. Preparation of a TCP prepared by a Texas licensed professional engineer, when a third -party, Engineer -certified TCP is required by the City Traffic Engineering Department for a ROW Construction Permit in residential areas. c. 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 Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-25 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 d. All materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. 3. Measurement for payment shall be on a per each basis. ZZZ. Bid Item F-701 — F703 — Potholing: 1. Payment shall include: a. Materials, labor, equipment, and incidentals required to investigate preexisting conflicts that have potential to interfere with proposed work as required by the Contract Documents 2. Measurement for payment will be made on a per each basis for each depth specified. 3. Item is intended for use by owner for potholing, or sub -surface utility investigation for sites that are not yet included as part of a DO, and as directed by the Engineer. 4. All exploratory excavation done in conjunction with underground utility work on a delivery order is subsidiary to the work and remains the responsibility of the contractor per article 19.09 of the General Conditions. AAAA. Bid Item F-704 Tree Removal: 1. Payment shall include all materials, labor, equipment, and incidentals necessary to complete the work. 2. Measurement for payment shall be on a per each basis. 3. Photographic documentation and address required for payment. 4. No separate payment shall be made for trees <6" diameter. BBBB. Bid Item F-705 Power Pole Support 1. Payment shall include but not be limited to: a. Labor, materials, equipment, and incidentals required to support a power pole that is near excavation. b. Coordination with power pole owner 2. Measurement shall be on a per each basis. CCCC. Other Bid Items 1. The basis of measurement and payment for other Bid Items shall be as described in the applicable Specification Sections, Construction Drawings and/or SECTION 00 30 01 BID FORM. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 01 29 01-26 Rev 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 0133 01 SUBMITTAL REGISTER / // II /m m Jl .. J6 bV/ ry ry �� a 00 72 00 Video and Photo Documentation 00 72 00 Quality Control Plan 022020 Bedding and Backfill for Utilities 026210 Polyvinyl Chloride Pipe 026214 Grout for Abandoned Utility Lines 032020 Reinforcing Steel 055420 Frames, Grates, Rings and Covers 020800-T Well Pointing, Dewatering and Disposal Plan 022030-T Trench Safety Plan 025424-T HMAC 025802-T Traffic Control Plans 026602-T Wastewater Force Mains 027200-T Bypass Pumping Plans 027205-T Fiberglass Manholes for Wastewater 027207-T Concrete Manholes with Anti -Microbial 027207-T Polymer Concrete Manholes 027207-T Manhole Rehabilitation and Upgrades 027208-T Rehabilitation of Wastewater Manholes using Polymer Systems 027209-T Rehabilitation of Wastewater Manholes/ Structures Using Cementitious Liners 027611-T Cleaning and Televised Inspection of Wastewater Lines 027618-T Pipe Bursting Rehabilitation 027619-T Chemical Grout 027620-T Point Repair and Obstruction Removals 028020-T Seeding and Sodding 030020-T Portland Cement Concrete Mix Designs END OF SECTION Submittal Register Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 013301-1 Rev. 6/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 will include multiple manholes with various types of manhole repair or replacement types located and at various locations, citywide. To the extent practicable, Delivery Orders will include manholes within the same general vicinity or grouped by type of rehab or repair. The Delivery Order will include a list of manholes and existing manhole details and conditions. 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 as an example of the Work to be bid. 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 permits; mobilization; utility locates; set-up of traffic control, bypass, and dewatering systems; rehabilitation/replacement construction; testing; site restoration; substantial and final completion. 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. Manhole Remove and Replacement 2. Manhole Rehabilitation 3. Wastewater Line Open -Cut Installation 4. Wastewater Line Pipe Bursting Special Procedures Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 013500-1 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 wastewater collection 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 to repair/ replace one or more components of the wastewater system due to failure, collapse, blockage, and/or sanitary sewer overflow, 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 wastewater 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 wastewater lines, manholes, and service connections; 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. Installation and removal of temporary bypass pumping systems to provide uninterrupted wastewater service to customers during a repair; 5. 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 to divert the CONTRACTOR's resources to the emergency project, if needed; 6. Temporary or permanent restoration/replacement of roadway pavement materials, curb and gutter, sidewalk, driveways, vegetation, plants, etc. as directed by the Owner; 7. Hauling and disposal of unused materials. B. Definitions 1. Emergency Response Delivery Order: Emergency Response DO shall be designated by the Owner but will generally consist of a problem with a wastewater collection system manhole 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 wastewater collection system failure, collapse, blockage, and/or sanitary sewer overflow, 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 an emergency. Special Procedures Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 013500-2 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 insure further damage does not occur to other utilities. 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. The Contractor must be prepared to comply with the following maximum response times: 2. 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. 3. 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. 4. 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 meeting on site. 5. 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 mitigated, any remaining work for the site will be issued separately as a non -emergency Delivery Order. 6. The Contractor may be required to respond to multiple emergencies at the same time. 7. 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 Bid Items in the Bid Form, with the exception of emergency response bypass pumping and traffic control. Separate bid items for emergency response for bypass pumping and traffic control are included in SECTION 00 30 01 BID FORM and described in SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT of the Contract Documents. Special Procedures Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 013500-3 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. 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 a 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 C. Submit plan 2 weeks prior to beginning the Work. 1.05 CRITICAL OPERATIONS (NOT REQUIRED) A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. Special Procedures Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 013500-4 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner's normal operations have been restored. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the [for operation of the existing distribution system] [other description of critical nature of operations]. 2. Loss of [operation of the existing distribution system] [other description of critical nature of operations] can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1- [Title from Table Above]: a. [Provide detailed description of Critical Operation 1.] 2. Critical Operation 2 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 2.] 3. Critical Operation 3 - [Title from Table Above]: a. [Provide detailed description of Critical Operation 3.] 1.06 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 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 013500-5 Rev 10/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015000-1 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES (NOT REQUIRED) A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 10 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT 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 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015000-2 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 office, if needed. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. Temporary Facilities and Controls Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015000-3 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015000-4 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015700-1 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. 1.05 PERMITS A. As applicable, submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project as applicable to the nature of the work and the total disturbed area: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with Article 26 of SECTION 00 72 00 GENERAL CONDITIONS. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Temporary Controls Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015700-2 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre - construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an Temporary Controls Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015700-3 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot -mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. F. Provide filtration/control of sediments of diverted water from the site (i.e. through silt sock or similar means). Temporary Controls Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015700-4 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1.11 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream. 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 361-826-1817 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 Temporary Controls Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015700-5 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with routine dewatering, which is considered subsidiary to the appropriate bid items as described in Paragraph 1.11. 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 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's wastewater system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION (NOT APPLICABLE) A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by the current version of the International Building Code (IBC). When applicable, [Contractor] [Owner] shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Temporary Controls Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 015700-6 Rev 8/2019 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Part S Standard Specifications DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 12454-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477 (High Head). 6. PIPE PRESSURE CLASS AND DIMENSION RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" Over 12" 7. CAUSE FOR REJECTION AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 Trial Mix Design: Damp Soil 10001b. Lime 501b. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Fonn, 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: FF214109-5DA4-4624-B723-5909446E79E4 SECTION 027203 VACUUM TESTING OF WASTEWATER MANHOLES AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing wastewater manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance, in accordance with the requirements of this specification, will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine. (b) Vacuum Pump. (c) Hose. (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic Test Plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer's recommendations. (b) A vacuum of 10 inches of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 inches of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 inches of mercury to 9 inches of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. 027203 Page 1 of 2 Rev. 10-30-2014 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TABLE 1 - Minimum Test Times for Various Manhole Diameters (ASTM C1244) Depth Diameter (inches) (feet) 42 48 54 60 72 Time (seconds) 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his designated representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless otherwise indicated on the Bid Form, vacuum testing of wastewater manholes and structures will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Fiberglass Manholes, complete and in-place. 027203 Page 2 of 2 Rev. 10-30-2014 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 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. hi. 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: FF214109-5DA4-4624-B723-5909446E79E4 3. BENDING The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6,#7,#8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 10d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Damen. = 3/4" =3/4.. 7/8" Bar or Smaller—Plan. Dimon- * I/Z" Bar or Larger --Pian. D+men. * 1` c_ H= over 6" --Ounce.+ Zero or -I/2'. H = 6" and Tess-0imen_ • Zero or -i/4" IN __D 1 7/8" Bar or Smaller --Plan Dimon.* 1/211. 1" Bar or Larger —Plan Dimon. ; l" Piton Dimnen_=1/e 5. STORING Pira{ or Circular Tie Tie or Stirrup Plan Diraseen. s 1/2 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids or other supports, and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross- sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page4of6 Rev. 10-30-2014 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 032020 Page 5 of 6 Rev. 10-30-2014 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 SECTION 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1. Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F + 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 31/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 40 lb./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the fon-ns 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: FF214109-5DA4-4624-B723-5909446E79E4 material will be specified on the plans without referenced to joint type. A concrete placement tenninating 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 fon-ns are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forams shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, fon-ns 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: FF214109-5DA4-4624-B723-5909446E79E4 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 pen -nits 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: FF214109-5DA4-4624-B723-5909446E79E4 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 pen -nit 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: FF214109-5DA4-4624-B723-5909446E79E4 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 fon-ns 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 fon-ns will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 fon-ns. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (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 fonn of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 fon-ns 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: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 EXCEPTIONS TO 4 -DAY CURING Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When fon-ns are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 unifonn 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: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 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: FF214109-5DA4-4624-B723-5909446E79E4 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or blow holes, and shall be reasonable smooth. Runners, risers, fins, and other cast -on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". Grade 60-40-18 shall be used otherwise specified. Grade rings for adjusting the elevations of manhole rings and covers shall be made from high density polyethylene (HDPE) meeting ASTM D4976 or expanded polypropylene (EPP) meeting ASTM D4819. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans, and shall be placed carefully to the lines and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society 055420 Page 1 of 2 Rev. 6-14-2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page2of2 Rev. 6-14-2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 PartT Technical Specifications DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-020800 WELL POINTING, DEWATERING AND DISPOSAL 1. GENERAL 1.1 Description This item shall govern all operations necessary for the temporary dewatering of trenches, holes, and other open -cut excavations for the installation of utility lines and appurtenances. Work, in general shall include: A. Designing, furnishing, installing, testing, operating, monitoring and maintaining a system to control ground water and surface water as required to comply with the project specifications. B. Controlling, removing, and disposing of seepage and surface water from the excavation, including excavation slope erosion control. C. Prevention of surface water from entering the trench and diverting the surface water away from the site. D. Removal of the temporary dewatering system after completion of the specified portion of work. Due to the nature of this ID/IQ project with a city-wide project area and unknown locations of each future delivery order, no geotechnical or soils investigations have been performed for this project. As a result, no specific groundwater levels have been determined and it is unknown if and how those groundwater levels will impact any of the required excavations. 1.2 Environmental Requirements A. Contractor to comply with the requirements of agencies having jurisdiction. B. Contractor to comply with the State of Texas Commission on Environmental Quality's (TCEQ's) regulations. C. When necessary, Contractor to obtain permit from Environmental Protection Agency (EPA), under the National Pollution Discharge Elimination System (NPDES), for storm water discharge from construction sites. Well Pointing, Dewatering and Disposal Page 1 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-020800 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 D. Obtain all necessary permits from agencies with control over the use of groundwater and matters affecting well installation, water discharge, and use of storm drains and natural water sources. 1.3 Contractor's Responsibility A. It shall be the Contractor's sole responsibility to identify groundwater conditions and to provide for the lowering, handling, and control of groundwater as necessary to develop a substantially dry and stable subgrade for subsequent construction operations and to monitor the effectiveness of its installed system including effects on adjacent utilities or facilities. B. It shall be the sole responsibility of the Contractor to operate, maintain, and modify the system(s) as required to conform to these plans, specifications and contract documents. C. The Contractor shall be fully responsible for the failure of all components of the dewatering system(s) and for all damages to the work, adjacent property, equipment, personnel, and the public in the project area caused by its failure to design, furnish, install, test, operate, monitor, and maintain the system. The Contractor shall restore all damaged items to a condition as good as or better than existed prior to the occurrence or failure and at no additional cost to the City. D. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing dewatering efforts on any and all City - related projects or jobs (to include, but not necessarily limited to "Confined Space Entry' 2. REFERENCES 2.1 Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). 2.2 Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para. 122.26(b)(14) Storm Water Discharge. 3. PRODUCTS 3.1 Equipment and Materials A. Equipment and materials are at the option of the Contractor as necessary to achieve desired results for well pointing, dewatering and disposal work. Proposed equipment and materials may include pumps, eductors, well points and piping, and other desired material. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. Pumps shall be equipped Well Pointing, Dewatering and Disposal Page 2 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-020800 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 with critically silenced, sound attenuated enclosures. See paragraph 4.1, Pre - Installation Submittal Requirements. B. All equipment must be maintained in good repair and operating order. C. Sufficient standby equipment and materials shall be provided and maintained to ensure continuous and uninterrupted operation of the dewatering system. 4. SUBMITTAL REQUIREMENTS 4.1 Pre -Installation A. Prior to commencement of work, submit complete drawings and layouts showing the proposed dewatering plans and water analysis indicating any impacts to the environment if discharged to surface waters. Sufficiently detail the submittal (general arrangements, procedures to be used, disposal requirements, etc.) to allow the Engineer to evaluate the proposed dewatering system(s). At a minimum, the submittal shall include: • 24-hour Contact information for responsible Contractor personnel • Equipment and instrumentation sizes, flow rates, operating hours, arrangement and depths for the dewatering system(s) • Discharge location and details • Well point system layout • Disposal considerations • Any required permits 4.2. During Operations A. Submit the following records on a weekly basis: • Records of flow rates and water level elevations obtained during monitoring of dewatering 5. PERFORMANCE REQUIREMENTS 5.1 Execution A. The Contractor shall conduct site investigations to identify construction impacts of groundwater conditions and to provide parameters for design, installation, and operation of dewatering systems. B. The Contractor shall design, furnish, install, operate, monitor and maintain a dewatering system that is compatible with the requirements of 29 CFR Part 1926 to produce the following results: • Effectively reduce the groundwater level to facilitate construction Well Pointing, Dewatering and Disposal Page 3 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-020800 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 • Develop a substantially dry and stable subgrade for subsequent construction operations • Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, environment and other work • Prevent the loss and discharge of fine sediments and the development of seepage, boils, quick conditions, or softening of the foundation strata • Maintain stability of sides and bottom of excavations. C. The Contractor shall continue to daily operate, monitor, and maintain the dewatering system in all required areas, until the work is completed (including nights, weekends and holidays) and then remove all components of the system when the dewatering is no longer required. D. Storm water must be prevented from the excavation site. Install berms or other devices to prevent stormwater intrusion. E. Storm water or groundwater shall not be discharged onto private property. It is the intent that Contractor discharge groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream. F. The Contractor shall ensure that all water seeping, falling, or running into the excavation as it is dug, and until the dewatering system is removed, is promptly pumped out. G. The Contractor shall obtain all permits prior to construction that are necessary for the dewatering operations and file copies of all such permits with the Engineer and City. H. The Contractor shall not commence work prior to conducting testing of ground water quality and obtaining approval for all permits required for dewatering operations. I. The Contractor shall protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, wash out and other hazards created by the dewatering system. In the case of damage, Contractor shall restore any and all facilities to a condition as good as or better than existed prior to the performance of the work on the Project at no additional cost to the City. 5.2 Construction Testing A. After construction has started and any required permits have been submitted and approved, continued testing of groundwater quality is to be performed by Contractor, at the Contractor's cost, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Well Pointing, Dewatering and Disposal Page 4 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-020800 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 The Contractor shall coordinate with the City, on all testing. Test will also be performed as each new area of construction is started. 5.3 Disposal A. The Contractor shall dispose of all seepage and surface water removed from the Project—regardless of the source, in a manner approved by the Storm Water Department. B. In some instances, the Contractor shall have the option of disposing of groundwater by pumping to the nearest Wastewater system. If discharging to temporary holding tanks and trucking to a wastewater system or wastewater plant, the costs for these operations shall be the responsibility of the Contractor. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. Prior to pumping groundwater from the trench to the wastewater system the Contractor shall contact the Wastewater Pretreatment Coordinator at 826-1817 to obtain a "no cost" permit from the Wastewater Department. The Contractor must provide any water quality testing or water analysis required. The permit will require an estimate of groundwater flow. 6. MEASUREMENT AND PAYMENT "Well Pointing" shall be paid for ONLY if required to achieve a dry excavation and stable subgrade for utility installation. All costs, including all of the testing for ground water, labor, equipment, pumps, materials, permitting, supervision, etc., associated with well pointing work shall be included in the amount bid for the item "Well Pointing", as identified in the Bid Form for various depths. All dewatering methods other than "well pointing" is considered subsidiary to the appropriate bid items where dewatering is needed to keep the excavation dry. "Well Pointing" shall be measured and paid by the linear foot of trench being dewatered, along the centerline of the trench for the depths specified on the Bid Form. i.e. if the trench is 20 ft long then Contractor will be paid for 20 ft of "Well Pointing". THE MINIMUM FOOTAGE TO BE AWARDED FOR ANY PARTICULAR DELVERY ORDER WILL BE 15 FEET. Well Pointing, Dewatering and Disposal Page 5 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-020800 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with Standard Specification Section 021020 (Site Clearing and Stripping). Unless specified otherwise on drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density, and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade and in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions, and soft spots which develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Bid Form, Site Grading shall not be measured for payment but shall be considered subsidiary to the project. This item shall include, but not be limited to, supplying, placing, and compacting of fill material; and removing and disposing of excess material. Site Grading Page 1 of 1 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-021040 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes, which are deemed unsatisfactory for reuse by the Engineer, may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored, if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method as will not injure the members for re -use and will meet the approval of the Engineer. Removing Abandoned Structures Page 1 of 3 T-021080 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 The removal of rivets and bolts from connections of truss members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions and the Contractor shall have the option of dismantling these members by flame - cutting the members immediately adjacent to the connections. Flame Cutting will not be permitted, however, when plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagram furnished by the Engineer prior to dismantling and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the plans, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of- way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing Removing Abandoned Structures Page 2 of 3 T-021080 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT & PAYMENT Removal of Existing Manholes shall be measured and paid for by each. Removal of Existing Wastewater Lines, Sidewalks, Driveways, Curb & Gutter, Fence, and Pavement shall be considered subsidiary to the replacement cost. All other items shall not be measured or paid for separately but shall be considered subsidiary to the project. Removing Abandoned Structures Page 3 of 3 T-021080 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-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. Excavation and Backfill for Utilities Page 1 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-022020 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (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. (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 least 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 wellpoints 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. Excavation and Backfill for Utilities Page 2 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-022020 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (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. (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 Excavation and Backfill for Utilities Page 3 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-022020 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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". 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 Cement -stabilized sand backfill will be measured and paid for separately as provided for in Section 01 29 01 Measurement and Basis for Payment of the Contract. Select backfill material will be measured and paid for separately as provided for in Section 01 29 01 Measurement and Basis for Payment of the Contract. No separate measurement and payment will be made for Removing Abandoned Structures, but shall be considered subsidiary to the other items of the work. Excavation and Backfill for Utilities Page 4 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-022020 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-022030 TRENCH SAFETY 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT & PAYMENT Measurement for Trench Safety for Manholes shall be per each excavation at the depths specified in the proposal. Measurement for Trench Safety for Point Repairs shall be per linear foot of excavation at the depths specified in the proposal. Excavations include, but are not limited to, those for manholes, point repairs, vaults, pits and other such structures that are required to perform utility work. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. END OF SECTION Trench Safety Page 1 of 1 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-022030 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-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 When specified on the Bid Form and approved by the Engineer, select material shall be measured and paid on a per ton basis. Select Material Page 1 of 1 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-022100 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK & DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavement and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the plans, materials and proportions used along with this specification shall conform to the respective following specifications: T-025220 "Flexible Base Limestone"; T-025424 "Hot Mix Asphalt Pavement"; T-025610 "Concrete Curb and Gutter"; and T-025612 "Concrete Sidewalks and Driveways", Class "A" concrete per T-030020 "Portland Cement Concrete"; 032020 "Reinforcing Steel"; 038000 "Concrete Structures". 3. METHOD OF CUTTING The outline of the repair shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the contractor and shall not be used as backfill material. Mechanical saw with hardened blade shall be used to make neat, square, and vertical cuts. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with Specification 022020 "Excavation & Backfill Utilities and Sewers." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are saw cut shall be replaced in a workmanlike manner, with like or better or per pavement repair details in drawings. 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12" each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. Pavement Repair, Curb, Sidewalk and Driveway Replacement Page 1 of 2 T-025205 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 3 - #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter, where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless indicated otherwise in the proposal, Pavement Repair shall be measured by the square yard, curb and gutter replacement shall be measured by the linear foot, sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and will include all supervision, labor, materials, equipment, tools and incidentals, required to complete the work. Pavement Repair, Curb, Sidewalk and Driveway Replacement Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025205 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025215 CEMENT STABILIZED LIMESTONE BASE 1. DESCRIPTION This specification shall govern all work required to furnish and place all cement stabilized limestone base for this project. 2. MATERIALS 1. Raw Limestone Base: Sample for testing shall be taken prior to mixing with cement. Furnished aggregate material shall be from single source throughout the work. Material shall be well graded and meet the requirements of TxDOT 247, Type A, Grade 1 when tested in accordance with Tex -110-E: The material passing the No. 40 sieve, soil binder, shall meet the following requirements: a. Liquid limit shall not exceed 45 when tested in accordance with AASHTO T89. b. Plasticity index shall not exceed 20 when tested in accordance with AASHTO T90. c. Linear shrinkage shall not exceed 10 when tested in accordance with THD TEX-107-E. (Note: The linear shrinkage shall be calculated from the volumetric shrinkage at the liquid limit.) Coarse aggregate shall have an abrasion loss of not more than 55% when subjected to the Los Angeles Abrasion Test, AASHTO T96. 2. Water: Water shall be free of substances deteriorative to curing of the treated base and shall be approved by the City Engineer. 3. Cement: Cement shall be Type 1 Portland Cement in accordance with ASTM C-150. Cement shall be applied in the amount necessary to produce the desired compressive strength in the finished and cured base, depending on raw limestone used. Cement Stabilized Limestone Base Page 1 of 6 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025215 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 In most cases, acceptable raw limestone will require cement in the following amount: Percent by Weight - 7 lb. per sq. yd. for 1" depth - 5.57 In the absence of more precise data, the above amount has been used to estimate the quantity of Portland Cement in the proposal. The Engineer may increase or decrease the amount of cement at his discretion, after representative samples of the limestone have been tested. 4. Asphalt Seal: Asphalt Seal shall be MC70 in accordance with City -Standard Specification Section 025404 "Asphalts, Oils, and Emulsions". 3. EQUIPMENT Equipment necessary for the proper construction of the work shall be on the project, in first-class working condition, and be approved by the Engineer, both as to type and condition, prior to the start of construction operations. The Contractor shall at all times provide sufficient equipment to enable continuous prosecution of the work and its completion in the required number of working days. Portland Cement treatment for materials in place may be constructed with any machine or combination of machines and auxiliary equipment that will produce results as outlined in this specification. Mixing may be accomplished by:(1) a multiple -pass traveling mixing plant or (2) a single -pass traveling mixing plant. The equipment provided by the Contractor shall be operated by experienced and capable workmen and shall be that necessary to provide a cement treatment meeting the requirements herein specified. 4. CONSTRUCTION METHODS 1. General: It is the primary requirement of this specification to secure a complete course of treated material containing a uniform Portland cement mixture free form laminations or segregated areas, of uniform density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work to process a sufficient quantity of material to provide full depth as shown on plans, to use the proper amount of Portland cement, maintain the work and rework the courses as Cement Stabilized Limestone Base Page 2 of 6 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025215 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 necessary to meet the above requirements. Cement treatment shall not be mixed or placed when the air temperature is below 40° and is falling but may be mixed or placed when the air temperature is above 35° F and is rising, the temperature being taken in the shade and away from artificial heat and with the further provisions that cement treatment shall be mixed or placed only when weather conditions, in the opinion of the Engineer, are suitable. 2. Test Section: The Contractor shall be required to construct a "Test Section". The first section of cement treated base shall serve as a test section. Its length shall be between 300 and 500 linear feet, typically one block. Evaluation of the equipment and procedure will be done during this section. In case it is found that the work is not satisfactory with respect to the specification requirements, the Contractor shall revise his procedures and augment or replace equipment as necessary to assure work completed in accordance with the specifications. Additional test sections may be required as directed by the Engineer. Test sections not conforming to the requirements of the specifications shall be reconstructed. 3. Placing of Base Material: After approval of the previous course, base material shall be delivered on the road and placed in windows of uniform sections, then accurately bladed and shaped to required crown and grade to provide a base of compacted depth required by the plans. 4. Final Preparation of Section: On the day immediately preceding processing, water, as required, shall be added and uniformly mixed full depth with the base material. This operation shall precede cement spreading by at least 12 hours. The section shall then be accurately bladed and shaped to required grade and section. 5. Application of Cement: The specified quantity of Portland Cement required for the full depth of treatment shall be uniformly spread over the surface. Each pass of the cement spreader shall be positioned by either the curb line or a string line. Cement shall be applied only to such areas as can be completed as herein specified within the daylight hours of the same day. No equipment, except that used in spreading and mixing, will be allowed to pass over the freshly spread cement until it is mixed with the base material. 6. Mixing and Processing: Cement Stabilized Limestone Base Page 3 of 6 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025215 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Either method (a) or (b) below may be used at the option of the Contractor. (a) Multiple -Pass Traveling Mixing Plant: After the cement has been applied, it shall be mixed with the base material. Mixing shall continue until the cement has been sufficiently blended with the base material to prevent the formation of cement balls when water is applied. Any mixture that has not been compacted and finished shall not remain undisturbed for more than 30 minutes. Immediately after the mixing of base material and cement is completed, water, as necessary, shall be uniformly applied and incorporated into mixture. Proper care shall be exercised to insure proper moisture distribution at all times. After the last increment of water has been added, mixing shall continue until a thorough and uniform mix has been obtained. (b) Single -Pass Traveling Mixing Plant: After the cement has been applied, it shall be sufficiently mixed with the base material to prevent the formation of cement balls when water is applied. Unpulverized soil lumps in mixture will not be allowed. Should this condition prevail, the Contractor shall "pre -wet" the raw base material as necessary to correct this condition. The mixer shall be provided with means for visible and accurately gauging the water application. The water shall be applied uniformly through a pressure spray bar. After cement is spread, mixing operations shall proceed as follows: The mixer shall, in one continuous operation, mix the base material and cement full depth, add the required moisture uniformly, thoroughly moist - mix the material, cement, and water, spread the completed mixture evenly over the machine processed width of the subgrade, and leave it in a loose condition ready for immediate compaction. The mixture shall not remain undisturbed, after mixing and before compacting, for more than 30 minutes. 7. Completion and Finishing: The material shall be compacted to not less than 98 percent of the maximum dry density as determined by AASHTO T99 Method D. The moisture content of the mixture shall be within 3% of optimum on the wet side. The surface, upon completion, shall be smooth and in conformity with typical sections and to the established lines and grades. Cement Stabilized Limestone Base Page 4 of 6 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025215 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Any deviation in excess of 1/4 inch in cross section and in a length of 16 feet measured longitudinally shall be corrected. All irregularity, depressions, or weak spots which develop shall be corrected by re -priming. All sections of cement stabilized base shall be processed full width each day without longitudinal construction joints. Any portion which has a density below that specified herein and which has not properly hardened after a suitable time interval shall be removed and replaced to meet this specification at the expense of the Contractor. 8. Asphalt Seal: The compacted cement treated base course shall be protected against rapid drying by priming the surface in accordance with 025412. This curing seal shall be applied as soon as practicable, but not later than eight hours after the completion of final compaction. The surface shall be kept moist until the curing seal is applied. It shall be the responsibility of the Contractor to protect the primed surface until surface course is applied. 9. Traffic: The Contractor shall not be permitted to drive heavy equipment over completed portions, but pneumatic -tired equipment required for hauling cement, and water may be permitted after the surface has hardened sufficiently to prevent the equipment from marring the surface, provided protection and cover specified herein are not impaired. The cement stabilized base may be opened to local traffic as soon as the asphalt seal has been applied and sanded or cured as necessary to prevent it from being picked up by traffic. It may be opened to all traffic after 7 days. Surface coarse shall be applied prior to opening to through traffic. 10. Maintenance. The Contractor shall be required to maintain at his own expense the entire cement stabilized base within the limits of his contract in good condition satisfactory to the Engineer from the time he first starts work until all work shall have been completed. Maintenance shall include immediate repairs of any defect that may occur after construction, which work shall be done by the Contractor at his own expense and repeated as often as necessary to keep the area continuously intact. Repairs are to be made in a manner to insure restoration of a uniform surface of good quality cement stabilized base. Faulty work shall be replaced for the full depth of base. Any low area shall be remedied by replacing the material for the full depth of treatment, Cement Stabilized Limestone Base Page 5 of 6 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025215 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 rather than adding a thin layer of base material to the completed work. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Cement Stabilized Limestone Base and Portland Cement actually incorporated in the completed work shall not be measured and paid for separately but shall be considered subsidiary to the project. Cement Stabilized Limestone Base Page 6 of 6 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025215 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025220 FLEXIBLE BASE - LIMESTONE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Flexible Base Limestone required to complete the project. 2. MATERIAL The material shall consist of argillaceous limestone, crushed stone, crushed gravel and sand, and shall be free of vegetation. The material shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced. Percentage (a) Gradation Limits (Before & After Compaction) Passing 2" Sieve 100 Passing 1" Sieve 75-95 Passing 3/8" Sieve 40-75 Passing No. 4 Sieve 30-60 Passing No. 10 Sieve 20-45 Passing No. 40 Sieve 15-30 Passing No. 200 Sieve 5-15 (b) A representative sample of the material (raw limestone) shall be slaked for twenty-four (24) hours and then the washed minus 40 material shall have: Liquid Limit (L.L.) 45 max. Plasticity Index (P.I.) 16 max. (c) A representative sample of the material shall be tested in accordance with ASTM C-131 for abrasion loss. The maximum loss shall not exceed 55%. (d) All "Flexible Base -Limestone" shall be stabilized with lime at a minimum application rate of 1.8 Ib. of lime per square yard for each 1" of in place thickness. Lime slurry for admix shall be 3.3 pounds minimum of CA(OH)2 per gallon of slurry. 3. TESTING Flexible Base - Limestone Page 1 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025220 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 The City will engage a laboratory and pay for one test each gradation, L.L., P.I., before and after lime admixing and moisture -density relation, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests, with or without lime admix, at the rate of one test for each 1,500 square yards. If material changes and this ratio of tests increases, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing and/or lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of base, the surface of the previous course shall be finished true to line and grade as established and in conformity with the typical section shown on the plans. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. Limestone shall be delivered and spread the same day if possible (no later than the next day). Piles and windrows shall be broken down to the bottom and all nests of coarse or loose material shall be corrected. Mix uniformly, prior to the addition of lime. Lime slurry admix shall be spread at rate required and shall be placed only on that area where mixing can be completed that day. Material shall be mixed with pulverizing type mixer, so designed for this specific purpose, until mixed to the satisfaction of the Engineer. Material shall be shaped and rolled after mixing and allowed to set at least 48 hours before compaction. Moisture content must be maintained in the material during the 48-hour period. Material shall be sprinkled or aerated to optimum moisture and compacted in layers (6 inches maximum loose) by approved power -drawn roller to uniform density of 95% modified proctor (AASHTO T180) on the set side of optimum. Use mechanical tamps in areas inaccessible to rollers. The surface of the compacted base shall be prime coated, as per Technical Specification Section T- 025412, after meeting moisture/density requirements. On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the plans. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing materials, reshaping, and re -compacting by re -priming and rolling. Moisture and density shall be maintained until the paving is complete. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Flexible Base Limestone shall not be measured and paid for separately but shall be considered subsidiary to the item(s) "Cut & Restore HMAC Pavement" Flexible Base - Limestone Page 2 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025220 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 and "Cut & Restore Concrete Pavement." Payment includes all materials, royalty, hauling, labor and equipment to complete. Flexible Base - Limestone Page 3 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025220 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-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 Coat Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025412 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Prime shall be applied at a temperature within the recommended range per City Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Bid Form, Prime Coat shall not be measured or paid for separately but shall be considered subsidiary to the item "Cut & Restore HMAC Pavement". Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for all freight involved; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Prime Coat Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025412 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (CLASS A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. 2. MATERIALS 2.1. Aggregate: The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1 Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in coarse aggregate shall not exceed 2% per TEX- 217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TEX-43 8-A. 2.1.2 Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that passes the Los Angeles abrasion requirements per above. Screenings shall be blended with a maximum of 15% un -crushed aggregate or field sand for Type D mixes or a maximum of 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 Hot -Mix Asphaltic Concrete Pavement (Class A) Page 1 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2 Reclaimed Asphalt Pavement (RAP): Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TX DOT Methods and meets the applicable provisions of said TX DOT Item 340 and this specification. 2.3 Asphalt: Asphalt Material shall be in accordance with Section 025404 "Asphalt, Oils, and Emulsions" and AASHTO. 2.3.1 Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course PG 70-22 PG 64-22 PG 76-22 PG 64-22 Base Courses PG 64-22 2.3.2 Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallons per square yard. 3. PAVING MIXTURE 3.1 Mix Design: The mixture shall be designed in accordance with TX DOT Bulletin C-14 and TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, Hot -Mix Asphaltic Concrete Pavement (Class A) Page 2 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications and when properly placed the job -mix will be durable and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differ by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2 Master Gradation of Aggregate: The aggregate for the type of mix specified shall be within the following tabulated limits per TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Coarse Base B Fine Base C Course Surface D Fine Surface 1-1/2" 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* Hot -Mix Asphaltic Concrete Pavement (Class A) Page 3 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 VMA % minimum 11 12 13 14 * 2-8 when Test Method Tex -200-F, Part II (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 courser than 3/8" and for Type D material courser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4 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 TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum per TEX-227-F and TEX-207- F. 3.5 Sampling and Testing of raw materials: The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1 Mixing Plants. Mixing plants shall be either the weight batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2 Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3 Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4 Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute, or other devices designed to minimize segregation of the asphalt mixture. Hot -Mix Asphaltic Concrete Pavement (Class A) Page 4 of 8 T-025424 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4.5 Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot back -back street in a maximum of two passes. 4.6 Rollers. All rollers shall be self propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING, AND MIXING 5.1 Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2 Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3 Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 'off b -mix. 5.4 Mixing. 5.4.1 Weight Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2 Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3 The mixture produced from each type of plant shall not vary from the job - mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by Test Method TEX-212-F. Hot -Mix Asphaltic Concrete Pavement (Class A) Page 5 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 rising but not when the air temperature is 50 degrees and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. 6.2 Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of the specification, "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 not allowed. 6.5 Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner such that when properly compacted, the finished surface will be smooth or uniform density, and meet the requirements of the typical cross sections as shown on the plans. 6.5.1 Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2 Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be I the anticipated wheel path of the roadway. Hot -Mix Asphaltic Concrete Pavement (Class A) Page 6 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. 6.7 In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and not individual determination shall be lower than 90%. Testing shall be in accordance with TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8 Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thicknesses shall be more than 1/4" less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9 Surface smoothness criteria and tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade, and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Hot -Mix Asphaltic Concrete Pavement (Class A) Page 7 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Where M - Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized Defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling, or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10 Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic 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 indicated otherwise in the Bid Form, Hot Mix Asphaltic Concrete Pavement shall not be measured or paid for separately but shall be considered subsidiary to the item "Cut & Restore HMAC Pavement". All templates, straightedges, scales, and other weights and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Hot -Mix Asphaltic Concrete Pavement (Class A) Page 8 of 8 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025424 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland Cement combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the plans. 2. MATERIALS Unless otherwise specified on plans, materials and proportions for concrete used in construction under this specification shall conform the requirements as specified for Class "A" Concrete under specification, Section T-030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification, Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in specification, Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade per typical cross section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp and a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required and shall be rigidly attached to the outside forms. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical sections. Care shall be exercised to keep all steel in its proper location. 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. Concrete Curb & Gutter Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025610 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on plans. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented, curing compound unless shown otherwise on plans. Other methods of curing as outlined in the specification, Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Bid Fonn, Remove & Replace Curb and Gutter or Valley Gutter will be measured by the linear foot. Payment shall each be full compensation for removal and disposal of existing curb & gutter, preparing the subgrade; furnishing and placing all materials including reinforcing steel and expansion material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Concrete Curb & Gutter Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025610 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION The specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the plans. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under the specification Section T-030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be premolded material meeting the requirements specified in the specification Section 038000 "Concrete Structures". Cap seal shall be Greenstreak or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free from warp, and of a depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel, if required, shall be placed in position as shown on the plans. Care shall be exercised to keep all steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on plans. Unless otherwise provided by the plans, no section shall be a length less than 8 feet and any section less than 8 feet shall be removed by the Contractor at his own expense. The different sections shall be separated by a premolded insert or board joint of the thickness shown on the plans, placed vertically and at right angles to the longitudinal axis of the sidewalks. Concrete Sidewalks & Driveways Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025612 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on plans. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other widths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in the specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Bid Form, Concrete Sidewalks and Driveways will be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways as indicated in the plans. Payment shall be full compensation for removal and disposal of existing concrete, preparing the subgrade; for furnishing and placing all materials, including all reinforcing steel and expansion joint materials; and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Concrete Sidewalks & Driveways Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025612 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be class "A" in accordance with Section T-030020 of the Technical Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section T-030020 of the Technical Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade, cross section, and shall be of uniform density and moisture, when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown 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 < 1:50 Driveways abutting tied sidewalk .. S < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless shown otherwise on the Drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions shall be removed or relocated, as appropriate, or the location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template Concrete Curb Ramps Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025614 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of loose material and irregularities. 4. MEASUREMENT AND PAYMENT Concrete curb ramps shall be measured per each, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Measurement shall include, but not be limited to subgrade prep, form -work, concrete, rebar, granite surfacing, borders, molding and curing required to complete the curb ramp. Payment shall include all labor, materials, equipment and other incidentals required to complete the concrete curb ramp complete in place and will be made at the unit price bid for Concrete Curb Ramps when included in the proposal. Concrete Curb Ramps Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025614 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the proj ect. 2. MATERIALS Traffic control devices shall conform to the latest edition of Texas Manual on Uniform Traffic Control Devices, unless indicated otherwise, in the Traffic Control Plans. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all 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. Temporary Traffic Controls Used During Construction Page 1 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025802 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Any such additional signs and barricades will be considered subsidiary to the other items of the work. All signs, barricades, and posts will be either new or freshly painted. The Contractor and any traffic control subcontractor must be ATS SA certified for Traffic Control. A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The Contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction. 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 the required blue business signage will be considered to be paid under the Traffic Control Plan Allowance item of the contract. 4. MEASUREMENT AND PAYMENT For Traffic Control Plans for Non -Residential Work Sites: An Allowance is included in the Bid Form for Preparation and Implementation of Traffic Control Plans as described in Section 01 23 10. 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 and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. Payment for "Preparation and Implementation of a Traffic Control Plan Allowance" will be based on the Contractor's actual costs and will be negotiated. For Traffic Control Plans for Residential Work Sites: The TCP Allowance cannot be used for TCP on residential streets. When a third -party, Engineer -certified TCP is required by the City Traffic Engineering Department for work in residential streets, separate payment will be made under the applicable bid item included in the Bid Form. This item must be approved by the engineer. This item will not be paid separately for TCPs/TCP site plan submittals for sites that do not require a third -party, Engineer -certified TCP by the City Traffic Engineering Department for work in residential streets. Contractor shall utilize the typical application traffic control plans included in the drawings and prepare a site plan illustrating Temporary Traffic Controls Used During Construction Page 2 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025802 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 proposed traffic control devices for their work zones at these locations. No separate payment will be made for furnishing, installing, moving, replacing, and maintaining all temporary traffic controls required for work in residential areas, including: 1) 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 2) Relocation of existing signs and devices 3) All materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. Temporary Traffic Controls Used During Construction Page 3 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-025802 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-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 at no additional cost. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a four-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. The leakage rate must not exceed 10 gallons per inch of diameter per mile of pipe per day. Hydrostatic Testing of Pressure Systems Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026202 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 The maximum allowable leakage shall be as follows as required by 30 TAC §217.68 : L 155,400 SDLP WHERE: L = Acceptable leakage rate (gallons/hour/1,000 feet of pipe, based on a leakage rate of 10.0 gallons per inch of diameter per mile of pipe per day) S = Length of Pipe Tested (feet) 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. Hydrostatic Testing of Pressure Systems Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026202 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-026206 DUCTILE IRON PIPE AND FITTINGS 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA C153. Mechanical joints shall be furnished complete with joint material, Cor -ten nuts, Cor -ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBAA Iron or approved equal, with a minimum of 250 psi rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING or FLEX - RING by American Ductile Iron Pipe, or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. Ductile Iron Pipe and Fittings Page 1 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026206 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) - (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30- 65 8 350 0.25 20- 50 10# 350 0.26 15- 45 12 350 0.28 15- 44 14# 300 0.30 13- 42 16 300 0.32 13- 39 18 300 0.34 13- 36 20 300 0.36 13- 35 24 250 0.37 11- 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push -on joints can comply with the "or equal" clause); and a copy of a laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. Ductile Iron Pipe and Fittings Page 2 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026206 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 7. MEASUREMENT AND PAYMENT Ductile Iron Pipe shall not be measured for pay but shall be subsidiary to the appropriate bid item. Ductile Iron fittings shall be measured and paid for separately, at the unit price shown in the proposal. Ductile Iron Pipe and Fittings Page 3 of 3 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026206 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-026602 WASTEWATER FORCE MAIN 1. DESCRIPTION This specification shall govern all work required for the installation of all wastewater force mains required to complete the project. 2. GENERAL REQUIREMENTS 1. All work shall be done in a workmanlike manner, in accordance with the drawings and specifications. 2. Prior to construction, the Contractor shall submit, for approval, certificates of inspection in duplicate to the Engineer from the pipe and fittings manufacturer(s) that said materials supplied have been inspected at the plant and meet the requirements of this specification. 3. It shall be the responsibility of the Contractor to keep on hand extra fittings and pipe, as he may deem necessary to adjust due to unknown obstructions, or to replace defective materials without delay to the project. When defective materials are discovered, they shall be immediately marked and removed from job site. 4. All pipe and fittings shall be clearly marked with trademark of manufacturer, batch number, location of plant, ASTM/ANSI/AWWA designation, size, pressure rating, class/SDR, and pressure rating. 5. Wastewater marking tape shall be continuously applied along the top of the force main, except at joints. The tape shall be green and 2 inches wide and state "Sewer". 3. MATERIALS A. Ductile Iron Pipe Fittings: See City Standard Specification Section 026206. B. PVC Pipe (AWWA C900 or C905): See City Standard Specification Section 026210. C. Concrete: Concrete shall have a minimum compressive strength of 3000 PSI at 28 days. D. Bedding 57d for Encasement: Sand shall be as indicated on the drawings. Wastewater Force Main Page 1 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 E. Non -Standard Fittings: Fittings having non-standard dimensions or fabricated especially for this project shall have a minimum pressure rating of 250 psi and durability comparable to that of the system. Drawings and specifications for non-standard fittings shall be submitted for approval of the Engineer prior to construction. Couplings and adapters for DIP and PVC connections shall be considered non-standard fittings. F. Ceramic Epoxy Lining for Ductile Iron Pipe Fittings: The interior of DI pipe and fittings shall be furnished with a factory applied ceramic epoxy lining. Lining material shall be Protecto 401 Ceramic Epoxy Lining, of 40 mils nominal dry thickness. The epoxy shall be fused to the interior of the pipe by heat, forming a securely bonded lining. 1. Operating Limits: The lining shall have the capability of withstanding operating temperatures from 0° F to 170° F and withstanding sewage with a minimum pH of 4.0. 2. Application: The interior surface of each pipe shall be blast -cleaned to remove high temperature oxide film and to form an anchor pattern over the entire surface prior to heating and lining. Epoxy lining is to cover the inner surface of the pipe, extending from the plain or beveled end to the rear of the gasket socket. 3. Adhesion: Pipe shall be checked at the point of manufacture to assure bond of the lining to the pipe. Any indication of separation of lining from pipe is cause for rejection. 4. Entrapped Material: Any sizeable protrusion in the lining, obviously caused by lining over foreign materials, shall be cause for rejection. 5. Separations: Linings which have separations caused during the lining operation shall be rejected. 6. Damages to Lining: Injurious mechanical damage, such as chuck marks and gouges, extending to bare metal are not acceptable. The pipe having such a defect shall be rejected. 7. Lining Thickness: Linings of nominal 40 mil thickness shall generally equal or exceed 40 mil throughout the pipe. At pipe ends, lining thickness may taper for a distance of 4 inches from the ends, to a minimum of 20 mil thickness. However, the lining shall not deviate by more than 5 mil from the 40 mil nominal thickness as required through the pipe. The lining thickness of each pipe and fitting shall be taken at the point of manufacture using a general electric magnetic dry film thickness device, digital coating thickness gauge, Positector 2000, or approved equal. Pipe and/or fittings with a lining thickness less than the minimum specified shall be rejected. Wastewater Force Main Page 2 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 8. Bell and Plain End Overcoat: The bell socket and the last 2 inches of the plain end of each pipe shall be coated on the inside and outside with a factory applied mastic or epoxy coating. This coating shall be a minimum of 10 mil thickness and shall be Koppers 300M, Industrial Ruff Stuff, Roskote Mastic A-938, or equal. 9. Pinholes and/or Holidays: The inside surface of each pipe or fitting shall be free of pinholes, holiday discontinuities and any blister type surface imperfections. The manufacturer shall check each pipe and fitting for holidays at the point of manufacture with a high voltage holiday detection device. Tinker & Rasor Model AP -W, or approved equal. Testing shall be conducted at the voltage as calculated in Section 3: Testing and Voltages of the "Recommended Practice for High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation" as published by the National Association of Corrosion Engineers (NACE) Technical Practices Committee. All actual holiday testing procedures shall conform to NACE standard RP -02-74 and American Society for Testing Materials (ASTM) Designation: G62(latest) "Standard Test Methods for Holiday Detection in Pipeline Coatings." No holidays, misses or skips larger than a pinhole will be accepted for repair. A maximum of 6 holidays, as defined in ASTM Standard G62 and as determined by the detection test described above, on any one standard pipe length, fitting or special may be repaired with epoxy. 10. Independent Testing Laboratory Representation: All testing as specified herein including the lining thickness test and the holiday test shall be witnessed by a representative from an approved independent testing laboratory. The independent laboratory shall be a member of the American Council of Independent Laboratories. Manufacturer must submit for approval by the City the name of the testing laboratory and actual qualifications of actual representative that will witness the testing. The manufacturer shall furnish three (3) copies of report by independent testing laboratory depicting results of all testing witnessed by the independent laboratory. 11. Field Testing: Each pipe and fitting is subject to inspection in the field by the City for conformance to these specifications prior to installation. Any defects as specified herein with any pipe or fittings shall be grounds for rejection. 12. Sealing Cut Ends and Repairing Field Damaged Areas: Remove burrs from field cut ends and smooth out edge of epoxy lining. Remove all traces of oil or lubricant used during field cutting operation. All areas of loose lining associated with the cutting operation shall be removed and the exposed metal cleaned by sanding or scraping. For larger areas, roughen the bare pipe surface with a small chisel to provide an anchor pattern for the epoxy. The epoxy lining shall be "stripped" back by chiseling, cutting or scraping about 1" to 2" into well adhered Wastewater Force Main Page 3 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 lined area before patching. After removal of loose lining and dirt, the area to be patched shall be "scratched" or "gouged" to offer an anchor pattern for the epoxy. Include an overlap of 1" to 2" of roughened epoxy lining in the area to be epoxy coated. The roughening shall be done with a rough grade emery paper (40 grit), rasp, or small chisel. Avoid honing, buffing, or wire brushing since these tend to make surface to be repaired too smooth. With the area to be sealed or repaired absolutely clean and suitably "roughened," apply a thick coat of two-part coal tar epoxy. The detailed mixing and application procedure for the epoxy shall follow the epoxy manufacturer's instructions. This heavy coat of epoxy shall be "worked" into the scratched surface by brushing. The Contractor shall maintain a supply of epoxy on the job site as required to seal cut ends and repair damaged pipe when encountered. Epoxy shall be of the type recommended or supplied by the pipe manufacturer. 13. Warranty: A five-year warranty shall be furnished by the manufacturer on the serviceability of the lining. This warranty shall include, but not be limited to the statement, at any time up to the end of the fifth year from the date of pipe shipment: a. The lining shall not have disbound. b. The lining shall not have suffered any appreciable underfilm migration. c. The interior pipe metal, at points of pinholes or holidays, shall not have suffered detrimental deterioration. d. The lining shall have maintained its smooth surface characteristics. Contractor and/or manufacturer shall not make any exemption or exception to the above stated conditions or warranty within the limits as stated in this specification section. 14. Certification: The manufacturer shall furnish notarized certificates of compliance stating that the lining conforms to all requirements of these specifications. 4. CONSTRUCTION METHODS 4.1 HANDLING AND STORAGE OF MATERIALS A. General: The Contractor shall be responsible for the safe storage of all materials furnished to or by him and accepted by him until the materials have been incorporated in the completed project. Wastewater Force Main Page 4 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 ten days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. C. Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. 4.2 INSTALLATION A. Alignment and Grade: All pipes shall be laid and maintained to the required line and grade. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. Force Mains shall be laid with no less than 36 inches of cover, unless indicated otherwise in the drawings. Greater depths will be permitted when required to avoid conflicts with existing structures. Lines shall be laid to grade which permit entrapped air to flow to a high point for release through an air release valve as shown on the drawings. The Contractor shall investigate well in advance of pipe laying for conflicts which may necessitate the readjustment of planned line and grade. B. Trench Excavation and Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers", and drawings. C. Force Main Connection to Existing Manhole: Where new force main is connected to existing manhole, the manhole shall be prepared to receive the proposed force main and Wastewater Force Main Page 5 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 restored after connection. Manhole inverts shall be repaved as necessary to provide a smooth flowing system. D. Polyethylene Encasement: All metallic pipe, valves and fittings, except those which occur in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such a manner that all surfaces of pipe valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6 -foot intervals. If wrapping is applied before the pipe is placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. E. Sand Encasement: Sand shall be granular soil of low plasticity such that 30% minimum passes a #4 sieve and no more than 20 % passes a #200 sieve, and the plasticity index (PI) shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3 and some A2 soil shall be required. F. Pre -Placement Inspection: Prior to lowering into trench, all pipe and accessories shall be inspected for defects. All foreign matter or dirt shall be removed from the interior of the pipe prior to lowering into trench. Pipe shall be kept clean at all times during the laying. G. Jointing Pipe and Fittings: All pipes and fittings shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. H. Concrete Thrust Blocks: Temporary thrust blocks or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary and no separate payment will be made for it. 1. Restrained Joints and Fittings: Metal harness, tie rods and clamps or restrained fittings shall be used to prevent movement when soil conditions will not withstand thrust blocking. Steel rods and clamps shall be galvanized or otherwise rust -proofed or coated with hot coal tar enamel then wrapped with two layers of polyethylene wrapping. Wastewater Force Main Page 6 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4.3 HYDROSTATIC TESTING WASTEWATER FORCE MAIN See City Standard Specification Section 026202, Hydrostatic Testing of Pressure Systems. 5. MEASUREMENT AND PAYMENT Unless otherwise specified in the Bid Form, wastewater force mains will be measured by the linear foot along the centerline of pipe. Payment shall include, but not be limited to, trenching, dewatering, pipe, bedding, thrust blocks, fittings, restraints and backfill, and shall be full compensation for all labor, materials, equipment, tools and incidentals required to complete the work at the unit price bid. Wastewater Force Main Page 7 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-026602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027200 CONTROL OF WASTEWATER FLOW (TEMPORARY BYPASS PUMPING SYSTEMS) 1. GENERAL 1.1 DESCRIPTION A. This specification shall govern all work necessary for designing, installing, implementing, operating, and maintaining a control of flow through temporary bypass pumping and flow control system, as provided by the Contractor for the purpose of diverting wastewater flow around the work area for the duration necessary to complete the work (i.e., control of wastewater flows). The Contractor shall furnish all materials, labor, equipment, power, maintenance, and incidentals required to maintain continuous and reliable wastewater service in all lines for the duration of the project. 1.2 SUBMITTALS A. Bypass Pumping Plan Form: It shall be the Contractor's responsibility to legibly and thoroughly complete, in its entirety, the attached Bypass Pumping Plan Form and submit it to the Engineer and/or the Operating Department for review and approval, prior to the installation of any pumping system proposed for use. Unless the bypass pumping is associated with an emergency work order, the standard approval protocol is as follows: The Contractor prepares and submits the plan to the Engineer a minimum of 7 days prior to mobilizing to site. The Engineer reviews the bypass plan and coordinates approval with Engineering Services and the Operating Department. Engineer and City will put forth a reasonable level of effort to expedite the review and approval process. No deviation from the procedure shall be allowed. B. Bypass Pumping Plan Schematic: In addition to the above referenced form, the Contractor shall also furnish a sufficiently detailed schematic drawing identifying the approximate location of all bypass pumping system components. The schematic drawing shall clearly label parallel/crossing streets, identify landmark structures, and depict the locations of all pumps and piping. At a minimum, the bypass pumping plan schematic drawing and associated attachments should include the following items: 1) Pump curves showing designed operation point for this specific project 2) Approximate location of bypass system pumping components 3) Location of manhole or access point for suction and discharge Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 1 of 10 T-027200 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4) Configuration, routing, location and depth of the suction and discharge piping 5) General arrangement/type of additional support equipment. 6) Temporary pipe supports, anchoring and thrust restraint blocks, if required 7) Traffic Control Plan and Traffic Department permit if the bypass is within the right-of-way. 8) Description of the method for removing pressure and all wastewater from existing force mains being taken out of service, if necessary. 9) All other City -department and Regulatory requirements. 10) Sewer plugging locations, method, and types of plugs 11) Method of protecting discharge manholes or structures from erosion and damage. 1.3 RESPONSIBILITY / AUTHORITY A. It is essential to the operation of the existing wastewater system that there is no interruption in the flow of wastewater throughout the duration of the project. The Contractor shall be completely responsible for designing, scheduling, providing, installing, operating, fueling and maintaining the temporary bypass pumping system in a manner that does not cause or contribute to overflows, releases, or spills of wastewater from the wastewater or bypass system. The Contractor shall neither anticipate nor expect any assistance from the City of Corpus Christi departments for any of the bypass operation. B. Contractor shall provide a responsible employee to man the bypass system 24 hours per day, 7 days per week during operation. The monitoring employee shall be properly trained, experienced, and mechanically qualified such that they can quickly and effectively address any potential emergency and non -emergency situations associated with the bypass system which must remain in operation. The wastewater and bypass systems should be inspected at least once every 2 hours. The Contractor shall be responsible for ensuring that the wastewater collection system is not compromised during bypass installation or operation, and contractor shall ensure that the system operates properly during this period. C. The Contractor shall be responsible for the impacts on the collection system area, both upstream and downstream of the bypass and shall maintain the system in a manner that will protect public and private property from damage and flooding. The Contractor shall be responsible for the impacts on the collection system area, both upstream and downstream during construction. Upstream impacts may include, but are not limited to backups and overflows. Downstream impacts may include, but are not limited to surcharges and overflows. D. Contractor shall make all effort to minimize spills of raw wastewater during the improvements and bypassing. All spills and sanitary sewer overflows shall immediately be reported to the City at 361-826-2489 and the Contractor shall be solely responsible for wash down, clean-up and disinfection of said spillages or Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 2 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 overflows to the satisfaction of the owner at no additional cost to the City of Corpus Christi. E. The City is permitted through the Texas Commission on Environmental Quality to operate the wastewater system. The final authority comes from the City as to the operation of the wastewater system and as such it reserves the right to halt the bypassing operation at any time in order to maintain public health and safety without any cost impacts to the City. 2. PRODUCTS 2.1 MATERIALS A. Bypass Pumps a. Pumps shall be fully automatic self -priming pumps that do not require the use of foot -valves or vacuum pumps in the priming system. The pumps may be electric or diesel powered. Pre -approved manufacturers are Godwin or Rain - for -Rent. Approved equals may be considered by the Engineer if they meet all requirements in this specification but Contractor shall provide submittal package for Engineer's review and approval prior to installation. Pumps shall be equipped with critically silenced, sound attenuated enclosures with a maximum 65 dB (10 -feet from pump), a diesel day tank with a minimum 24- hour runtime without refuel, and automatic start/stop controls for each pump. b. Pumping capacity of the bypass pump shall be capable of handling the flow conditions at all times and shall provide a minimum of 1.5 times the existing capacity of whatever line or lift station is being bypassed. c. The Contractor shall have adequate standby equipment available and ready for immediate operation and use in the event of an emergency or breakdown. In critical installations, as determined by the Engineer, one standby pump for each size pump utilized shall be installed at the mainline flow bypassing locations, ready for use in the event of primary pump failure. B. Suction and Discharge Piping: Determined according to pump size, flow calculations, system operating conditions, manhole depth, and length of suction piping in accordance with the pump manufacturers specifications and recommendations. In order to prevent the accidental spillage of flows, all discharge systems shall be temporarily constructed of heavy-duty pipe with positive restrained joints. a. High Density Polyethylene (HDPE) Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 3 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 i. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. Defective areas shall be cut out and butt -fusion welded as per manufacturer's recommendations. ii. Assembled and joined at site using couplings, flanges, or butt -fusion method to provide leak proof joint, as per manufacturer's recommendations and ASTM D-2657. iii. Fusing must be performed by personnel certified as fusion technicians by manufacturer of HDPE pipe and/or fusing equipment. Fused joints shall be watertight and have tensile strength equal to that of pipe. iv. HDPE is required to be used in or adjacent to environmentally sensitive areas. b. Polyethylene Plastic Pipe (PE) i. High density solid wall and following ASTM F714 Polyethylene (PE) Plastic Pipe (SDR -DR) based on outside diameter, ASTM D1248 and ASTM D3550 ii. Homogeneous throughout, free of visible cracks, discoloration, pitting, varying wall thickness, holes, foreign material, blisters, or other deleterious faults. c. Quick -Disconnect Steel Galvanized Pipe and Heavy -Duty Flexible Hoses i. Must consist of heavy-duty steel with high tensile strength, x-ray welded, abrasion resistant and suitable for intended service with a maximum pressure rating of at least 174 PSI ii. Bauer quick -disconnect fittings/joints shall be restrained and watertight. Joints shall consist of vacuum sealing O -rings to help pumps prime faster and perform at their designed flow rates with no leaks, even at high pressure ratings iii. Joints shall provide 30 -degree articulation at every coupling and shall not require perfect alignment to make each connection. iv. The galvanized couplings shall not be hindered by sand, mud, and grit. d. Valves and Fittings i. Contractor shall provide valves and fittings as necessary and in accordance with the approved pipe materials shown above. e. Plugs i. Selected and installed according to size of line to be plugged, pipe, manhole configurations, and based on specific application. ii. Prior to use, Engineer may inspect plugs for defects which may lead to failure. iii. Contractor shall provide additional plugs in the case of failure. f. Miscellaneous Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 4 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 i. When temporary piping crosses local streets/roadways and private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. 3. EXECUTION 3.1 SCHEDULING & COORDINATION A. Unless the bypass pumping is associated with an emergency work order, the Contractor shall provide a minimum of 48-hour notice to the Engineer and Wastewater Department for the startup of bypass operations once the completed bypass plan has been approved by the design engineer. Unless needed otherwise for emergency work, no bypassing shall be initiated on Friday, Saturday or Sunday, or the day immediately preceding a City holiday. B. Inclement Weather: The Contractor shall not be allowed to commence bypass operation should inclement weather be forecast for the period of the scheduled improvements. C. Under special circumstances, as identified by the Engineer, where critical lines with large service areas are being bypassed, the Contractor is responsible for setting up a meeting between the Engineer/City/Operating Department to affirm and coordinate the approved bypass plan and to verify the intended site installation conforms to the approved plan. Engineer may also require the bypass system to be in service for at least 24 -hours prior to taking existing gravity lines or force mains out of service to demonstrate reliability. D. Before beginning bypass operations, the Engineer/City Operating Department must be notified for field verification of pumps, piping, and equipment, etc., to ensure the site installation conforms to the approved plan. E. Before beginning bypass operations, the Contractor shall confirm appropriate emergency contact information has been provided to the City and Engineer on the Bypass Pumping Plan Form including emergency cell phone number of bypass operators/monitors responsibly manning the bypass system 24 hours per day along with the project superintendent and pump supplier. F. The Contractor can work extended hours, if approved by the Engineer, to perform the improvements during the bypass operation. Work during extended hours cannot create a nuisance for the neighbors. G. Once a lift station is taken out of service and bypass operations begun, work shall be continuous on the lift station improvements until all improvements are completed and the lift station is returned to normal service. Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 5 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 H. The Contractor shall cease bypass pumping operations and return flows to the new and/or existing wastewater system when directed by the Owner. This may be expected if the bypass system is not in accordance with this specification or if inclement weather is in the forecast. 3.2 INSTALLATION & OPERATIONS A. Installation of Temporary Discharge Piping a. Discharge piping may be placed along shoulder of road, medians, and/or outside of pavement. Do not place in streets or sidewalks without Engineers approval. b. When temporary piping crosses local streets/roadways and/or private driveways, Contractor shall provide traffic ramps or covers designed, installed, and maintained for H-20 loading requirements while in use. c. When traffic ramps cannot be used, install temporary piping in trenches and cover with temporary pavement, as approved by the Engineer. B. Discharge piping to gravity lines or manholes shall be designed in such a manner as to prevent discharge from contacting manhole walls or benching with as minimal turbulence as possible. C. Plugging or blocking of wastewater flows shall incorporate a primary and secondary plugging device. When plugging or blocking is no longer needed for performance and acceptance of work, it is to be removed in a manner that permits the wastewater flow to slowly return to normal without surge, to prevent surcharging or causing other major disturbances downstream. D. The Contractor shall not cut existing force mains or gravity lines until it is determined that the containment area in place is sufficient for handling any wastewater within the pipe. E. Some locations may require multiple bypass systems. If bypass system is provided with air release valves, then the valve drains shall be piped to a manhole for discharge. F. Upon completion of the bypass pumping operations, remove piping, restore property to pre -construction condition and restore pavement. 4. MEASUREMENT AND PAYMENT 1. Set-up of Bypass Pumping Systems a. Set-up of bypass pumping systems will be measured per each bypass system installed, where the bypass pumping system is comprised of the all necessary Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 6 of 10 T-027200 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 pump(s) and suction piping system components used to bypass around a single line segment or multiple contiguous line segments and manholes under an IDIQ Delivery Order. b. Payment will be made based on the on the size of the line segment or segments of pipe designated for repair and being bypassed around, as listed in the Bid Form. c. Payment for set-up of bypass pumping systems shall include all material, labor, equipment, standby pumps, and supervision necessary to complete the bypass design and prepare a bypass pumping plan; provide coordination, installation, and removal of the bypass pumping system; and complete restoration of areas disturbed by the bypass system operation. d. Any relocating or rearrangement of bypass pumping equipment will not be measured or paid for separately but will be considered subsidiary to the applicable bypass pumping system set up pay item. e. Setup of discharge piping required for the bypass pumping system will be measured and paid for separately under the applicable discharge piping for control of wastewater flow pay item included in contract pay items. 2. Discharge Piping for Control of Wastewater Flows (Temporary Bypass Pumping Systems) a. Discharge Piping for Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by linear foot based on the distance from the bypass pump setup to the discharge manhole necessary to bypass around the line segment or segments of pipe and manholes designated for repair or rehabilitation. b. Payment shall include all material, labor, equipment, and supervision necessary to set-up, operate, maintain, rearrange, and remove discharge piping and/or hoses; and to restore areas disturbed by the discharge piping. c. Road ramps and or/burial of piping and associated installation, maintenance, removal, and restoration will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. 3. Control of Wastewater Flows (Temporary Bypass Pumping Systems) a. Control of Wastewater Flows (Temporary Bypass Pumping Systems) shall be measured by day (24-hour period) for each calendar day the system is in operation when repair work is being performed and is based on the size of the line segment or segments of pipe designated for repair and being bypassed around. b. Payment shall include all material, labor, fuel, and supervision necessary to operate and maintain the bypass pumping system. Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 7 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 c. Payment will be made based on the number of days specified and agreed upon on in the Approved Bypass Pumping Plan. d. Any days beyond the number of days included in the Approved Bypass Pumping Plan will not be approved for payment without prior, written approval from the City. Contractor will be responsible for submitting an RFI at least 48 hours advance for any requests for payment for additional bypass pumping days due to reasons beyond the control of the Contractor. The RFI should include supporting information to provide justification for approval of payment for additional days. e. No separate payment for bypass pumping will be made for Non -Working days extending over a weekend or holiday, unless pre -approved in the Approved Bypass Pumping Plan. Once the bypass pumping system has started and after any required bypass testing is successfully performed, Contractor is expected to begin productive work towards completing the system rehabilitation and to continue to work daily in order to return the system back to normal service. f. No separate payment will be made for the required man -watch operation of the bypass system as described in this specification. Payment for the required man - watch will be considered subsidiary to the bypass pumping item. g. This bid item shall not be used in conjunction with the CCTV bid items, or Control of Wastewater Flow with Vactor Trucks. When bypass pumping is used for control of flow, any use of vactor trucks and/or frac tanks needed for flow control to maintain the bypass are covered by this bid item and will not be paid separately. 4. Furnishing of Tandem -Axel Vacuum (Vactor) Truck for Control of Wastewater Flow a. Furnishing of Tandem -Axel Vacuum (Vactor) Truck for Control of Wastewater Flow shall be measured on a per day (24-hour) basis, not to exceed the number of days allocated in the production rates table in the special conditions or as allowed for in the final Delivery Order. b. Contractor will be responsible for submitting an RFI at least 48 hours in advance for any requests for payment for additional Vactor Truck days due to reasons beyond the control of the Contractor. The RFI should include supporting information to provide justification for approval of payment for additional days. c. Payment shall include all material, labor, equipment, necessary to install and remove all types of flow control systems/devices required for the work; equipment rentals and personnel required to operate the selected flow control systems; and lawful disposal of waste and site clean-up. d. This bid item shall not be used in conjunction with the CCTV bid items, Control of Wastewater Flow with Bypass Pumping item, or dewatering of force mains. Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 8 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 e. Vacuum truck and frac tanks shall only be charged separately for flow control not involving a bypass pump. For any other work, vacuum trucks are subsidiary to the work performed. f. Means of flow control covered by this bid item include Vacuum Truck (Tandem); Frac Tank. g. CCTV, mobilization, and work not requiring a Vactor truck cannot add days to this item. 5. Any plugs and/or flow-through plugs utilized during bypass operations shall not be measured or paid for directly but shall be considered subsidiary to the work they are needed. 6. During emergency work, the emergency coefficient for bypass pumping shall only apply to the set-up of bypass pumping system item and the discharge piping for control of wastewater flow pay items. The emergency coefficient will not be applied to the daily bypass pumping operation pay items. 7. Lawful disposal of waste and site clean-up will not be measured and paid for separately but will be considered subsidiary to the other related contract pay items. Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 9 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 BYPASS PUMPING PLAN FORM Date: NOTE: Shall be submitted seven (7) days prior to bypass operation Project Title: Project No.: Engineer: Contractor: Service Area: Start Date & Time: Lift Station No. (if applicable): Completion Date & Time: Sewer Line Size being Bypassed: Estimated Peak Flow: Line Plugging Method & Locations: Suction Manhole or Lift Station Number and Depth: Discharge Manhole or Lift Station Number and Depth: Maximum Surcharge Depth Allowed: Bypass Forcemain Size, Material & Length: Pump Description: (Self -Priming, Critically Silenced, and Automatic Level Controls Required) Make, Model, Suction/Discharge Size: Diesel or Electric Total Number of Pumps/Standby Pumps: Total & Firm Capacity (GPM @ TDH): Vacuum Trucks (if required, number and capacity): Contractor Personnel Manning Bypass System (24 hours/day): Name: Phone: Name: Phone: Emergency Contacts: Name: Name: Additional Notes: Phone: Phone: Required Checklist: YES NO ❑ ❑ Schematic drawing providing details of proposed bypass pumping system, routing of bypass lines (usint manhole numbers and/or lift station names as applicable), equipment location, and proposed sequencing ❑ ❑ Has traffic control plan been appropriately modified to facilitate the bypass pumping equipment? ❑ ❑ Pumps: Self -priming & Critically Silenced. Provide pump curve with Bypass plan. (Requirement). ❑ ❑ Contractor shall coordinate with Supplier for appropriate instruction and training on pump operation. ❑ ❑ Have emergency and/or backup provisions been made for quick pump change out in the case of system failure? ❑ ❑ Contractor has confirmed no rain (less than'/2-in) in the forecast? rcparcu uy. Contractor Representative Date cvrcweu uy. Corpus Christi Water Representative Date Control of Wastewater Flow (Temporary Bypass Pumping Systems) Page 10 of 10 Citywide Wastewater IDIQ - Manhole Improvements — Project No. 23148 T-027200 Rev. 03/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-27207 MANHOLE REHABILITATION AND UPGRADES PART 1: GENERAL A. Description 1. The work specified in this section includes all labor, materials, accessories, equipment, and tools for performing operations required to rehabilitate sanitary sewer manholes to reduce infiltration and inflow (I&I) and restore structural integrity where needed; and/or to upgrade sanitary manholes, as required by the Owner for improved operation and maintenance of the wastewater collection system. B. Definitions 1. Manhole Rehabilitation: The materials and methods associated with improving the conditions deteriorated manholes and/or mitigate I&I at a manhole. Manhole rehabilitation methods include, but not limited to, cover and frame replacement, chimney repairs, sealing of cracks and fractures, installing I&I inhibitor dish, and lining of manhole bench, walls, cone, and chimney. 2. Manhole Upgrades: The materials and methods associated with improving the serviceability, and performance of the collection system. Manhole upgrades include, but are not limited to, manhole adjustments, installation of new manholes, installation of inspection manholes, upgrading manhole covers, adding concrete collars, and adding manhole vents. 3. Class A Lining: Structural, High Sulfate Resistant Lining for Rehabilitation. Fully structural manhole lining solutions suitable for severely deteriorated manholes. Class A linings shall stop infiltration and inflow (I&I) in addition to having the capability of withstanding the static and dynamic loads that are exerted on the manhole. Upon installation, Class A linings shall not rely on the residual strength of the host manhole. Approved Class A Materials: Warren Environmental, 301-14 high performance epoxy, min. 250 mils thickness Quadex Structure Guard, min. 250 mils thickness SCM 4553 Epoxy Coating, min. 250 mils thickness 4. Class B Lining: Structural Cementitious or Multicomponent Sulfate Resistant Lining for Rehabilitation. Semi -structural manhole lining solutions suitable for moderately deteriorated manholes. Class B linings shall stop I&I in addition to providing structural support to the host structure. A manhole lined with a Class B lining shall withstand all the static and dynamic loads that are exerted on the Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 1 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027205 FIBERGLASS MANHOLES FOR WASTEWATER 1. DESCRIPTION This specification shall govern all work required for providing, installing and adjusting fiberglass manholes required to complete the project. 2. GENERAL Fiberglass manholes shall be installed at the locations indicated in the drawings. 3. MATERIALS A. Manholes Fiberglass manholes shall be fabricated in accordance with ASTM -D-3753-" Standard Specification for Glass -Fiber -Reinforced Polyester Manholes and Wetwells," latest edition and the referenced design criteria as follows: 1. ASTM -C-581 Practice for determining chemical resistance of thermosetting resins used in glass -fiber reinforced Structures Intended for Liquid Service 2. ASTM -D-695 Test method for compressive properties of rigid plastics 3. ASTM -D-790 Test methods for flexural properties of unreinforced and reinforced plastics and electrical insulating materials. 4. ASTM -C-923 Standard Specification for Resilient manhole connectors 5. ASTM -D-2412 Test Method for external loading properties of plastic pipe by parallel -plate loading. 6. ASTM -D-2583 Test method for indentation hardness of rigid plastics by means of a barcol impressor. 7. ASTM -D-2584 Test method for ignition loss of cured reinforced resins 8. ASTM -D-3034 Type PSM Poly (Vinyl) Chloride) (PVC) sewer pipe and fittings 9. ASTM F794 PVC Profile Wall Sewer Pipe (riser) The minimum wall thickness for all fiberglass manholes at all depths shall be 0.50 inch. The inside diameter of the manhole barrel shall be a minimum of 48 inches or as otherwise specified 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 minimum inside diameter of 31.75 inches at the top, unless otherwise indicated on the drawings. Fiberglass Manholes for Wastewater Page 1 of 6 T-027205 Citywide WW IDIQ — MH Improvements—Project No. 23148 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 B. Manhole Pipe Connectors Manhole pipe connectors for Sanitary Sewer Application shall be made of corrosion resistant plastic. The connector shall eliminate leaks around the pipe entering the manhole wall and shall permit pipe movement without loss of seal integrity and be in conformance with ASTM D-3212. Material for elastomeric seal in push -on joints shall meet the requirements of ASTM F-477. Material for rubber sleeve shall meet the requirements of ASTM C-443. Manhole pipe connectors between 4 inches and 15 inches shall be Inserta Tee from Fowler Mfg., or approved equal. Manhole pipe connection for Storm Sewer Application shall be made with Ram-Nek flexible plastic gasket material as manufactured by K.T. Snyder Company of Houston, Texas, or approved equal, and wrapped with Class 'A' Subsurface Drainage Geotextile, AASHTO M288. C. Manhole Base Concrete shall be Class A in accordance with Section T-030020. Caulk for seal between fiberglass manhole and concrete cast -in-place base shall be Epo- Flex epoxy (gun grade consistency) as manufactured by Dewey Supply of Corpus Christi, Texas or approved equal. Precast Reinforced Concrete Manhole Base shall be in accordance with requirements of ASTM C-478 as shown on construction plans and detail drawings. D. Inflow Inhibitors Inflow inhibitors shall be installed in sanitary manholes. They shall be of 316 stainless steel with an equivalent thickness of not less than 18 gauge and load tested in excess of 3000 pounds. The inhibitor shall rest on the lip of the seating surface of the manhole ring and shall not exceed a depth of 6.5 inches. The seating surface of the inhibitor shall have an attached gasket on the weight bearing side. The inhibitor shall have a gas relief valve made of Nitrite and shall operate at a 1 psi differential pressure. The inhibitor shall be fitted with a handle of 3/16 plastic coated stainless steel cable attached to the insert body with a 6# 316 stainless steel rivet. The inhibitor shall be constructed of materials that withstand highly corrosive sewer gases. E. Ring & Cover Manhole ring and cover for all manholes shall be for street application and shall be indicated on the drawings. High density polypropylene (HDPE) or expanded polypropylene (EPP) adjustment rings are to be used for grade adjustments. The installation shall consist of a minimum of 6" of grade rings to be used for unpaved areas and a minimum of 12" of grade rings to be used for paved areas. Either road condition shall not exceed 18" of grade rings used. Fiberglass Manholes for Wastewater Page 2 of 6 T-027205 Citywide WW IDIQ — MH Improvements—Project No. 23148 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 21001bs/ CY Sand 2501bs/ CY Water 6 oz/ CY "Darafill" admixture, as manufactured by Grace Construction Products, or approved equivalent. 4. CONSTRUCTION METHODS General: The limit of excavation shall allow for placing and removing forms, installing sheeting, shoring, bracing, etc. The Contractor shall pile excavated material in a manner that will not endanger the work and will avoid obstructing sidewalks, driveways, power pole, drainage, streets, etc. Subgrade under manhole footings shall be compacted to not less than 95% Standard Proctor density. Vertical Side: When necessary to protect other improvements, the Contractor shall maintain vertical sides of the excavation. The limit shall not exceed three feet outside the footing on a vertical plane parallel to the footing except where specifically approved otherwise by the Engineer. The Contractor shall provide and install any sheeting, shoring, and bracing as necessary to provide a safe work area as required to protect workmen, structures, equipment, power poles, etc. The Contractor shall be responsible for the design and adequacy of all sheeting, shoring and bracing. The sheeting, shoring, and bracing shall be removed, as the excavation is backfilled. Sloping Sides: In unimproved areas, where sufficient space is available, the Contractor shall be allowed to back slope the sides of the excavation. The back slope shall be such that the excavation shall be safe from caving. Safety requirements shall govern the back slope used De -watering: The Contractor shall keep the excavation free from water by use of cofferdams, bailing, pumping well pointing, or any combination as the particular situation may warrant. All de -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 insure the safety of the structure, but in no case shall de -watering be terminated sooner than seven (7) days after placing concrete. All de -watering methods and procedures are subject to the approval of the Engineer. The excavation shall be Fiberglass Manholes for Wastewater Page 3 of 6 T-027205 Citywide WW IDIQ — MH Improvements—Project No. 23148 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 inspected and approved by the Engineer before work on the structure is started. The Contractor shall provide a relatively smooth, firm foundation bed for footings and slabs that bear directly on the undisturbed earth without additional cost to the City, regardless of the soil conditions encountered. The Engineer will be the sole judge as to whether these conditions have been met. The Contractor shall pile excavated material in a manner that will not create an unsafe condition. Unauthorized Over Excavation: Excavation for slabs, footings, etc., that rest on earth, shall not be carried below the elevation shown on the drawings. In the event the excavation is carried on below the indicated elevation, the Contractor shall bring the slab, footing, etc., to the required grade by filling with concrete. Wall Preparation for Pipe Penetrations: For sanitary sewer application, pipe penetrations for pipe 4" through 15" shall be made with appropriately sized core drill bits recommended by the Manufacturer. Pipe penetrations other than described above and as authorized by the Engineer shall be made as follows: cut shall be equal to the outside diameter of pipe to pass through it, plus 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 a manhole must be moved by rolling, the ground which it transverses shall be smooth and free of rocks, debris, etc. Manholes shall be lifted as specified by the manufacturer. Height Adjustment: If necessary, utilize HDPE or EPP adjustment rings to adjust the manhole to the correct grade elevation. A minimum of 6" of adjustment rings are to utilized for unpaved areas and a minimum of 12" of adjustment rings for paved areas. Either area shall not exceed 18" of adjustment rings. Installation: Lower manhole into wet concrete until it rests at the proper elevation, and minimum of six (6) inches into concrete, then plumb. Backfill Material: Unless shown otherwise on the drawings, initial backfill around manholes (from subgrade to five feet (5') above the top of the concrete footing) shall be flowable grout. The remaining final backfill around manholes shall be cement -stabilized sand, or approved equal, containing a minimum of 2 sacks of standard Type I or Type II Portland cement per cubic yard of sand, free of large hard lumps, rock fragments or other debris. The material shall be free of large lumps or clods which will not readily break down under compaction. This material shall be subject to approval by the Engineer. Backfill material shall be free of vegetation or other extraneous material. Topsoil should be stockpiled separately and used for finish grading around the structure, if necessary. Schedule of Backfilling: The Contractor may begin backfilling of manhole as soon as the concrete has been allowed to cure and the forms removed. Compaction: Backfill shall be placed in layers note to exceed 6" compacted thickness and mechanically tamped to at least 95% Standard Proctor Density. Backfill shall be placed in such a Fiberglass Manholes for Wastewater Page 4 of 6 T-027205 Citywide WW IDIQ — MH Improvements—Project No. 23148 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 manner as to prevent any wedging action against the structure. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 "Control of Wastewater Flows". 5. TESTING Manholes will be tested for leakage by either of two tests as specified by Engineer. Water Leakage Test: The contractor shall provide water, labor, and materials for testing. Testing will be as follows: 1. With sewers plugged, the manhole shall be filled with water. 2. The manhole shall be checked after 24 hours have elapsed. 3. Water loss shall not exceed 2.4 gallons per foot of depth for the 24-hour period. 4. If the manhole is within 9 feet of a waterline that is not or cannot be encased, the manhole shall be tested for no leaks and no noticeable loss of water shall be experienced for the 24-hour period. If water loss is excessive, the Contractor shall correct the problem and the manhole shall be retested. Vacuum Test: Vacuum testing shall be in accordance with Section 027203, Vacuum Testing of sanitary sewer manholes and structures. 6. GRADE ADJUSTMENT OF EXISTING FIBERGLASS MANHOLES The adjustment of the ring and cover is to be achieved by removal or addition of "HDPE grade adjustment rings" that rest above the fiberglass corbel. If the ring and cover must be lowered to the extent that the new elevation cannot be achieved by removal of "HDPE grade adjustment rings" and it is necessary to remove a section of the fiberglass manhole, this work shall be done as described below. Note that manhole repair kits are available for this work. Remove the appropriately sized section of the existing manhole from the vertical manhole wall at least 6" below the seam where the corbel meets the vertical wall. 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. Fiberglass Manholes for Wastewater Page 5 of 6 T-027205 Citywide WW IDIQ — MH Improvements—Project No. 23148 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Replace and align the top. Fiberglass a 6" strip along the outside seam all around with two layers of mat with one layer of woven roving sandwiched between. After the outside has set, go on the inside and fill any voids in the seam with epoxy or material provided by a manhole manufacturer for use in such application. After the putty has set. Fiberglass a 6" strip on the inside as previously done on the outside. After curing, backfill with cement -stabilized sand, as described above, compacted to a minimum of 95% Standard Proctor density (ASTM D698) or as directed by the Engineer or his designated representative. 7. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Bid Form, Fiberglass Manholes shall be measured per diameter per each, up to a depth of 6 feet. Measurement shall include, but not be limited to; excavation, concrete foundation, manhole assembly, connections, cast iron frame and cover, concrete work, backfill, testing, and other work as required to complete the fiberglass manhole. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. Extra depth for a wastewater manhole over 6 feet in depth will be measured by the vertical foot of depth in excess of 6 feet and bid per diameter as "Extra Depth for Wastewater Manholes". "Removal of Existing Wastewater Manhole" shall be measured and paid for separately, at the unit price shown in the Bid Form. Fiberglass Manholes for Wastewater Page 6 of 6 T-027205 Citywide WW IDIQ — MH Improvements—Project No. 23148 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 manhole upon rehabilitation. Approved Class B Materials: Permacast MS -10,000 with Conshield, min. 1 -inch thickness Quadex Aluminaliner, min. 1 -inch thickness Quadex Geopolymer, min. 1 -inch thickness Spectrashield Multicomponent Liner System, min. 500 mils total Manhole Mortar Plus with ConBlock MIC, min. 1 -inch thickness SCM Reliner MSP with ConBlock MIC, min. 1 -inch thickness SCM Max CA+ Cement, min. 1 -inch thickness SCM Geocast Geopolymer Mortar, min. 1 -inch thickness 5. Class C Lining- Non -Structural High Sulfate Resistant Lining for Rehabilitation. Non-structural manhole linings and coatings suitable for mildly deteriorated manholes or sound manholes that receive significant I&I. The purpose of using Class C manholes is to stop I&I and coating the interior surface of the manhole as a preventive measure versus corrosion. A manhole lined with Class C lining shall sustain no structural damage and withstand all the static and dynamic loads that are exerted on it without receiving any support from the lining. Class C linings should have a minimum of 300 psi adhesive strength and should be tested for adhesion upon application using ASTM 7234. Approved Class C Materials: Warren Environmental, 301-14 high performance epoxy, min. 125 mils thickness Quadex Structure Guard, min. 125 mils thickness Raven 405 High Build Epoxy, min. 125 mils thickness SCM 4553 Epoxy Coating, min. 125 mils thickness Class C Cementitious Products will be approved through the submittal review process. C. Submittals 1. Furnish detailed and complete data pertaining to the interior surface of the structure to be rehabilitated, the rehabilitation product, surface preparation and installation. The submission of these data shall be made in a timely manner to prevent project delay. At the request of the Engineer, test for adverse chemical conditions that may hinder overall product perfonnance. 2. Test Reports: Submit manufacturer's test reports of physical/chemical properties of the product. 3. A certificate of "Compliance with Specifications" shall be furnished for all materials supplied. 4. Documentation showing compliance with OSHA VOC emissions regulations. Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 2 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 5. A work plan including Contractor's method of wastewater flow control and by-pass pumping. 6. A safety plan: Comply with OSHA standards and all regulations pertaining to the work including confined space entry. 7. Applicator Qualifications: Submit qualifications of applicator. Certification by the manufacturer stating that the applicator is trained and approved in the application of the specified products. 8. Safety Data Sheets (SDSs) for each product used (applies to coatings/linings and chemical grouts). 9. Final installation report on completed manholes including coating and lining thickness measurements. D. Product and Applicator Acceptability Only proven products with successful long-term track records will be approved. All manhole lining products and installers must be pre -approved prior to issuance of any Delivery Orders. 1. Must be qualified in this line of work and have at least five (5) years documented experience in manhole repair/ restoration. 2. Must have a minimum of five (5) years documented experience in the application of the protective coatings specified herein. 3. Submit a list of five (5) recent projects of the same product application with names and contact information of references. 4. The applicator must have been Manufacturer certified for five (5) years prior to bid submission. PART 2: MATERIALS A. General 1. The materials to be utilized in the lining of manholes shall be designed and manufactured to withstand the severe effects of hydrogen sulfide in a wastewater environment. Manufacturer of corrosion protection products shall have long proven experience in the production of the lining products utilized and shall have satisfactory installation record. 2. Equipment for installation of lining materials shall be high quality grade and be as recommended by the manufacturer. 3. The finished structure shall be corrosion resistant to: Hydrogen sulfide, 20% sulfuric acid, 17% nitric acid, 5% sodium hydroxide, as well as other common ingredients of the sanitary sewage environment. B. Spray -Applied Polymeric Lining (e.g., Epoxy, Polyurethane, Polyurea) Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 3 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Description: Rehabilitation of internally corroded manholes with high -build, polymeric liner. Polymeric linings shall be applied to the chimney in addition to the cone, wall, and bench. 1. The resin -based material shall be used to form the sprayed on/structural enhanced monolithic liner covering all interior surfaces of the structure including benches and inverts of manholes. The finished liner will conform the thickness requirements per the selected structural class as indicated in Part 1, Paragraph B.3 to B.5. The wall thickness of the resin -based liner shall be structurally designed to withstand the hydraulic load generated by the groundwater table and restore structural integrity. 2. Spray -applied polymeric lining can be of the same base polymer or a composite of different polymeric layers. C. Cementitious Linings 1. All cementitious lining materials shall be specifically designed for rehabilitation of manholes and other related wastewater structures. Liner materials are cement based, poly -fiber reinforced, shrinkage compensated, and enhanced with chemical admixtures and siliceous aggregates. Liner materials are mixed with water per manufacturer's written specifications and applied using equipment specifically designed for low-pressure spray, trowel, or centrifugal spin casting application of cement mortars. All cement liner materials must be capable of a placement thickness of 1 /2" to 4" in a one pass monolithic application. 2. The finished liner shall conform the thickness requirements per the selected structural class as indicated in Part 1, Paragraph B.4 and B.5. At a minimum, thickness of the cementitious liner shall be structurally designed to withstand the hydraulic load generated by the groundwater table and restore structural integrity. a. Portland Cement: Portland cement materials shall be manufactured from Type II Portland cement and enhanced with silica fume and high-density chemically stable aggregates. Materials must resist corrosion when placed in an environment capable of producing a maximum substrate pH level of 3.0. b. Calcium Aluminate: Calcium aluminate materials shall be manufactured from 100% pure calcium-aluminate cement and enhanced with silica fume and high-density chemically stable aggregates. Materials must resist corrosion when placed in an environment capable of producing a maximum substrate pH level of 2.0. c. Specialty Cementitious Lining Materials: Specialty cementitious lining materials are manufactured from Type II Portland cement with chemically activated fly ash and enhanced with silica fume and high-density chemically stable aggregates. Materials must resist corrosion when placed in an Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 4 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 environment capable of producing a substrate pH level of less than 2.0. 3. The cementitious lining shall have a polymeric top layer (e.g., epoxy) unless it is calcium aluminate or silica cement. Such top layer shall not be less than 80 mils (2 mm) thick. 4. Cementitious lining described herein includes applications with high wall thickness [2.0 inches (5 cm) or greater] to achieve more structural strength for highly deteriorated manholes. Thick cementitious linings shall be applied with using steel forms. When approved by the owner steel reinforcement can be added to achieve Class A rehabilitation per Part 1, Paragraph B.3. D. Fiber Reinforced Plastic (FRP) Inserts 1. Glass -Fiber Reinforced Polyester Manholes shall be a one-piece monolithic designed unit constructed of glass -fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes manufactured shall comply with ASTM D-3753. 2. To be considered Class A, the FRP manhole insert shall be manufactured in one class of load rating. This class shall be H-20 wheel load [minimum 16,000 pounds (71 kN) dynamic wheel load]. 3. Resin: The resins used shall be unsaturated, supplier certified commercial grade polyester resins. Mixing lots of resin from different manufacturers or "odd -lotting" of resins shall not be permitted. Quality -assurance records on the resin shall be maintained. UV Inhibitors shall be added directly to resins to prevent photodegradation. 4. Reinforcing Materials: The reinforcing materials shall be commercial grade "E" type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. 5. Surfacing Material: If reinforcing material is used on the surface exposed to the contained substance, it shall be a commercial grade chemical -resistant glass or organic surfacing mat having a coupling agent that will provide a suitable bond with the resin. 6. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. However, calcium carbonate mixed by the fabricator shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 5 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 7. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. E. Polymer Concrete Inserts 1. This section defines a resin aggregate manhole insert system such that manholes become structurally sounds, impervious to infiltration and inflow, and inert to hydrogen sulfide induced corrosion. Manhole rehabilitation riser sections shall be constructed of supplier -certified isophthalic polyester resin, sand, and aggregate. 2. Acid resistant polymer manhole riser, cone sections and related components shall con form to the structural intent of ASTM C-478. Riser sections and eccentric cones are provided with flush edge configurations assembled with the appropriate alignment guides gaskets and/or butyl mastic to make a continuous and uniform manhole. 3. Polymer manhole riser and cone sections are to be provided in various lengths in combination to provide correct height with the fewest j oint. 4. To be considered Class A, the polymer concrete manhole sleeve shall have a minimum thickness of 2 inches (51 mm). Additional thicknessed may be required for larger manholes site specific load conditions. 5. The outside diameter of the polymer concrete sleeve shall be sized to leave 1.5 inches (38 mm) clearance from the manhole wall. 6. Polymer manholes will be designed based upon live and dead load criteria in ASTM C857. 7. Polymer Mixture the mixture shall consist solely of thermosetting resin, sand and aggregate. Resin used shall be unsaturated, certified, isophthalic polyester resins. Mixing lots of resin from different manufacturers is not allowed. 8. Manhole insert joints shall be of a flush edge design assembled per the alignment guides with gaskets and/or butyl mastic to make a continuous and uniform manhole interior. Joint sealing surfaces shall be free of dents, gouges, and other surface irregularities that would affect joint integrity. Each manhole component shall be free of all defects, including indentations, cracks, foreign inclusions and resin starved areas that, due to their nature and degree of extent, could detrimentally affect the strength and serviceability of the component part. Variations in height of two opposite sides of risers and conical tops shall not be more than 5/8 inches (16 mm). F. Partial (Chimney) Restoration Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 6 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1. This section applies to the following conditions: a. Manholes that have apparent defects and/or inflow/infiltration through the Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements—Project No. 23148 Page 7 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 chimney and require rehabilitation at this part only. b. Manholes lined with cementitious linings 2. Cured -In -Place Manhole Lining (CIPMH) — Chimney This type of chimney lining is essentially the same as CIP full -depth lining. The only difference is that the CIP chimney linings are designed to line the chimney area of the manhole only. 3. Internal Rubber Seal Design Requirements — The manhole frame seal shall be designed to prevent leakage of water through the portions of the manhole described above throughout a 50 -year design life. The seal shall also be designed so that it can be installed in manholes where the diameters of the frame and chimney differ by up to 20%. Performance Requirements — The frame seal shall be capable of repeated vertical movement of not less than 2 inches and/or repeated horizontal movement of not less than %2 inch after installation and throughout its design life. Rubber Sleeve and Extension — The flexible rubber sleeve and extensions shall be extruded or molded from a high-grade rubber compound conforming to the applicable material requirements of ASTM C923, with a minimum of 1,500 psi (10,340 kPa) tensile strength, maximum 18% compression set and hardness (durometer) of 48±5. The rubber sleeve shall be double, triple or quadruple pleated with a minimum unexpanded vertical height of 8 inches (200 mm), 10 inches (255 mm) or 13 inches (330 mm), respectively and a minimum thickness of 3/16 inches (5 mm). The top and bottom sections of the sleeve that compress against the manhole frame casting and the chimney/cone shall have an integrally formed expansion band recess and a series of sealing fins to facilitate and watertight seal. The top section of the extension shall have a minimum thickness of 3/32 inches (2 mm) and shall be shaped to fit into the bottom band recess of the sleeve under the bottom chimney seal band and the remainder of the extension shall have a minimum thickness of 3/16 inches (5 mm). The bottom section of the extension shall contain integrally formed expansion band recess and multiple sealing fins matching that of rubber sleeve. Any splice used to fabricate the sleeve and extension shall be hot vulcanized and have a strength such that the sleeve shall withstand a 180° bend with no visible separation. Expansion Bands — The expansion bands used to compress the sleeve against the manhole shall be integrally formed from 16 -gauge stainless steel conforming to the applicable material requirements of ASTM C923, Type 304, with no welded attachments and shall have a minimum width of 1.75 inches (44 mm). Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 8 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 The bands shall have a minimum adjustment range of 2.5 inches (64 mm) and the mechanism used to expand the band shall have the capacity to develop the pressures necessary to make a watertight seal. The band shall be permanently held in place with a positive locking mechanism, which secures the band in its expanded position after tightening. 4. Polyurethane Based Rubber Seal Deteriorated manhole chimneys shall be sealed with two-part elastomeric polyurethane -based rubber with 200 mils (5 mm) thickness throughout the substrate. Physical properties shall be as provided below. Table A-3. Top Coat Properties. Report Test Method Test Results Weight (as applied) ASTM E-201 9.07 lbs. gal Specific Gravity ASTM D-792 1.09 Solids (by weight) ASTM D-2369 100% Solids (by weight as applied) ASTM D-2369 71% Hardness, Shore "A" ASTM D-2240 75+5 850% ± 50 335% + 10 2000 + 50 (See Primer) Elongation (Ultimate) Elongation (as applied) ASTM -D412 Tensile Strength ASTM D-412 Adhesive Strength ASTM D-903 Tear Resistance, Die C ASTM D-624 300 +10 -65 to 200° F Temperature Service Range Fed Std. 141 Method 6223 Water Absorption ASTM D-471 <0.05% by weight Negative Air Pressure (Vacuum) Test ASTM C-1244 5 minutes @10 inches (254mm) Weatherability (Weather-Ometer) — 500 firs ASTM D-822 Slight Color Change Flash Point (Pensky-Martens Closed Cup) ASTM D-93 Non-flammable >212°F (100C) Table A-4. Primer Properties. Report Test Method Test Results Weight (as applied) ASTM E-201 8.72 lbs/gal Specific Gravity ASTM D-792 1.045 Solids (by weight) ASTM D-2369 91.37% Hardness, Shore "A" ASTM D-2240 85 +5 Ultimate Elongation ASTM D-412 650 +50 Tensile Strength ASTM D-412 3200 +50 psi Adhesive Strength Elcometer 109 >700psi(5MPa)on steel >700psi(5Mpa)on concrete Tear Resistance, Die C ASTM D-624 325 + 10 Temperature Service Range FedStd. 141 Method 6223 -65 to 200° F. Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 9 of 10 T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Water Absorption ASTM D-471 <0.03% by weight FlashPoint(Pensky-Martens Closed Cup) ASTM -D93 Non-flammable >212°F (100C) G. Frame and Cover Retrofitting Retrofit manhole frame and cover in lieu of replacement for reparable manholes. Include inserting an inflow dish to prevent inflow. The inflow dish body shall be manufactured from stainless-steel material. H. Wastewater Inspection Manholes (WW Access Chambers) 1. Installation of wastewater access chambers shall be provided where indicated by Owner. 2. The access chamber shall be composed of a 24" or 30" diameter PVC riser meeting ASTM F679, PS 115, SDR 26 heavy wall sewer with pipe connections meeting ASTM D3034 SDR 26. Approved manufacturer of the wastewater access chamber: G.P.K. Products, Inc., Fargo ND. 3. The base shall have a flat bottom with a minimum of a 4 -inch extension below the connecting pipes. 4. The access chamber shall be installed on foundation of min. 6 -inches of crushed rock extending 12 -inches min. all around the chamber. 5. Backfill shall include a minimum of 5 feet of flowable fill extending from the access chamber foundation. 6. The access chamber shall be installed with a manhole ring and cover meeting the requirements shown in the drawings (Sheet 5). PART 3: EXECUTION A. Installation Installation shall be provided per: 1. Material manufacturer's recommended procedures. 2. Material specific Technical Specifications included in these Contract Documents. 3. Installation Details included in the Drawings. B. Measurement and Payment Payment for completed manhole rehabilitation and manhole upgrades of the methods indicated in the Delivery Order shall be made under the applicable manhole replacement or rehabilitation Bid Form pay items, and as described in Section 01 29 01 Measurement and Basis for Payment). END OF SECTION Manhole Rehabilitation and Upgrades Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 10 of T-27207 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027208 REHABILITATION OF WASTEWATER MANHOLES USING POLYMER COATING SYSTEMS 1. GENERAL 1.1 DESCRIPTION A. This section details the methods, procedures, materials and equipment as required for a total manhole rehabilitation system. The completed system will provide a corrosion resistant liner that restores walls to near -original performance and eliminates water infiltration and exfiltration. All material and construction work shall be in accordance with current Texas Commission on Environmental Quality (TCEQ) rules including: Design Criteria for Sewage Systems (30 TCEQ § 217). 1.2 REFERENCES A. ASTM D543 - Resistance of Plastics to Chemical Reagents B. ASTM D638 - Tensile Properties of Plastics. C. ASTM D695 - Compressive Properties of Rigid Plastics. D. D790 - Flexural Properties of Unreinforced and Reinforced Plastics. E. ASTM D2240 - Standard Test Method for Rubber Property—Durometer Hardness F. ASTM D4060 - Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abrader G. ASTM D4414 - Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages H. ASTM D7234 - Pull -off Strength of Coatings Using a Portable Adhesion Tester. I. SSPC SP-13/NACE No. 6 – Surface Preparation of Concrete J. NACE SP 0188 – For performing holiday detection K. CIGMAT – Evaluation of Liner System for Wastewater Concrete and Clay Brick Facilities L. ASTM G210 – Severe Wastewater Analysis Test 1.3 SUBMITTALS A. All materials and procedures required to establish compliance with the specifications shall be submitted to the owner/engineer for review/approval. Submittals shall include at least the following: 1. Technical Data Sheet on each product used. 2. Material Safety Data Sheet (MSDS) for each product used. 3. ASTM References. 4. CIGMAT Evaluation or other testing results. 5. Descriptive literature, bulletins and or catalogs of materials. 6. Work procedures including flow diversion plan, method of repair, etc. 7. Material and method for repair of leaks or cracks in manholes. Rehabilitation of Wastewater Manholes Using Polymer Coating Systems Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 1 of 6 T-027208 Rev.06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 8. Final installation report on completed manholes. 1.4 QUALITY ASSURANCE A. All work shall be proved to be in first class condition and constructed in accordance with the Drawings and specifications. All defects disclosed by tests and inspections shall be remedied immediately by the Contractor at no expense to the City. B. The applicator shall be trained and certified by the manufacturer for the handling, mixing, application, and inspection of the liner system as described herein. C. Holiday Testing: Each coat shall be holiday tested at the recommended 100-125 volts DC per mil in accordance with the latest edition of the following standards: NACE SP0188-2006, NACE Standard RP0490, ASTM G62 2. PRODUCTS 2.1 MATERIALS AND EQUIPMENT A. The materials to be utilized in the lining of manholes shall be designed and manufactured to withstand the severe effects of hydrogen sulfide in a wastewater environment. Manufacturer of corrosion protection products shall have long proven experience in the production of the lining products utilized and shall have satisfactory installation record. B. Equipment for installation of lining materials shall be high quality grade and be as recommended by the manufacturer. 2.2 POLYMER COATINGS A. All polymer coatings applicators shall follow the procedure as outlined: a. Pre -Inspection: Applicator shall take appropriate action to comply with all local, state and federal regulations including those set forth by OSHA, EPA, the City and any other applicable authorities. Prior to conducting any work, perform inspection of structure to determine need for protection against hazardous gases or oxygen -depleted atmosphere and the need for flow control or flow diversion. b. Bypass plan: Bypass plan for flow control or bypass shall be submitted to the City and Engineer for approval prior to conducting the work. Any active flows shall be dammed, plugged, or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the corrosion protection system manufacturer. c. Surface Preparation: NACE 6/SSPC-SP13 "Surface Preparation of Concrete." Dry abrasive blasting, wet abrasive blasting, vacuum -assisted abrasive blasting, Rehabilitation of Wastewater Manholes Using Polymer Coating Systems Page 2 of 6 T-027208 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 and centrifugal shot blasting, high pressure water cleaning (5,000 to 10,000- psig), water jetting (10,000 to 30,000-psig) or combination of methods to remove deteriorated concrete, brick or mortar, laitance, hard contaminants, existing coatings, localized micro-organisms and gas contaminants from the concrete walls, floor, ceiling, and other concrete surfaces and shall display a surface profile suitable for application of the system. Minimum surface profile shall be ICRI CSP -5 or greater. Containment shall be provided to capture spent abrasive material and deteriorated concrete for removal by the Contractor. d. Substrate Inspection: After completion of surface preparation, the Contractor shall inspect for: Leaks, Cracks, Holes, Exposed Rebar, Ring and Cover Condition, Invert Condition, Inlet and Outlet Pipe Condition. After the defects in the structure have been identified, repair with a manufacturer approved underlayment or material to assure proper rehabilitation of the surface defect and compatibility with the specialty coating system product to be applied. Repairs to exposed rebar, defective pipe penetrations or inverts, shall be recommended by the specialty coating manufacturer and approved by the County prior to proceeding with the repair. Final preparation and cleaning of repaired surfaces is required prior to application of the coating and shall comply with the corrosion protection system manufacturer's recommendations. e. Manufacturer's certification: Applicators, installers, welders and application equipment shall be certified by the manufacturer of the corrosion protection system and documentation shall be provided to the City prior to the work. f. Area to be coated: All exposed concrete of the entire interior surface of precast structure including but not limited to benching, inverts, pipe penetrations, walls, bottom of top slab, chimney, etc. Corrosion protection system shall interface with adjoining construction materials/components throughout the manhole structure to effectively seal and protect substrates from attack by corrosive elements and to ensure the effective elimination of infiltration into the sewer system. g. Application: Application of specialty coating system shall be in strict accordance with manufacturer's recommendation. Specified surfaces should be shielded to avoid exposure of direct sunlight, other intense heat source or, where cementitious products are employed, excessive ventilation. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. Verification of the corrosion protection system thickness shall be verified during application via wet gauge methods or following cure of the system using appropriate non-destructive or destructive methods. h. Leakage Testing: All manholes must pass a leakage test. The contractor shall test each manhole (after reconstruction and backfilling) for leakage, separate and independent of all other sanitary sewer piping, by vacuum testing. The Contractor is hereby instructed to conduct vacuum testing in the following manner: Rehabilitation of Wastewater Manholes Using Polymer Coating Systems Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 3 of 6 T-027208 Rev.06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 J. 1. General: Manholes shall be tested after construction/installation and backfilling with all connections (existing and/or proposed) in place. Drop- connections and gas sealing connections shall be installed prior to testing. 2. Test Procedure: The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop connections, gas sealing connections, etc. Prior to performing the test, the Contractor shall plug all lift holes and exterior joints with a non -shrink grout and plug all pipes entering the manhole. No grout shall be placed in horizontal joints prior to testing. Contractor shall use a minimum 60 inch -lb. torque wrench to tighten the external clamps that secure the test cover to the top of the manhole. The test head shall be inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level vacuum shall be read after the required test time. If the drop in the level is less than 1 inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. The required test time is 2 minutes. 3. Acceptance: If the criteria/requirements for vacuum testing (listed above) is met, the manholes will be accepted. Any manhole which fails the initial test must be repaired with non -shrink grout or other suitable material based on the material of which the manhole is constructed. The manhole shall be retested as described above until a successful test is attained. After a successful test, the temporary plugs will be removed. To ensure that the plugs have been removed, Contractor shall only do so in the presence of the Inspector. Holiday Testing: Cure time shall be in accordance with the Manufacturers product data sheet. Final concrete structure corrosion protection system shall be completely free of holidays, pinholes or voids. High voltage Holiday testing shall be required and holidays marked and repaired with same material and to same thickness as required of original installation. All high voltage discontinuity (spark) testing shall be performed using a Tinker & Rasor model AP/W Holiday Detector or equal and at 100-125 volts DC per mil or per the manufacturer's recommendations. Destructive Testing: Destructive testing may be performed as directed by the City to verify coating adhesion and coating DFT. Repairs to areas tested by destructive means shall be repaired by the certified applicator at the Contractor's expense. Rehabilitation of Wastewater Manholes Using Polymer Coating Systems Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 4 of 6 T-027208 Rev.06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 k. Reporting: Provide final written report to the City detailing the location, date of report, description of repair or original installation and manufacturer data and cut sheets of the corrosion protection system and applicable testing results as per submittals 6, 7, and 8. 1. The report shall contain a copy of the warranty. m. Warranty: The finished manhole rehab shall be warranted for one year after the acceptance of the Project. During the warranty period any defects which will affect the integrity or strength of the manhole rehab shall be repaired at the Contractor's expense. B. Spectrashield Multicomponent Liner System. Spectrashield multi-component stress panel liner system composed of moisture barrier (modified polymer), surfaces (polyurethane/polymeric blend foam) and final barrier coat (modified polymer). The system is applied in three -steps and the applicator/installer shall be certified by the Manufacturer. a. Application i. Moisture barrier: Silicone Modified Polyurea Minimum 40 -mils DFT ii. Surfacer: Polyurethane/Polymeric blend foam iii. Final corrosion barrier: Silicone Modified Polyurea Minimum 60 -mils DFT b. Film Thickness: Final installation shall provide a minimum final film thickness at 500 -mils. A permanent identification and date of work performed shall be affixed to the structure in a readily visible location. c. Holiday Testing: The protective lining/coating protection system shall be cured in accordance with the manufacturer's recommendations prior to holiday testing at a minimum of 50,000 volts. C. Approved Polymeric Coating Systems are listed in technical specification T- 027207. 3. EXECUTION 3.1 POST -APPLICATION INSPECTION A. Final liner system shall be completely free of pinholes or voids. Liner thickness shall be the minimum value as described herein. B. Visual inspection shall be made by the ENGINEER. Any deficiencies in the finished liner system shall be marked and repaired according to the procedures set Rehabilitation of Wastewater Manholes Using Polymer Coating Systems Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 5 of 6 T-027208 Rev.06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 forth by Manufacturer. C. Clean-up all latent over -spray, debris and other materials to the OWNER's satisfaction. D. The sewer system may be returned to full operational service as soon as the final inspection has taken place. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Bid Form, Rehabilitation of Brick or Concrete Wastewater Manholes Using Polymer Coating Systems shall be measured per each per diameter for depths up to 6 feet and per vertical foot per diameter for additional depth exceeding 6 feet. Measurement shall include, but not be limited to; surface preparation, material installation, inspection, testing, and other work as required to complete the rehabilitation work including bench and invert, pipe connections, cementitious wall repairs, polymer lining, ring and cover and inflow inhibitor. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. END OF SECTION Rehabilitation of Wastewater Manholes Using Polymer Coating Systems Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 6 of 6 T-027208 Rev.06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027209 REHABILITATION OF WASTEWATER MANHOLES/STRUCTURES USING CEMENTITIOUS LINERS 1.0 GENERAL 1.1 DESCRIPTION: This section details the methods, procedures, materials and equipment as required for a total manhole rehabilitation system. The completed system will provide a corrosion resistant liner that restores walls to near -original performance and eliminates water infiltration and exfiltration. All material and construction work shall be in accordance with current Texas Commission on Environmental Quality (TCEQ) rules including: Design Criteria for Sewage Systems (30 TCEQ § 217). 1.2 SUBMITTALS: All materials and procedures required to establish compliance with the specifications shall be submitted to the owner/engineer for review/approval. Submittals shall include at least the following: 1 Technical Data Sheet on each product used. 2. Material Safety Data Sheet (MSDS) for each product used. 3. ASTM References. 4. Descriptive literature, bulletins and or catalogs of materials. 5. Work procedures including flow diversion plan, method of repair, etc. 6. Material and method for repair of leaks or cracks in manholes. 7. Final installation report on completed manholes. 1.3 QUALITY ASSURANCE A. All work shall be proved to be in first class condition and constructed in accordance with the Drawings and specifications. All defects disclosed by tests and inspections shall be remedied immediately by the Contractor at no expense to the City. B. The applicator shall be trained and certified by the manufacturer for the handling, mixing, application, and inspection of the liner system as described herein. The applicator shall have a minimum of 4 years of experience with the application of the cementitious liner. Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 1 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2.0 PRODUCTS AND PROCEDURES 2.1 MATERIALS AND EQUIPMENT A. The materials to be utilized in the lining of manholes shall be designed and manufactured to withstand the severe effects of hydrogen sulfide in a wastewater environment. B. Product shall be Permacast MS -10,000 (cementitious liner) and enhanced with Conshield (antimicrobial additive), Manhole Mortar Plus enhanced with ConBlock MIC, SCM Reliner MSP enhanced with ConBlock MIC or approved equal (to be approved by Engineer). C. Equipment for installation of lining materials shall be high quality grade and be as recommended by the manufacturer. D. Infiltration Control: All fast -setting materials furnished shall be designed to be applied in dry powder form, with no prior mixing of water, directly to active leaks under hydrostatic pressure in structures or related structures. Materials shall consist of rapid setting cements, silicious aggregates, and various accelerating agents. Material shall not contain chlorides, gypsum, or metallic particles. a. Specifications: Infiltration Control Materials 1. Compressive Strength (ASTM C109) 1 Hours 1,500 psi 24 Hours 2,000 psi 2. Set Time 90 seconds E. Invert Repair and Patching: All material furnished shall be designed to fill large voids in structure walls and to repair or reconstruct inverts where no hydrostatic pressure exists. Material shall consist of rapid setting cements, aggregates, and various accelerating agents. Material shall not contain chlorides, gypsum, or metallic particles. a. Specifications: Repair and Patching Materials 1. Compressive Strength (ASTM C109) 1 hour: 1,500 psi 24 hours: 5,000 psi 2. Flexural Strength (ASTM C348) Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 2 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 24 hours: 1,200 psi 3. Setting Time (Gilmore ASTM C266) Initial 10-15 minutes Final 15-20 minutes F. Lining Materials for Structure Walls and Benches: All cementitious lining materials and additives shall be specifically designed for the rehabilitation of structures and other related wastewater structures. Liner materials shall be cement based, fiber reinforced, shrinkage compensated, and enhanced with chemical admixtures and monocrystalline aggregates, and have a minimum of 15 years history with use of an antimicrobial additive. Lining material shall be enhanced with the antimicrobial additive, which will allow the liner to be corrosion resistant. Liner materials shall be mixed with water per manufacturer's written specifications and applied using equipment specifically designed for either low-pressure spray or centrifugal spin casting application of cement mortars. All cement liner materials must exhibit the following minimum physical properties. a. Compressive Strength (ASTM C109) >8,500 psi. b. Flexural Strength (ASTM C293) > 1,500 psi c. Slant Shear Bond Strength (ASTM C882) > 2,000 d. Permeability (AASHTO T-277) Not to exceed 550 coulombs e. Freeze -Thaw (ASTM C666) No damage in minimum 300 cycles f. Material Wet Density Minimum 135 +/-5 PCF 2.2 PROCEDURES A. All cementitious liner applicators shall follow the procedure as outlined: a. Pre -Inspection: Applicator shall take appropriate action to comply with all local, state and federal regulations including those set forth by OSHA, EPA, the City and any other applicable authorities. Prior to conducting any work, perform inspection of structure to determine need for protection against hazardous gases or oxygen -depleted atmosphere and the need for flow control or flow diversion. b. Bypass plan: Bypass plan for flow control or bypass shall be Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners T-027209 Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 3 of 9 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 submitted to the City and Engineer for approval prior to conducting the work. Any active flows shall be dammed, plugged, or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated until final applications are cured as recommended by the corrosion protection system manufacturer. c. Surface Preparation: NACE 6/SSPC-SP13 "Surface Preparation of Concrete." Dry abrasive blasting, wet abrasive blasting, vacuum -assisted abrasive blasting, and centrifugal shot blasting, high pressure water cleaning (5,000 to 10,000-psig), water jetting (10,000 to 30,000-psig) or combination of methods to remove deteriorated concrete, brick or mortar, laitance, hard contaminants, existing coatings, localized micro-organisms and gas contaminants from the concrete walls, floor, ceiling, and other concrete surfaces and shall display a surface profile suitable for application of the system. Minimum surface profile shall be ICRI CSP -5 or greater. Containment shall be provided to capture spent abrasive material and deteriorated concrete for removal by the Contractor. d. Substrate Inspection: After completion of surface preparation, the Contractor shall inspect for: Leaks, Cracks, Holes, Exposed Rebar, Ring and Cover Condition, Invert Condition, Inlet and Outlet Pipe Condition. e. Sealing Active Leaks: Hand apply a dry quick -setting cementitious mix designed to instantly stop running water or seepage in all types of concrete and masonry structures. The applicator shall apply material in accordance with the manufacturer's recommendations and the following specifications: 1. The area to be repaired must be clean and free of all debris. 2. Once cleaned, prepare crack or hole by chipping out loose material to a minimum depth and width of 3/4 inch. 3. With a gloved hand, place dry quick -setting cementitious material to the active leak and maintain external pressure for approximately 30 seconds. 4. Repeat Step #3 until the leak has completely stopped. f. Invert Repair: Hand mix and apply a rapid setting, high early strength, non -shrink patching material to fill all large voids and repair inverts prior to spray lining of the structure. For invert repairs, flow must be temporarily restricted by inflatable or mechanical plugs prior to cleaning as described in Section 2.2.A.b. (Bypass Plan) of this document. 1. The area to be repaired must be cleaned and free of all debris. Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 4 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 g. 2. The water shall be clean potable water and require no additives or admixtures for use with cementitious patching materials. 3. Cementitious material shall be mixed in a mortar tub or 5 - gallon pail with water per manufacturer's specifications. Material should be mixed in small quantities, to avoid setting prior to placement in voids or inverts. 4. Once the cementitious material is mixed to the proper consistency, the material shall be applied to the invert or void areas by hand or trowel. Contractor shall not apply excessive material in the channel Excessive material could restrict flow. 5. After the patching material has been applied, the patching material shall be smoothed either by hand or trowel in order to facilitate flow. 6. Flows in inverts can be reestablished within 1 hour of material placement. Application of Cementitious Structure Liner: The Cementitious Liner/Material must be mixed with the antimicrobial additive and shall be applied by either Spray or Centrifugal Spin Casting application methods. All required equipment and application methods to apply the cementitious based liner materials shall be only as approved by the material manufacturer. 1. The antimicrobial additive shall be pre -dosed at 10% by volume with the lining material mix water. Once mixed to proper consistency, the materials shall be pumped via a rotor - stator style progressive cavity pump through a material plaster hose for delivery to the appropriate and/or selected application device. 2. Spray Application of Cementitious Material i. The Contractor shall only apply the Cementitious Liner/Material when the structure is in a damp state and there is no visible water dripping or running over the structure walls. ii. Material hose shall be coupled to a low-velocity spray application nozzle. Pumping of the material shall commence, and the mortar shall be atomized by the introduction of air at the nozzle, creating a low-velocity spray pattern for material application. iii. Spraying of the cementitious liner shall begin from the structure's invert and progress up the structure's wall to the corbel and chimney areas. Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 5 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 iv. The uniform minimum thickness of the cementitious liner shall be 1 inch. The thickness of the liner shall be checked with a depth gauge. v. Contractor must ensure that proper drainage is achieved in the bench area when applying the cementitious liner/material. vi. Troweling of the liner/material is required and shall begin immediately after the liner is applied to the structure. Initial troweling shall be in an upward motion, which will compress the material into voids and solidify the structure's wall. All troweled surfaces are required to be given a light brush finish. 3. Centrifugal Spin Casting Application of Cementitious Material. The Contractor shall only apply the Cementitious Liner/Material when the structure is in a damp state and there is no visible water dripping or running over the structure walls. ii. Material hose shall be coupled to a high-speed rotating applicator device. The rotating casting applicator shall then be positioned within the center of the structure at either the top of the structure chimney or the lowest point elevation corresponding to the junction of the structure bench and walls. iii. Contractor shall raise and lower the rotating applicator head inside the structure at a controlled speed that will provide a minimum uniform material thickness of 1 inch on the structure walls. If additional material is required at any area of the structure, the rotating applicator head shall be placed at that area and application of the liner/material shall recommence until that area has the required minimum thickness. iv. If irregularities in the structure's walls or bench areas are present, the low-velocity spray nozzle and the centrifugal spin casting head may be used in combination to facilitate uniform application of the mortar material. v. Troweling of the liner/material is required and shall begin immediately after the liner is applied to the structure. Initial troweling shall be in an upward motion, which will compress the material into voids and solidify the structure's wall. All troweled surfaces are required to be given a light brush finish. Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 6 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4. The structure's cover shall be replaced immediately after troweling and brushing are complete. This process will prevent moisture loss in the material due to sunlight and wind. 5. The Contractor shall verify with the manufacturer the set time of the lining material. 6. Material shall not be applied during freezing weather conditions. f. Manufacturer's certification: Applicators, installers, welders and application equipment shall be certified by the manufacturer of the corrosion protection system and documentation shall be provided to the City prior to the work. g. Leakage Testing: All manholes must pass a leakage test. The contractor shall test each manhole (after reconstruction and backfilling) for leakage, separate and independent of all other sanitary sewer piping, by vacuum testing. The Contractor is hereby instructed to conduct vacuum testing in the following manner: 1. General: Manholes shall be tested after construction/installation and backfilling with all connections (existing and/or proposed) in place. Drop - connections and gas sealing connections shall be installed prior to testing. 2. Test Procedure: The lines entering the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn into the manhole. The plugs shall be installed in the lines beyond drop connections, gas sealing connections, etc. Prior to performing the test, the Contractor shall plug all lift holes and exterior joints with a non -shrink grout and plug all pipes entering the manhole. No grout shall be placed in horizontal joints prior to testing. Contractor shall use a minimum 60 inch -lb. torque wrench to tighten the external clamps that secure the test cover to the top of the manhole. The test head shall be inflated in accordance with the manufacturer's recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be turned off. With the valve closed, the level vacuum shall be read after the required test time. If the drop in the level is less than 1 inch of mercury (final vacuum greater than 9 inches of mercury), the manhole will have passed the vacuum test. The required test time is 2 minutes. Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 7 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3. Acceptance: If the criteria/requirements for vacuum testing (listed above) is met, the manholes will be accepted. Any manhole which fails the initial test must be repaired with non -shrink grout or other suitable material based on the material of which the manhole is constructed. The manhole shall be retested as described above until a successful test is attained. After a successful test, the temporary plugs will be removed. To ensure that the plugs have been removed, Contractor shall only do so in the presence of the Inspector. h. Compressive Testing: A compressive test shall be performed for each pallet of material. Size of samples and testing of the samples shall comply per ASTM C109 and be sent to a certified lab for testing. Compressive testing shall be at the Contractor's own expense. Reporting: Provide final written report to the City detailing the location, date of report, description of repair or original installation and manufacturer data and cut sheets of the corrosion protection system and applicable testing results. The report shall contain a copy of the warranty. j. Warranty: The finished manhole rehab shall be warranted for one year after the acceptance of the Project. During the warranty period any defects which will affect the integrity or strength of the manhole rehab shall be repaired at the Contractor's expense. 3. EXECUTION 3.1 POST -APPLICATION INSPECTION A. Final liner system shall be completely free of pinholes or voids. Liner thickness shall be the minimum value as described herein. B. Visual inspection shall be made by the ENGINEER. Any deficiencies in the finished liner system shall be marked and repaired according to the procedures set forth by Manufacturer. C. Clean-up all latent over -spray, debris and other materials to the OWNER's satisfaction. D. The sewer system may be returned to full operational service as soon as the final inspection has taken place. 4. MEASUREMENT AND PAYMENT A. Unless indicated otherwise in the Proposal, Rehabilitation of Brick or Concrete Wastewater Manholes/Structures Using a Cementitious Liner shall be measured per each per diameter for depths up to 6 feet and per vertical foot per diameter Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 8 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 for additional depth exceeding 6 feet. Measurement shall include, but not be limited to; surface preparation, material installation, inspection, testing, and other work as required to complete the rehabilitation work including bench and invert, pipe connections, cementitious wall repairs, cementitious lining with antimicrobial additive, ring and cover and inflow inhibitor. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials, labor, tools equipment, and other incidentals required to complete the work. END OF SECTION Rehabilitation of Wastewater Manholes and Structures using Cementitious Liners Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 9 of 9 T-027209 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027602 GRAVITY WASTEWATER LINES 1. DESCRIPTION This specification shall govern all work required for furnishing, handling, and installing gravity wastewater lines required to complete the project. All material and construction work shall be in accordance with current Texas Commission on Environmental Quality (TCEQ) rules including: Design Criteria for Sewage Systems (30 TCEQ § 217). 2. MATERIALS A. Pipe and Fittings: 1. POLY -VINYL CHLORIDE (PVC) PIPE (4" to 15") and fittings shall be in accordance with ASTM D-3034. Pipe shall have an SDR of 26, unless specified by the engineer. Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D-3212 and shall be green in color. 2. POLY -VINYL CHLORIDE (PVC) PIPE (>18" to 42") and fittings shall be in accordance with ASTM F679. Pipe shall have an SDR of 26/ PS 115, unless specified by the engineer. Pipe and fittings shall have push -on compression gasket joints in accordance with ASTM D-3212 and shall be green in color. 3. POLY -VINYL CHLORIDE (PVC) DR25 or DR18 PRESSURE PIPE (Min. PC 165) shall be utilized in lieu of SDR 26 pipe when a minimum of 9 ft horizontal and vertical separation distances between the waterline and wastewater lines cannot be met. B. Bedding and Backfill Materials: 1. BEDDING AND INITIAL BACKFTLL is that material from beneath the pipe to an elevation 12 inches above the top of the pipe. The bedding and initial backfill material shall be in accordance with Table 1 on Wastewater Standard Details, Sheet 3, unless otherwise specified. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and as shown on the standard details. Gravity Wastewater Lines Page 1 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3. CONSTRUCTION METHODS A. Trench Excavation: See City -Standard Specification Section 022020 "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws, or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer or the designated representative. C. Alignment and Grade: 1. All pipes shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 3. The Contractor shall provide offsets and cuts sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the wastewater line to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc. shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall Gravity Wastewater Lines Page 2 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 not lay pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. All pipe markings shall be placed face up for inspection prior to backfill. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: 1. POLY -VINYL CHLORIDE PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: 1. POLY -VINYL CHLORIDE PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be per City Standard Detail drawings and as specified below: BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Over 20 feet Gravel or Crushed Stone Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Less than 20 feet Over 20 feet Sand, Gravel, or Crushed Stone Gravel or Crushed Stone Crushed Stone Crushed Stone shall be "Washed Clean Crushed Stone". Gravity Wastewater Lines Page 3 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 G. Final Backfill: See City Standard Specification Section 022020 "Excavation and Backfill for Utilities and Sewers". H. Bypass Pumping: Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 Control of Wastewater Flows 4. TESTING AND CERTIFICATION As stated in 30 TCEQ § 217, gravity collection system pipes must comply to the following requirements: A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer or City Inspector. 2. A low-pressure air test must follow the procedures described in ASTM C828, ASTM C924, or ASTM F1417. The testing times shown on Table 1 must always be utilized. For sections of pipe with an average inside diameter of less than 36 inches, the following procedures shall apply: a. A pipe must be pressurized to 3.5 pounds per square inch (psi) gauge. However, if groundwater is present, then a pipe must be pressurized to 3.5 psi gauge greater than the pressure exerted by groundwater above the pipe. b. Once the pressure is stabilized, the minimum time allowable for the pressure to drop from 3.5 psi gauge to 2.5 psi gauge is computed from the following equation: _ (0.085xDTx:K7 Where: T = Time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419xDxL, but not less than 1.0 D = Average inside pipe diameter (inches) L = Length of pipe line (feet) Q = rate of loss, 0.0015 cubic feet per minute per Gravity Wastewater Lines Page 4 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 square foot internal surface The minimum testing times for each pipe diameter is as follows: Table 1: Pipe Diameter Minimum Time Max. Time for Length Longer for Length Minimum Time Inches Seconds Feet 6 340398 8' 454 298 __._. 1.520 10 567 2392.374 12 680 199___. 3.419 15 850 1595.3419 18 1020 133 21 1190 114 t 0.855 Seconds/ft 7 693 ............. 10.471 24 1360 100 13.676 27 1530 88 17.309 JV 1 l VU UU L 1.JV/ 33 1870 72 25.856 a) If no pressure loss has occurred within the initial 25% the test may be stopped by the owner. b) Entire test duration must continue even if any pressure loss or leakage occurs within the first 25% or until failure has occurred. c) Wastewater pipes with an average internal diameter of 27 inch or larger must be air tested at each joint instead of the procedure stated above. d) Wastewater pipes with an internal diameter larger than 33 inches must be tested for leakage at each joint or as approved by the Engineer. B. Deflection Testing: (Required for PVC Pipe) 1. Per 30 TAC § 217, a rigid mandrel shall be used to measure deflections on mains with inside diameters less than 27 inches. For mains with an inside diameter of 27 inches and greater, a method approved by the Engineer shall be used to test for vertical deflections. 2. DEFLECTION TESTING: Deflection Testing shall be done by the Contractor and witnessed by the Engineer or Inspector. The deflection test must be accurate to within + 0.2% deflection and all pipes must remain under 5% deflection. All pipe shall be tested for deflection no less than 30 days after placement of backfill. If a pipe section fails a deflection test, the Contractor shall correct the problem immediately, and then must conduct a second test after the failed area's final backfill has been in place an additional 30 days. This shall be repeated until all work and materials are Gravity Wastewater Lines Page 5 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 acceptable. The use of mechanical pulling devices during deflection testing is prohibited. Upon completion of construction, the Contractor shall include a certification in the notice of completion required in §217.14 of this title (relating to Completion Notice), that the collection system passed the deflection tests. 3. MANDREL SIZING: The rigid mandrel shall have an outside diameter (O.D.) not less than 95% of the inside diameter (I.D.) of the pipe. The inside diameter of the pipe, for the purpose of determining the outside diameter of the mandrel, shall be the average outside diameter minus two minimum wall thicknesses for O.D. controlled pipe and the average inside diameter for I.D. controlled pipe. All dimensions shall be per appropriate standard. Statistical or other "tolerance packages" shall not be considered in mandrel sizing. 4. MANDREL DESIGN: The rigid mandrel shall be constructed of a metal or a rigid plastic material that can withstand 200 psi without being deformed. The mandrel shall have nine or more "runners" or "legs" as long as the total number of legs is an odd number. The barrel section of the mandrel shall have a length of at least 75% of the inside diameter of the pipe. A proving ring shall be provided and used for each size mandrel in use. 5. A television inspection may not be used as a substitute for a deflection test. C. Cleaning and Televising: All wastewater lines and manholes installed on this project shall be cleaned and televised in accordance with Specification Section T-027611 "Cleaning and Televised Inspection of Wastewater Lines". 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information shown on the plans or in the appendix is without warranty as to correctness of fact or interpretation. 6. BRACING AND SHORING Trenching operation shall comply with OSHA and State of Texas Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT Unless indicated otherwise in the Proposal, Gravity Wastewater lines shall be measured by the linear foot for each size and depth of sewer installed as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. Gravity Wastewater Lines Page 6 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured and shall be considered subsidiary to pipe. 8. PAYMENT Payment shall include all labor, pipe, bedding, equipment for hauling, trench excavation, testing and certification, all cleaning up and other incidentals necessary to install the pipe complete in place. END OF SECTION Gravity Wastewater Lines Page 7 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027602 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027606 SERVICE LATERAL REPLACEMENT 1. SCOPE: This specification governs all work and materials necessary to construct the Wastewater Service Lines required to complete the project. Wastewater Service Lines are those lines, constructed in public ROW, from the service tee on the main up to and including the clean-out at the property line. 2. MATERIALS: Pipe and fittings for wastewater service lines shall be PVC in accordance with ASTM D2665 and ASTM D3311 with a minimum size of 4 inches. Solvent cement for PVC shall comply with ASTM D2564. No co -mingling of different materials except through the use of proper adaptors. Adaptors shall have a stainless steel or fiberglass shear ring. 3. CONSTRUCTION METHODS: Where possible, service tees or wyes shall be placed along the main as required for services (no taps). The minimum size pipe for services shall be 4" diameter for residential and 6" for commercial. Minimum slopes for 4" and 6" pipes shall be 1/8 (S=0.01) and 1/16 (S= 0.005) inches per foot respectively. Wastewater service lines shall cross under water mains The Contractor shall be responsible for establishing alignment and maintaining grade for the proposed service. Trenches shall be excavated in such a manner which will minimize damage to surface improvements. After installation, the excavated material shall be tamped into the trench to a minimum of 95% Std. Proctor and the surface restored to a condition acceptable to the Engineer. Lines shall be bored, jetted, or jacked under sidewalks, driveways, and other such improved surfaces; unless authorized by the Engineer. Service lines shall be leakage tested with the main sewer. Contractor shall follow operational requirements for bypass pumping as set forth in Specification Section T-027200 Control of Wastewater Flows. Service Lateral Replacement Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027606 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Bid Form, Service Lateral Replacement shall be measured for each depth specified in the Bid Form and for each connection made to the main. Measurement shall include but not be limited to; the line from the tee on the main to, and including, the clean- out at the property line. Payment shall include all service lateral sizes, connection of the service to the main, labor, materials, equipment, trench safety and incidentals necessary for Wastewater Service Lines required to complete the project. "Service Reconnections for Pipe Bursting" will not be paid for in conjunction with "Service Lateral Replacement" bid item. Only one or the other will be used for any single service line. All service laterals shall be replaced during rehabilitation and/or removal work unless indicated otherwise by the Engineer. The "Service Reconnection for Pipe Bursting" line item shall only be utilized when a service lateral replacement cannot be performed. Service Lateral Replacement Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027606 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027611 CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES I. GENERAL The scope of work described herein is to include cleaning and inspection work of wastewater lines, which includes line sizes up to 36 inches in diameter. The estimated quantities of services are as noted on the Bid Proposal Sheet herein. Although actual quantities may vary, the descriptions and estimated quantities are to form the basis of the unit prices submitted by the Bidder. The Utility Department will provide reference maps highlighting wastewater line segments to be cleaned and inspected during this project. The Utility Department will provide reference numbers for all manholes on the maps. These reference numbers shall be utilized by the Contractor(s) on video inspection reports. An Excel spreadsheet will list upstream and downstream manhole locations, linear footage inspected, location description, access location (i.e. street/easement), and GIS footage. Additional columns allow the contractor to record linear footage cleaned, segment CCTV footage, reversal linear footage, comments, and section complete status. It shall be the responsibility of the Contractor(s) to adhere to all applicable OSHA rules and regulations while performing work on any and all City -related projects or jobs (to include, but not necessarily limited to "Confined Space Entry"). WORK AND MATERIALS PROVIDED BY THE CITY The Utility Department will provide the following at no cost to the Contractor: 1. Instructions on how to respond to residents that approach the Contractor during the sewer cleaning and inspection process. 2. Legal access to collection system manholes on the portions of sewer within the project limits. 3. A designated City Project Manager that will act as liaison between the Utility Department and the Contractor for the duration of the project. 4. A debris dump location to unload materials removed from the sewer pipes during cleaning. This facility is to be used only during the contract time limits and only for sewers located in Corpus Christi that have been authorized to be cleaned in this contract. 5. Upon receipt of the Contractor deposit, City will provide a hydrant meter to the Contractor to use only for obtaining water necessary to perform the cleaning requirements of this contract. Contractor will provide meter readings as directed by the City. Contractor will not be charged for water used to perform this project. Cleaning and Televised Inspection of Wastewater Lines Page 1 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 II. TRAFFIC CONTROL The Contractor shall be responsible for sufficient traffic control measures to ensure safe conditions and to minimize inconvenience to motorists. Temporary traffic control devices shall conform to the latest edition of the Texas Manual on Uniform Traffic Control Devices, which provides a number of typical temporary traffic control plans that may be implemented into the project. The Contractor shall determine if revisions or modifications to these typical plans are required for any specific site and, when required by City staff, shall submit the plans to the Traffic Department for approval. The Contractor is responsible for determining whether the traffic control is sufficient for road/traffic conditions and for acquiring any necessary permits from the City. The Contractor shall furnish, install, move, replace, and maintain all necessary temporary traffic controls, including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flag -men and such temporary devices and relocation of existing signs and devices as necessary to safely complete the proj ect. III. WATER METER The Contractor will obtain and place a refundable deposit on a City -provided hydrant meter to record water used for cleaning operations. Water will be provided at no cost to the Contractor, provided the Contractor submits monthly use records, as required by the City Project Manager. The Contractor will be responsible for any loss or neglectful damage to the hydrant meter and any damages to hydrants. The Contractor will not allowed to move the hydrant meter. The Contractor will be responsible for the fees associated with moving the water meters, which will be performed by the operating department. The City may withhold final payment until the water meter is returned in good condition. IV. TECHNICAL PROVISIONS The following specifications form the basis of the technical requirements of the service agreement. This specification shall govern for all work, equipment, supervision and materials required for cleaning, remote CCTV inspection, and documentation of sanitary sewer or other lines, as required. 1. QUALIFICATIONS 1.1 The Contractor shall have a minimum of 5 years of documented municipal cleaning/CCTV experience and shall have inspected, as a company, a minimum of 500,000 linear feet under similar conditions. Cleaning and Televised Inspection of Wastewater Lines Page 2 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2. CLEANING REQUIREMENTS 1.1 Clean ALL debris, such as dirt, gravel, rocks, grease, and other organic/inorganic debris from existing lines and manholes to allow for CCTV inspection to proceed. The only price the City shall pay for all cleaning required herein are those amounts quoted by Bidder in the Bid Sheet. For consecutive line segments or designated areas of the collection system, the Contractor shall clean from the most upstream segments and progress downstream, where possible. The Contractor will be required to clean the line segment using hydraulic equipment. The debris being removed from the pipeline shall be removed from the collection system at the receiving manhole, and not be allowed to be merely moved to the next line segment. Adequate equipment, such as sand traps, wire baskets, etc., shall be used to prevent migration of debris into downstream line segments. Debris shall be properly disposed of in accordance with local, state and federal regulations and as specified below. 1.2. The Contractor shall dispose of debris removed from cleaning operations on this project at the Greenwood WWTP, located at 1541 Saratoga Blvd., Corpus Christi, Texas 78415 unless otherwise directed by the City Project Manager. The Contractor shall coordinate dumping with the City Wastewater Department at all times. The Contractor shall not be charged for disposal at the designated location for debris removed only from the City of Corpus Christi sewer system under this contract. The City will be responsible for the removal, cost and disposal of dried solids. The Contractor will record debris volumes on the City of Corpus Christi Cleaning Logs. The Contractor shall not dispose of any debris from any other source(s) other than the City of Corpus Christi wastewater collection system at the Greenwood WWTP. The Contractor will be responsible for obtaining and maintaining all necessary permits to transport sludge wastes in the State of Texas and the City of Corpus Christi. 1.3. Cleaning Equipment - The cleaning equipment will be truck mounted combination water jet/vacuum unit(s). Water jet performance shall be a minimum of 65 gallons per minute at 2,000 PSI. The unit(s) will be equipped with a minimum of 700 feet of 1" internal diameter sewer cleaning hose with working pressure ratings to match the rating of the water pressure. The nozzles used in the cleaning process will accommodate the full flow rating of water jet and will be of proper choice for cleaning application, including rotating nozzle for root and grease removal. Prior to the sewer cleaning operation, the City Project Manager and the Contractor will agree on a sewer cleaning sequence. In general, the sewer cleaning process will proceed from the upper ends of each sewer basin to the lower ends. Multiple passes with the water jet will be made to flush the debris to the manhole where jet/vac unit is positioned. Sewers will be Cleaning and Televised Inspection of Wastewater Lines Page 3 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 cleaned by introducing the water jet into the sewer line facing against the sewer flow and retrieving the water jet under pressure with the sewer flow. A handheld control gun will be used to thoroughly clean manholes from grade level. Debris will be removed by vacuum to prevent workers from entering manholes. The Contractor will collect and transport all debris removed during the sewer cleaning operation. Adequate equipment, such as sand traps, wire baskets, etc., shall be used to prevent migration of debris into downstream line segments. Vacuum system performance will be at least 4,000 cubic feet per minute and 16" Hg vacuum pressure to ensure all debris can be efficiently removed from sewer without a worker entering the manhole. The Contractor is responsible for damages and cleanup caused by backups into homes/businesses due to contractor cleaning operations. 3. CCTV REQUIREMENTS 3.1 General Closed circuit television inspection will typically be done under one or more of the conditions listed below. Requirements for on-screen labeling during each line segment set up, televising, video file labeling and hard copy inspection reports will be specifically addressed. The contractor shall neither request nor receive assistance from the City, in the performance of work described in this specification. Unless otherwise specified and at Contractors expense, the Contractor shall provide for the control of wastewater flows and monitoring of the collection system for back-ups and surcharges, while flow control devices are in place. 3.2 Inspection Equipment and Methods Electronic inspection software that is NASSCO PACP (version 6.0 or greater) compliant shall be used to record the condition of each pipe segment inspected. The minimum header information required for each inspection is presented in the Header Field Checklist herein. Video inspection is to be performed in the field by a NASSCO Pipeline Assessment and Certification Program (PACP) certified operator. The operator name and NASSCO certification number is required on each inspection. The Contractor will perform closed circuit video inspection of the sewers using current state-of-the-art technology and trained employees. CCTV camera will be high-resolution color with adjustable iris focus. CCTV camera will have pan and tilt capabilities that allow up close and right- angled inspections of defects and other significant observations. Video camera will be equipped with a minimum 1000 feet of video cable. Lighting on video camera will be suitable to allow proper illumination and a clear video image of the entire periphery of the pipe. The camera will be operative in 100% humidity conditions. The camera, television monitor, Cleaning and Televised Inspection of Wastewater Lines Page 4 of 17 T-027611 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 and other components of the video system will produce a high quality video image. The capture system shall have the capability of recording, digitizing, and storing single frames of video images and "real time" live video, as well as collecting, storing, and printing pipeline inspection data for graphic display and report generation. The imaging capture system shall store digitized picture images, have the ability to export picture files to industry standard formats (jpg or format acceptable to City Project Manager), be transferable to flash drives, DVDs or hard drives, and have the ability to be printed at no additional cost to the City. In every case, all observations will be recorded in the field by currently certified PACP operators using PACP codes and protocols. Post inspection coding in an office will not be accepted. Footage distance measured by video system will be accurate within 1% and will be used to determine footages for reporting and payment. The PACP distance between manholes (from exit wall to entrance wall) will be the reference points used to determine footage measurements. Video inspection will not exceed a traverse rate of 30 feet per minute so that sewer line can be thoroughly examined by the City while reviewing video. If the inspection by the camera is impeded or stopped by roots, grease or other debris, the camera shall be removed, and the sewer line shall be re- cleaned at no additional cost to the City. If re -cleaning does not remove the roots, the Project Manager shall be contacted to authorize the additional cost to remove the roots or obstruction. During the transit, the display must show the continuous distance from the insertion manhole with an accuracy of +/- 1% of the actual length to help mark observations on the report form. The video must display all notable PACP observations/codes. The Inspection Report shall consist of condition observations recorded using computer software generated formats conforming to NASSCO PACP version 6.0 or greater. Items considered notable include: deviations in alignment and grade; abnormal conditions of the pipe barrel and joints; locations and quantities of any sources of infiltration or inflow; dropped, broken, properly/improperly installed service taps; debris, roots or other impediments to flow and any other condition that may either prevent the proper completion of the inspection or affect any proposed rehabilitation process. HEADER FIELD CHECKLIST Cleaning and Televised Inspection of Wastewater Lines Page 5 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Field # Header Field Mandatory Required for this Project 1 Surveyed By X la Certificate No. X 2 Owner X 3 Customer X 4 Drainage Area 5 Sheet Number X 6 P/0 Number 7 Pipe Segment Ref. (PSR) X 8 Date X 9 Time 10 Street X 10a City X 11 Location Details 12 Upstream MH No. X 13 Upstream MH Rim to Invert 14 Upstream MH Grade to Invert 15 Upstream MH Rim to Grade 16 Downstream MH No. X 17 Downstream MH Rim to Invert 18 Downstream MH Grade to Invert 19 Downstream MH Rim to Grade 20 Sewer Use X 21 Direction X 22 Flow Control X 23 Height X 24 Width X 25 Shape X 26 Material X 27 Lining Method 28 Pipe Joint Length X 29 Total Length X 30 Length Surveyed X 31 Year Laid 32 Year Renewed 33 Media Label 34 Purpose 35 Sewer Category 36 Pre -Cleaning X 36a Date Cleaned X 37 Weather X 38 Location X 39 Additional Info. (Street or Easement) X 40 W/O # X 41 Project X 42 Pressure Value Cleaning and Televised Inspection of Wastewater Lines Page 6 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3.3 Flow Control The line shall be dewatered during inspection. A water jet cleaning unit will normally be running in the line in advance of the television camera to allow the highest quality picture, along with 360 degree view of the pipeline. Dewatering shall remove standing water and visible moisture from the line segment to provide a clear 360 degree view of the pipe being televised. An excessively high water level, condensation resulting in a blurred lens or a submerged camera may be grounds for rejection of the inspection. All sewage flow from intersecting lines, which cannot be drawn down with the hydraulic jet nozzle, shall typically be controlled through the use of in- line plugs and/or vacuum trucks, and the costs are considered subsidiary to the inspection for all line sizes up to 36 inches in diameter. Plugs in intersecting lines shall be installed by the Contractor with no assistance from the City. The Contractor shall also monitor the upstream system for back-ups and surcharges, which may lead to Sanitary Sewer Overflows (SSOs). The Contractor shall immediately report all sanitary sewer overflows to the City Call Center at (361) 826-2489. Flow Control devices shall be installed in accordance with all applicable OSHA and plug manufacturer recommendations, including, but not necessarily limited to confined space protocol. The Contractor certifies that all personnel working on the project have been trained in confined space, use of flow control devices per manufacturer recommendations, traffic controls, and hazards associated with working in wastewater collection systems. No bypass pumping is required under this scope of services. 3.4 CCTV with Obstructions Cleaning and televising is intended to traverse each line segment from manhole to manhole as specified in the work order. When an obstruction is encountered and cannot be removed, preventing the camera from proceeding, the obstruction will be recorded on the initial setup, and a reverse setup will be attempted to view the pipe and obstruction from the opposite direction. If the camera fails to reach the original cause for the reverse setup, then the Contractor will contact the City Project Manager to receive authorization for obstruction removal. If authorized, the Contractor shall remove the obstruction(s) if it is identified in the items below: a. Roots/Grease - The Contractor shall remove roots/grease without damage to the main sewer to facilitate the CCTV inspection. The Contractor will use remote CCTV to monitor progress of the roots/grease cutting. The Contractor shall immediately notify City if it is believed that these activities will cause a sewer collapse due to the condition of the host pipe. All roots/grease must be screened, Cleaning and Televised Inspection of Wastewater Lines Page 7 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 collected, and removed from the sewer for proper disposal. The post roots/grease removal video inspection will be performed to confirm that the roots/grease were removed and normal flow has been restored. The fee for the post roots/grease removal video inspection is included in the price for roots/grease removal. b. Protruding Service Tap Removal - Not included under this solicitation. When a protruding service tap obstruction prevents further inspection, the Contractor will attempt inspection from the opposite direction (reverse set-up). Where other obstructions prevent a manhole -to -manhole inspection of the segment, the inspection shall be considered complete, and no additional inspection will be required. However, the line segment evaluation form, as well as the graphic report, shall note the full line length and the actual length traveled from each manhole set-up. All inspection efforts on the line segment will be recorded on the same media and in the same database. The Contractor must exert all reasonable effort to televise the entire length of a segment of wastewater line as described in the work order documents or to assist the City repair crews with usable information for point repair. 3.5 CCTV Reverse Set-up: A CCTV reverse set-up is an attempt to view the line segment from the opposite direction due to an obstruction encountered during the initial set- up or a line segment that exceeds the 1000 feet CCTV cable length. 3.6 Easement Access: The Contractor will be responsible for providing equipment, including, but not limited to, portable CCTV equipment, vehicles capable of transporting TV equipment and accessing remote easements, and adequate cleaning equipment to perform cleaning and inspection of lines located within rear easement areas. Easement areas are defined as those areas not accessible to normal vehicular traffic. A separate bid item has been provided for access cleaning and/or for inspection that is only available through manholes located within easements. 3.7 After hours work: Normal working hours shall be considered 8 AM to 5 PM, Monday - Friday for the duration of the project. When authorized/required by the City Project Manager, the Contractor may perform inspections after hours. This may be necessary in some cases so the inspection can be done during low flow periods, to minimize impacts on traffic safety, or for other reasons determined by the City. Cleaning and Televised Inspection of Wastewater Lines Page 8 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3.8 Confined Space Entry: When necessary to complete cleaning and inspection activities (including but not limited to plugging, flow control, etc.), and as authorized by the City Project Manager, the Contractor may enter manholes. All pertinent OSHA regulations will be followed, and the Contractor will provide copies of confined space entry permits if requested. V. DELIVERABLES 4.1 Television Inspection Logs: Electronic media inspection logs/records shall be kept by the Contractor and will clearly show the location, by distance in 1/10 of a foot, from the manhole wall, in relation to an adjacent manhole of each observation during inspection. In addition, other points of significance, such as locations of service connections, unusual conditions, roots, storm sewer connections, cracks, fractures, broken pipe, presence of scale and corrosion, and other discernible features, as defined in the PACP defect codes, will be recorded on electronic media, and a copy of such records will be supplied to the Owner. Digital photographs of the pipe condition and all defects shall be taken by the Contractor. Photographs shall be located by distance in 1/10 of a foot, from the manhole wall, in relation to an adjacent manhole. 4.2 Electronic media recordings: The purpose of electronic media recording shall be to supply a visual record of the entire line segment that may be viewed by the Owner. Each original electronic media recording of conditions and defects will be delivered to the City at least monthly, which summarizes the lines completed during the period. The submittal must agree with the monthly billing request in terms of unit quantities and electronic deliverables. The Contractor is required to provide NASSCO PACP compliant computer software -generated Inspection Report products to the Owner, as a result of each work order issued. Acceptable submissions become the property of the City. The electronic recordings will have read-only software that will facilitate viewing and printing of additional copies of the inspection report and the digital photographs. The CD or DVD ROM or hard drive will also include video that can be viewed. The electronic recordings will be compatible with Microsoft Windows 7 and will be delivered to the Wastewater Department within ten (10) calendar days of the last day of the performance period. 4.3 Quality Control: Inadequate main sewer preparatory cleaning, camera distortion, inadequate lighting, dirty or submerged lens, and blurry or hazy pictures that are determined to be the fault of the Contractor will be cause Cleaning and Televised Inspection of Wastewater Lines Page 9 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 for rejection of the inspection effort. If the City does not approve of the quality of the deliverables, the Contractor shall repeat the documenting process at no cost to the City. 2.4. Upon completion of the project, one (1) properly labeled flash drive, hard drive or DVD (as appropriate for the size of the project), will be required along with one (1) hard copy report. The media will be properly labeled to identify the contents. The media will be labeled, either typed or neatly printed, with the following information on the cover/container with electronic text included on the root drive of the media: Project Name Work Order Contractor Name, Address, Contact Number Date All required reports, databases, photographs and video are to be from City - approved, software -generated formats. Hard copy reports will be printed single -sided on 8'/2" x 11" paper, in color, to improve definition of problem areas, and delivered with the media. The final project submittal must be reconciled with the monthly billings with regards to quantities of work completed or any exceptions noted. One report is required for each project (which may consist of an entire neighborhood with numerous child work orders for each line segment). The Contractor's proposed software must be approved before the first work order is initiated. The final submittal must include a table of contents that summarizes all line segments cleaned, televised, and inspected with CCTV logs arranged in order by the PACP PSR identification number, lowest number to highest number. The Contractor shall submit a sample of the proposed report to the City for review and approval. VI. MEASUREMENT AND PAYMENT Cleaning and Televised Inspection of Wastewater Lines Page 10 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 1. Project Summary Report (pdf or approved equal) ✓ ✓ 2. CCTV Defect Listing Log (pdf or approved equal) ✓ ✓ 3. Condition Code Summary (pdf or approved equal) ✓ ✓ 4. Cleaning Log (pdf or approved equal) ✓ ✓ 5. NASSCO PACP compliant Access Database V 6. Video files (mpeg, wmv or approved equal) ✓ 7. Defect photographs (jpg or approved equal) ✓ 8. Cleaning Log Summary (xls or approved equal) ✓ One report is required for each project (which may consist of an entire neighborhood with numerous child work orders for each line segment). The Contractor's proposed software must be approved before the first work order is initiated. The final submittal must include a table of contents that summarizes all line segments cleaned, televised, and inspected with CCTV logs arranged in order by the PACP PSR identification number, lowest number to highest number. The Contractor shall submit a sample of the proposed report to the City for review and approval. VI. MEASUREMENT AND PAYMENT Cleaning and Televised Inspection of Wastewater Lines Page 10 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Unless otherwise indicated in the Bid Form, Pre -CCTV (Cleaning and Televised Inspection) and Post CCTV (Televised Inspection) of Wastewater Lines shall be measured by the linear foot. Payment will be made at the contract prices on the Bid Form and said price includes all labor, equipment, materials and supervision necessary to complete the item. The DVD and Inspection Record must have already been submitted, reviewed and approved by the Engineer, as a prerequisite to payment being made to the contractor. Partial Inspection Reports are not allowed and will be rejected by the Design Engineer and/or the Operating Department. Cleaning and Televised Inspection of Wastewater Lines bid item includes an inspection of all manholes entered, crossed, or associated with the line being inspected. Cleaning and Televised Inspection of Wastewater Manholes bid item shall only be measured and paid for when used as a stand-alone manhole inspection without Wastewater Line Inspection. CONTRACTOR SHALL NOT BE PAID FOR CLEANING AND TELEVISED INSPECTION OF WASTEWATER LINES UNTIL DOCUMENTATION AS REQUIRED BY TECHNICAL SPECIFICATION SECTION T-027604 "DISPOSAL OF WASTE FROM WASTEWATER CLEANING OPERATIONS", HAS BEEN SUBMITTED TO ENGINEER. NEW LINE AND MANHOLE INSPECTIONS AND EVALUATION AFTER REPAIRS/REHABS WILL BE MEASURED AND PAID FOR THROUGH "POST CCTV" BID ITEMS AND INCLUDE TELEVISING ONLY. POST CCTV SHALL NOT BE PEFORMED UNTIL THE LINE(S) AND MANHOLE(S) IN A DELIVERY ORDER HAVE BEEN REPAIRED, REHABBED, OR INSTALLED. EXISTING MANHOLE AND EXISTING LINE INSPECTIONS WILL BE MEASURED AND PAID FOR THROUGH "PRE -CCTV" BID ITEMS AND INCLUDE CLEANING AND TELEVISING. CCTV Set -Up shall only be measured and paid for if an individual site requires less than 200 feet of televising. Reverse CCTV Set -Up shall only be measured and paid for if an obstruction is encountered during the initial set-up, requiring the Contractor to relocate to another manhole (upstream or downstream) of the original manhole. Cleaning and Televised Inspection of Wastewater Lines Page 11 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Example Documentation and Deliverables 1. Project Summary Report (pdf or approved equal) 2. CCTV Defect Listing Log (pdf or approved equal) 3. Condition Code Summary (pdf or approved equal) 4. Cleaning Log Summary (xls or approved equal) Cleaning and Televised Inspection of Wastewater Lines Page 12 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 1. Proiect Summary Report (1 of 2) 1 ri 16 8 8 6 oI",J yr, 11,4 X roLd. NI lot '04 71dl 8. 6 1ft Ld, 0 98 Example Y.1 0 16 '04 0 0 III.I 0 ,II I jll 1 r11:1,,11111, a es 111' z zy 9 .4, 4 Frod, ',9 4 dr r 1',,dfd. 0 ,,,%, 99 0 I'''',, GI 0, A roro, M VO MA „V, 6 ''',,t'''., g 'g, g 0 ; ',iro tA A rona r3 A A A I' 5'',IVII ,9,e 0 Fq , ,„ ' NII rvit 4:: ,,Y,',. 1,iik ;Fg ro,rod 6 Cleaning and Televised Inspection of Wastewater Lines Page 13 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 A 0 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 1. Project Summary Report (2 of 2) 0)1 [0, 11C,A, 06' V ma, 1M3 I., N 1 ma. 1 'Fm aMr", ma aa aat 1, it X Mt rat 101 leaning and Televised Inspection of Wastewater Lines Page 14 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 7. T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 2. CCTV Defect Listing Log Defect Listing Plot Left Contractor Name Address Phone , Pip S€ €r1 Refere G70141530.070141520 Dry CORPUS CHRISTI StrocA ELIZABETH ST mrllorr,A0 Vitrified Clay Pipe Locaten C... Light High_ Sewer Use 's Sanitary 1...1eeire re MH 070141530 Telai Length Ad Year Laid Sh Ipe Circular Locator Details CENTER OF ELIZABETH DSM.Ditholr, 070141520 Length surveyed 347 Yeal Renewed 4 fnicih4 12 Width 12 Pipe Joint... SPR 274 MPR 14 PO Number Customer SPRI 4 VPRO 2 Work Order Purpose Routine Assessment QSR 4132 OMR 2700 ORR 280 Sul' v,,yed By JonathanMcGuire Drect on Downstream 1:11U2, 20140825 Media babel OPRI 3.0 CPrtifinv.e 14. rrl her U-1213-06019780 Pue Olen (ling Heavy Cleaning Time 0934 Weather Dry Dale Cleaned End Time 110:28. Additional info #004 e ) 070141530 4 A AA). Code: 0_0 ft, Access IPoint Manhole USMH 0_0 0. Water ILevel 5.4 it, Crack Mlultiple Confinuous: Pos: Vol 1 / 2 : % 0 - 0 0 - 0 8 - 4 1090 Frac:11.1re 111,,11.111.rple Start S01 11 5 8 - 12 26.2 ft. Crack Multiple 91;1E1,, ft 11V'ff ,f9111,1,9 -e Start 802 9 0 10 •42.4 ft„ '17 raCture End F01 11 5 42..4 F0cturelfoluitip18,, 9911, It Tr4t/919,,,11f In fu,ifidallfj 11i3 rrt. rt ttrt/,:L,ir0,,no,!11 100,3 ft Tap Factory Made 147.4 ft, Tap Break -In Actiive 21960. Tap Break -In Actiive Start 503 '12 - 12 0 2 End F02 - 0 11 - 0 1 - 0 12 - 0 2351 ft Tap Break -In Actiive 12 - 0 Cleaning and Televised Inspection of Wastewater Lines Page 15 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 10 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 3. Condition Code Summary PACP Conditions Contractor Name Address Phone / Pipe ;Segment Reform 070141530-070141520 City CORPUS CHRISTI Street ELIZABETH ST Mourne Vitrified Clay Pipe Location C... Light High„.. Sewer Use Sanitary Urethra ni NH 070141520 Tette Length I 347 Year Laid iilil,;no; Circular Losatio Details CENTER OF ELIZABETH. - DS Manhole 070141520 Length surveyed 347 Year Renewed Itheight 12 Width 12 Pipe Joint. SPR 274 MPR 14 P0 Number Customer SPRI 4 MPR I 2 Work Order Purpose Routine Assessment 0 SR 4L32 MAR 2700 OPR 268 Si mowed Iiiiv Jonathan_McGuire Dire -ince nowns.treatri pn to 201408.25 Media label 0,PRI 3..8 Corner:our IN ;rn tie r U421348016780 Pre CM a n iiirK; Heavy Cleaning Time 06..34 'Weather Dry Date Cleaned End Time 1O28 Additional inth i Normal Defects IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII Continuous Defects Structural Ratings 0 & M Ratings Combined Ratings Code ID Length FM MWLS FM F01 F02 F03 31,5 26,0 304,6 Grade Rating 1 2 3 4 5 4 0 4 Subtotals, No, Occur. Rating IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII 0 0 2 0 0 6 0 61 69 0 0 6 0 0 24 0 244 Pipe Rating 274 Structural index 4,0 Str, Quick Rating 4L32 Grade Rating 1 2 3 4 5 0 2 0 Suibtotalls, No, Occur, 0 1 0 0 0 0 6 0 7 P pe Rating O&M Index uick Rating Rating Grade Rating o 1 2 2 O 3 O 4 0 0 12 0 5 4 2 4 Subtotals 14 Overall PI 2,0 Ove 2700 Ovril. Qu No, Occur, 0 1 2 0 0 6 6 61 76 pe Rating rail Index lick Rating Rating 0 2 6 0 0 24 12 244 268 3,8 4L32 Cleaning and Televised Inspection of Wastewater Lines Page 16 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4. Cleaning Log Summary astewater Collection Vactor Cleaning and Televised Inspection of Wastewater Lines Page 17 of 17 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027611 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027618 WASTEWATER LINE REHABILITATION / PIPE BURSTING 1. SCOPE This specification shall govern all work necessary to rehabilitate gravity wastewater lines by pipe bursting, wherein a horizontal boring technique, utilizing a cutting/expansive tool head fragments the existing pipe, and a fusion welded, high density polyethylene pipe is drawn into the resulting tunnel. 2. QUALIFICATIONS 2.1 The Pipe Bursting Contractor will have actively engaged in the installation of pipe using pipe bursting for a minimum of five (5) years and have installed, as a company, a minimum of 150,000 feet in similar conditions. 2.2 Field Supervisory Personnel employed by the Pipe Bursting Contractor will have at least (5) five years of documented experience in the performance of the work and tasks as stated in the contract documents. 2.3 Polyethylene pipe jointing/fusing shall be performed by personnel trained in the use of butt -fusion equipment and recommended methods for new pipe connections. Personnel directly involved with installing the new pipe shall receive training in the proper methods for handling and installing the polyethylene pipe. A qualified representative shall perform training 3. MATERIALS 3.1 Polyethylene: ASTM Designation: D-3350 with a cell classification of PE445574C/E (with inner wall of light color). This material shall also conform to the design criteria as specified in Plastic Pipe Institute (PPI) Designation: PE4710. 3.2 Dimensions: The pipe shall be (DR 17, DIPS) per ASTM F714 of the nominal diameter as shown on the plans and specified in the proposal unless TCEQ requirements for water and wastewater line separation require pressure rated pipe of at least 150 psi, in which case DR 13.5 DIPS pipe shall be utilized. 3.3 Quality: All pipe shall be homogenous throughout, and shall be free of visible cracks, holes, foreign materials, blisters, or other deleterious faults. All materials shall be of the highest quality and highest performance. It shall be the product of a manufacturer actively engaged in research, development, and the manufacturer of said materials. Wastewater Line Rehabilitation - Pipe Bursting Page 1 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3.4 Submittals: The Contractor shall submit documentation showing that personnel has five (5) years of Pipe Bursting experience with a list of a minimum 150,000 LF installed by the company. Information for each supervisor and the company must include, but not be limited to, date of work, location, project description, pipe information (i.e. length, diameter, depth of installation, pipe material, etc.), project owner information, (i.e., name, address, telephone number, and contact person). 4. CONSTRUCTION METHODS 4.1 Pipe Jointing: Sections of the polyethylene (PE) liner pipe shall be joined by the butt -fusion method and performed in strict conformance with the pipe manufacturer's recommendations using approved equipment. The Contractor shall make arrangements to have a technical representative of the pipe manufacturer present for the start-up of the butt -fusion jointing and training of the contractor's personnel, or arrangements shall be made for the pipe manufacturer's representative to remain on the job until all jointing has been completed. When requested by the Engineer, samples of butt -fusion joints shall be furnished by the contractor for laboratory testing. The test of such samples shall clearly demonstrate joint integrity, strength, etc. 4.2 Insertion Pits: The location and number of insertion pits shall be determined by the contractor to maximize insertion lengths and keep the number of excavations to a minimum. The insertion pit size shall be the minimum necessary to perform insertion operations. Locations of insertion pits shall be acceptable to the Engineer. Removal of obstructions and point repairs shall be done upon request or approval from the Design Engineer and/or Operating Department. This work shall be done in accordance with Excavation and Backfill for Utilities T-022020 of the Standard Specifications. 4.3 Pulling Pipe: New polyethylene pipe shall be pulled immediately behind the pipe bursting equipment in accordance with the manufacturer's procedures. The machine shall be specifically designed and manufactured for the pipe insertion process. The Contractor shall install all pulleys, rollers, bumpers, alignment control devices, and other equipment, required to protect existing manholes, and to protect the pipe from damage during installation. Lubrication may be used as recommended by the pipe manufacturer. Under no circumstances shall the pipe be stressed beyond 50% of its tensile strength at yield, that being 22,600 ib. For an 8" SDR 17 pipe. Provide a suitable pull measuring device connected to the winch or pulling system. Upon commencement, insertion shall be continuous without interruption, if possible. Wastewater Line Rehabilitation - Pipe Bursting Page 2 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Terminal sections of pipe that are joined within the insertion pit shall be connected with a 1/4" thick neoprene gasket and a stainless-steel band clamp having a minimum of 4 bolt/nut drawn down fixtures. The butt gap between pipe ends shall not exceed 1/2". The installed pipe shall be allowed the manufacturer's recommended amount of time, but not less than 4 hours, for relaxation prior to any reconnection of service lines, sealing of the annulus, or backfilling the insertion pit. Sufficient excess length shall be allowed to provide for this occurrence. 4.4 Service Connections: All service connections shall be identified, excavated, and disconnected prior to pipe bursting. After the new main has been pulled into place, allowed to recover, and secured to the manhole walls, each service shall be reconnected to the new main. Services shall be connected by the use of an approved pre -fabricated saddle. The pre -fabricated saddle shall be equipped with a neoprene gasket installed between the saddle and the liner pipe so that a complete water seal is accomplished when the two-piece saddle is placed around the polyethylene pipe and pulled together with stainless steel bands. Drill hole in main shall be flush with the inside diameter of the saddle. Service connections shall be made in accordance with the Service Connection Details found in the Wastewater Standard Details within the plans. Continuous service shall be maintained. Additional payment will be made for each service re -connection for pipe bursting new lines, as shown in the proposal. Locating service connections through CCTV or other methods is the Contractor's responsibility and is subsidiary to the service lateral replacement and service re -connection line items. 4.5 Annulus Sealing: The relaxed pipe shall be cut 4" inside of manholes and any annular space sealed. The annular space may be sealed with a mechanical device, chemical seal, or quick -setting concrete. The method chosen shall be approved by the Engineer prior to construction. The sealant shall extend at least 8 -inches past the outside of the manhole wall. The sealant shall form a smooth transition above the liner projection into the manhole. The sealant shall be applied 3" beyond the annulus on the inside wall of the manhole. The complete joint shall be uniform and water -tight. 4.6 Backfill: The insertion pit(s) shall be backfilled with an approved granular material from the invert to a minimum of 12" above the pipe. The balance of the insertion pit may be backfilled using approved material taken from the excavation except if under pavement. Follow standard details for insertion pit(s) under pavement. All backfilling shall be accomplished in such a manner as to achieve a 95% standard proctor density. Wastewater Line Rehabilitation - Pipe Bursting Page 3 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 4.7 By -Pass Sewage: It shall be the responsibility of the Contractor to maintain continuous flow of sewage, during execution of work. This includes flow of all mains, laterals and services. Pumps and by-pass lines shall be of adequate capacity to handle all flows. Dumping of raw sewage on private or city property shall not be allowed. By-pass shall be made by pumping the sewage into the downstream manhole or adjacent system, or other methods as may be approved by the owner and the Engineer. "Control of Wastewater Flows" shall be measured and paid for separately as per technical specification T-027200 "Control of Wastewater Flows through Bypass Pumping". 5. DELIVERY, STORAGE AND HANDLING OF MATERIALS: The Contractor shall be responsible for all handing and security of the materials. 6. CLEANUP: The Contractor shall clean up the area around the work area and restore surface improvements to a like or better condition as existed prior to construction. The manhole invert along with the bench shall be restored to accommodate the new line. All pavement shall be repaired as specified. All broken pipe and other unwanted material shall become property of the Contractor and hauled off and disposed by the Contractor. 7. TELEVISION INSPECTION: Television inspection of pipeline shall be performed by experienced personnel, in accordance with Technical Specification T-027611. Television inspection shall be per the following: Post Construction video tape of each sewer shall include voice description and stationing of each service indicated. Data and stationing shall be visually displayed on video. By-pass or diversion of flow shall be done by the Contractor as necessary to obtain acceptable video. If any portion of the inspection tapes be deemed inadequate by the City, the Contractor shall re - tape that portion to the satisfaction of the City at no additional expense to the City. Tapes of all work shall be furnished to the City prior to acceptance of work. One copy shall become property of The City and retained by the City. 8. TESTING: As stated in 30 TCEQ § 217, gravity collection system pipes must comply to the following Wastewater Line Rehabilitation - Pipe Bursting Page 4 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 requirements: A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer or City Inspector. 2. A low-pressure air test must follow the procedures described in ASTM C828, ASTM C924, or ASTM F1417. The testing times shown on Table 1 must always be utilized. For sections of pipe with an average inside diameter of less than 36 inches, the following procedures shall apply: a. A pipe must be pressurized to 3.5 pounds per square inch (psi) gauge. However, if groundwater is present, then a pipe must be pressurized to 3.5 psi gauge greater than the pressure exerted by groundwater above the pipe. b. Once the pressure is stabilized, the minimum time allowable for the pressure to drop from 3.5 psi gauge to 2.5 psi gauge is computed from the following equation: _ (0.085x D Where: T = Time for pressure to drop 1.0 pound per square inch gauge in seconds K = 0.000419XDxL, but not less than 1.0 D = Average inside pipe diameter (inches) L = Length of pipe line (feet) Q = rate of loss, 0.0015 cubic feet per minute per square foot internal surface The minimum testing times for each pipe diameter is as follows: Minimum Time Max. Length for Minimum Time Wastewater Line Rehabilitation - Pipe Bursting Page 5 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 Time for Longer Length T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Inches 6 Seconds Feet 340 398 8 454 298...:::: 567 239 680 199 850 159 18 1020 133 Seconds/ft 0.855 1.520 2.374 3.419__. 5.3419 7.693 21 1190114 10.471 24 1360 100 13.676 27 153088 17.309 1700 80 21.369 33 1870 72 25.856 a) If no pressure loss has occurred within the initial 25% the test may be stopped by the owner. b) Entire test duration must continue even if any pressure loss or leakage occurs within the first 25% or until failure has occurred. c) Wastewater pipes with an average internal diameter of 27 inch or larger must be air tested at each joint instead of the procedure stated above. d) Wastewater pipes with an internal diameter larger than 33 inches must be tested for leakage at each joint or as approved by the Engineer. Service lines shall be leakage tested with the main sewer. Manholes are to be tested as described elsewhere. After the proposed line has been completed, internally inspect with video camera and video tape as required. Tape shall be furnished to the City prior to acceptance of work. 9. MEASUREMENT AND PAYMENT: Unless indicated otherwise in the Proposal, Wastewater Rehabilitation / Pipebursting will be measured by the linear foot for each size and depth range installed. Measurement shall include, but not be limited to, all materials, labor, equipment and incidentals required for (other than pavement repair) trenching, installing the new line, surface restoration, clean-up, manhole bench and invert restoration, backfill, and other work as may be required. Wastewater Line Rehabilitation - Pipe Bursting Page 6 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Separate bid items have been included for Service Lateral Replacement, Service Re- connections, Control of Wastewater Flows, Pre -CCTV, Post CCTV, Traffic Control, Point Repairs and Obstruction Removal. Wastewater Line Rehabilitation - Pipe Bursting Page 7 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027618 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027619 PRESSURE TESTING AND GROUTING OF SEWER JOINTS AND LATERAL CONNECTIONS 1. GENERAL 1.1 DESCRIPTION A. Provide all labor, materials, tools, equipment and incidentals as shown, specified, and required for testing sewer pipe joints by applying a positive air pressure to the joints, monitoring and recording the pressure in the void. The intent of joint & connection testing is to identify those sewer joints, lateral connections and laterals that are not watertight and that can be successfully sealed by packer injection grouting. This document can be utilized for the following applications: 1. Test all joints in a mainline segment 2. Test all service lateral connections from the sewer main to a predetermined distance up the sewer lateral. 3. Test all joints within a predetermined distance in laterals directly connected to manholes. B. Provide all labor, materials, tools, equipment, and incidentals as shown, specified, and required to grout pipeline joints, joints in laterals connected to manholes and lateral connections to the mains using the packer injection method. 1. Packer injection grouting is used to reduce the infiltration within the pipeline, seal annular space between liners and host pipes at lateral connections, seal pipe joints that have failed the joint test criteria, provide external pipe support, but not a structural rehabilitation, by stabilizing soils outside the pipe and prevent further loss of pipe bedding into the pipe. 2. Packer injection grouting shall be accomplished by pressure injection of chemical grout into the soils encompassing the exterior of pipe joint. Chemical grouts shall be designed to be injected into the soil surrounding the pipe, which stabilizes the soil and forms a permanent impermeable seal called a grout/soil ring, and into the annular space between liners and host pipes. Adequate volumes of grout must be injected to form an effective seal. Adequate amounts of grout are based generally upon pipe size and field conditions. This application will be through structurally sound joints and lateral connections through penetrations from within the pipe by using the packer method in tandem with a closed-circuit television (CCTV) inspection system. Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 1 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1.2 REQUIREMENTS A. Contract requires work in active sewers. CONTRACTOR shall follow all federal, state and local requirements for safety in confined spaces and uniform traffic controls. B. Additional safety considerations including safely handling, mixing, and transporting of chemical grouts should be provided by the grout manufacturer/supplier, and should include safe operating practices and procedures, appropriate personal protective equipment (PPE) for the various grouting operations, and proper storage, transportation, mixing, and disposal of grouts, additives, and their associated containers. C. Require completion of grout handling and mixing training certification from the grout manufacturer/supplier for personnel working with chemical grouts and additives. 1.3 RELATED SECTIONS A. 025802 — Temporary Traffic Controls Used During Construction B. 027200 — Control of Wastewater Flows C. 027611 — Cleaning and Televised Inspection of Wastewater Lines 1.4 QUALIFICATIONS A. Materials: Chemical sealant shall have document service of successful performance in similar usage, with a minimum of 10,000 joints grouted. 1.5 SUBMITTALS A. The CONTRACTOR shall provide a minimum 48-hour advance written notice of proposed testing schedules and testing procedures for review and concurrence of the ENGINEER. B. Equipment operating procedures and systems. C. Chemical Grout information: 1. Description of chemical grout materials to be used per sections 2.3. 2. Description of proposed additives to be used per sections 2.4. 3. Manufacturers recommended procedures for storing, mixing, testing and handling of chemical grouts. 4. MSDS sheets for all materials to be used. Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 2 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 D. Identify the manufactures & models of the packers to be utilized on the project. E. Upon completion of each pipe segment, submit to ENGINEER a report showing the following data for each joint and/or lateral connection tested, grouted or attempted to be grouted as required by PACP. 1. Identification of the sewer pipe section tested by assigned sewer ID (if available) and length. 2. Type of pipe material, diameter & depth of pipe to the surface at manholes. 3. Length of pipe sections between joints. 4. Test pressure used and duration of test. 5. Pass/fail results for each joint/connection tested. 6. Location stationing of each joint/connection tested and location of any joints/connections not tested with an explanation for not testing. 7. Volume of grout material used on each joint or connection. 8. Gel set time used (cup test results from tanks) 9. Grout mix record of the batches mixed including amount of grout and catalyst, additives, temperature of the grout solution in tanks. 10. Operator conducting testing and sealing shall be noted on the reports. 11. Video recordings a. Video recording shall include testing and sealing operations for each joint/lateral (including inflation and deflation over the joint/lateral) displaying the final air test of joints or laterals. b. Additional final recording, if specified, shall include inspection of the pipe or lateral after all grouting work is complete. 1.6 REFERENCE STANDARDS TO BE USED A. National Association of Sewer Service Companies (NASSCO) prepared Pipeline Assessment and Certification Program (PACP), TV inspection form and sewer condition codes B. ASTM F2304 Standard Practice for Rehabilitation of Sewers using Chemical Grouting (latest revision) C. ASTM F2454 Standard Practice for Sealing Lateral Connections and lines from the Mainline Sewer Systems by Lateral Packer Method, Using Chemical Grouting (latest revision) 2. PRODUCTS Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 3 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 2.1 TESTING EQUIPMENT & GROUTING EQUIPMENT A. The basic equipment used for mainline pipe joints and for laterals connected to the mainline shall consist of a remotely operated color television camera capable of pan and tilt, joint testing device (referred to hereafter as a packer), and test monitoring equipment. The equipment shall be constructed in such a way as to provide means for introducing air under pressure into the void area created by the expanded ends of the packer against the host pipe and a means for continuously measuring, viewing and recording the actual static pressure of the test medium and grout within the void area only. The packer shall be of a size less than the diameter of the host pipe, with the cables at either end used to pull it through the line and may be constructed in such a manner as to allow a restricted amount of sewage to flow at all times. Packer shall be expanded by air pressure. Packers shall be of low void space construction with void volume given by the packer manufacturer. B. The device for testing lateral connections shall consist of inflatable mainline end elements and a lateral grouting plug that creates a void area extending beyond the main connection. Whenever possible, use a lateral grouting plug sized to match the diameter of the lateral being grouted with an effective sealing length of at least 4 feet. Where the lateral is capped, utilize alternate lateral grouting plug or equipment sized appropriately for the capped lateral. C. In cases were the lateral transitions from 6" to 4" in diameter, use a 4" lateral grouting plug. However, it is possible that due to physical restrictions the lateral plug may not launch and thus the service may not be able to be grouted. D. Void pressure data shall be transmitted from the void area to the monitoring equipment or video picture of a pressure gauge mounted on the packer and connected to the void area. All test monitoring shall be above ground and in a location to allow for simultaneous and continuous observation of the televising monitor and test monitoring equipment. E. Grouting equipment shall consist of the packer, appropriate pumping and hosing systems capable of supplying an uninterrupted flow of sealing materials to completely fill the voids. Grout pumping system shall be sized to deliver a mixed volume of grout at a minimum of 3 gpm and 30 gallons of uninterrupted flow within 10 minutes. F. Volume of mixed grout pumped must be capable of being measured and recorded for each grouted joint/connection. Generally, the equipment shall be capable of performing the specified operations in sewers where flows do not exceed 25 percent of pipe diameter unless permitted by ENGINEER. Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 4 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 G. Connection and lateral service sealing shall be accomplished using the lateral grouting plugs and push packers specified above. Provide back-up bladders for each packer on-site at all times during grouting procedures. H. Equipment for cleaning lateral blockages shall be readily available while any lateral grouting work is being performed. 2.2 GROUTS - GENERAL A. All grout materials must have the following characteristics: 1. While being injected, the grout must be able to react /perform in the presence of water (groundwater). 2. The ability to increase grout mix viscosity, density and gel strength by increased concentration of constituents or the use of approved additives. 3. The cured grout must withstand submergence in water without degradation. 4. The resultant grout formation must be homogeneous and prevent the passage of water (infiltration) through the pipe joint. 5. The grout must not be biodegradable. 6. The cured grout should be chemically stable and resistant to organics found in sewage. 7. Residual grout shall be easily removable from the sewer line to prevent blockage of the sewage flow. B. Handle, mix, and store grout in accordance with the manufacturer's recommendations. The materials shall be delivered to the site in unopened original manufacturer's containers. 2.3 CHEMICAL GROUTS A. Water based chemical grouts shall have the following characteristics: 1. A minimum of 10% acrylamide base material by weight in the total grout mix. A higher concentration of acrylamide base material is recommended to increase strength or offset dilution during injection. 2. The ability to tolerate some dilution and react in moving water during inj ection. 3. A viscosity of approximately 2 centipoise, which can be increased with approved additives. 4. A controllable reaction time from 10 seconds to 1 hour. 5. A reaction (curing) that produces a homogenous, chemically stable, non- biodegradable, firm, flexible gel. 6. The ability to increase mix viscosity, density and gel strength by Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 5 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 increased concentrations of the mix constituents or by the use of approved additives. 7. Product Manufacturer: a. Avanti AV -100, Avanti AV -118; or equal. B. Acrylate base grout shall have the following characteristics: 1. A minimum of 10% acrylate base material by weight in the total grout mix. 2. The ability to tolerate some dilution and react in moving water during inj ection. 3. A viscosity of approximately 1-3 centipoise, which can be increased with approved additives. 4. A controllable reaction time from 10 seconds to 1 hour. 5. A reaction (curing) that produces a homogenous, chemically stable, non- biodegradable, firm, flexible gel. 6. The ability to increase mix viscosity, density and gel strength by the use of approved additives. 7. Product Manufacturer: a. DeNeef AC -400, DeNeef Gelacryl SR, Avanti AV -160; or equal. 2.4 ADDITIVES A. At the CONTRACTOR'S discretion and according to field conditions, additives may be selected and used within the manufacturers recommended quantities. B. Strengthening Agents 1. For joint grouting, a latex or "diatomaceous earth" additive may be added to increase compressive and tensile strength. The quantity of strengthening agent additive shall be as recommended by the manufacturer and approved by ENGINEER. Product Manufacturer: a. Avanti AV -257 Icoset, DeNeef Reinforcing Agent; or equal. C. Root Inhibitor 1. When roots are present, for joint and lateral connection joint grouting, a root deterrent chemical shall be added to control root re -growth. The quantity of inhibitor shall be as recommended by the manufacturer and approved by ENGINEER. 2. Product Manufacturer: a. Avanti AC -50W; or equal. Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 6 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 D. Dye - A manufacturer approved water soluble dye without trace metals may be added to the grout tank(s) for visual confirmation. E. Gel Time Modifier - A gel time extending agent may be used in accordance with the manufacturer's recommendations to extend gel time as necessary. F. Freeze/Thaw - In those lines where the grouting material may be exposed to a freeze- thaw cycle, ethylene glycol or other ENGINEER approved additive shall be used to prevent chemical grout cracking once set. G. When using non soluble additives the grout tanks must have mechanical mixing devices to keep the additives in suspension and maintain a uniform solution of grout and additive. 3. EXECUTION 3.1 CONTROL TESTS A. Packer Tests - Demonstrate the acceptable performance of air test. 1. To insure the accuracy, integrity and performance capabilities of the testing equipment, a demonstration test will be performed in an above- ground 8" nominal diameter test cylinder suitable to contain the full length of the packer and sustain the void test pressure. The test cylinder shall be equipped with a void release valve to exercise a controlled release of pressurized air from the void area to test the packer under both sound and leaking conditions. The test cylinder shall also be equipped with a local pressure gauge (0-25 psi) within the void space. a. With the void release valve sealed, inflate the packer and air test void at 7-10 psi. The observed void pressure at the test cylinder pressure gauge must be within ±1.0 psi of the reading in the control center/studio void pressure gauge and follow both up and down pressure changes (allowing time for pressure equalization). b. If above test is passed, crack the release valve to simulate a very small leak. The cylinder shall be equipped with a void release valve to exercise a controlled release of the test media with the associated pressure drop to be equally displayed ±1.0 psi of the cylinder gauge and test monitoring equipment. 2. After entering each pipeline segment with the test equipment, but prior to the commencement of joint testing, position the packer on a section of sound sewer pipe between pipe joints, and perform a test as Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 7 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 specified. The equipment shall hold a 7-10 psi test pressure for a period of 15 seconds with a pressure drop of less than 1 psi. In the event of a failed test, repair any defective equipment and re -test to verify proper operation of all equipment at no additional compensation. Should it be found that the surface or porosity conditions of the barrel of the sewer pipe cannot meet the joint test requirements, then the performance testing shall be waived or modified as determined by the ENGINEER. 3. If air testing cannot be performed successfully, repair or otherwise modify air test equipment and repeat the tests. This test may be required at any other time during the performance of joint testing work if the ENGINEER suspects the testing equipment is not functioning properly. B. Pump Tests - At the beginning of the contract, prior to application of grout, perform a pump test to determine if proper ratios are being pumped from the grout component tanks at the proper rates and to measure pump rates. Use separate containers to capture the discharges from each of the grout component hoses, to simulate the actual volumes of each component through the interconnect hoses, hose reel and length of grout hose and confirm accuracy of grout pump totalizer. Take corrective action if ratios or rates are not within manufacturer's recommended standards. C. Grout Tests - Perform and record a grout gel test in the presence of the ENGINEER by recording the grout tank solution temperature, catalyst tank solution temperature, ambient air temperature in truck, and gel time of the sample whenever the following conditions occur: 1. At the beginning of each day; the material in the hoses shall be recycled to the tanks and a sample shall be taken. 2. When new batches of grout are mixed. 3. Whenever the temperature in the tanks or ambient temperature have changed by more than +/- 10°F from the previous gel test. 3.2 PIPE PREPARATION A. Prior to the application of the chemical grouting materials, the CONTRACTOR shall thoroughly clean the sewer designated to receive the chemical grouting. Cleaning shall constitute removal of all loose debris & solids which inhibit proper seating of the packer. B. The OWNER shall have cleared the designated sewer line(s) of obstructions such as dropped joints, protruding lateral connections, and broken pipe / crushed pipe which will prevent the use of the grouting equipment. If the CCTV inspection reveals a condition for which an applicable pay item has not been included on the Schedule of Prices, the CONTRACTOR shall inform the ENGINEER. The ENGINEER may choose to make a point repair or will direct the CONTRACTOR to abandon the section of pipe scheduled Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 8 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 for test & seal. 3.3 ROOTS AND LOOSE DEBRIS IN LATERAL CONNECTIONS A. During mainline sewer cleaning or joint testing, document all lateral connections containing roots, mineral deposits or obstructive conditions that are either (a) greater than fine roots or (b) of a nature to prevent testing and sealing of connection. For each such connection, submit a screen shot image clearly showing the extent of roots or obstructive condition to the ENGINEER. Submit images in electronic format, labeled and organized in a manner to easily retrieve the image for the lateral connection in question. The list of lateral connections with roots shall include upstream and downstream manhole numbers and stationing. ENGINEER will review the list of lateral connections containing roots and obstructions and direct CONTRACTOR as to which laterals are to be (a) cleaned and grouted, (b) grouted without cleaning — in which case such lateral connection would be excluded from warranty testing, or (c) removed from the scope of work — in which case no payment for such lateral will be made. 3.4 GROUT PREPARATION A. Follow the manufacturer's recommendations for the mixing and safety procedures. B. Adjust gel time as necessary to compensate for changes in temperature in grout component tanks or hoses. The addition of dilution water to extend gel times is not acceptable unless resulting base grout tank only material exceeds 20% by weight for solution grouts. C. During the grouting process, the Grouting Technician shall monitor the grout component tanks to make sure that proper ratios are being pumped. If unequal levels are noted in the tanks, repeat the pump test as described above and correct any defective equipment. D. Gel times shall be calculated using the following formula unless CONTRACTOR experience and/or field conditions dictate otherwise. Any alterations of the gel time formula shall be approved by the ENGINEER. (Volume of Pipe/Packer Void Space (gal))(60 sec) Gel Time = + 20 sec(± 5 sec) Pumping Rate (gpm) 1 min Pressure Testing and Grouting of Sewer Joints and Lateral Connections Citywide WW IDIQ - MH Improvements — Project No. 23148 Page 9 of 16 T-027619 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 E. Packer/Pipe void shall be defined as the volume between the inflated packer and the inside pipe wall when the packer is inflated per manufacturer recommendations. For example: an 8" pipe with a packer void space of 0.3 gallons and a 3 gpm pumping rate would provide 0.3 (gal) rr60 sec) Gel Time = (3 (gpm))`1 min) + 20 sec = 26 sec( ± 5sec) 3.5 TESTING AND GROUTING DEFECTS A. Testing and grouting will not be required on pipe exhibiting the following conditions or characteristics: 1. Longitudinally cracked, fractured or broken pipe. 2. Sections of the pipe with structural defects between joints. 3. Any sections of pipe or joints that are in such poor structural condition that in the judgment of ENGINEER or CONTRACTOR, significant structural damage of the pipe would occur as a result of the pressure test. B. Any structurally undamaged joint that structurally fails (breaks) during testing and grouting that are documented on video to have been done under normal pressure conditions shall be the OWNER's responsibility and cost to repair. C. Grout all circumferential cracks and fractures or other defects as specified or as directed by ENGINEER. Do not test or grout any other pipe defects unless so specified or shown, or directed by ENGINEER to do so. Any structurally failed pipe or joint that is grouted at the ENGINEER's direction that further fails/breaks during testing and grouting that are documented on video to have been done under normal pressure conditions shall be the OWNER's responsibility and cost to repair. Promptly repair any other sewer damage resulting from the CONTRACTOR's operations at no additional compensation. 3.6 JOINT TESTING PROCEDURE FOR MAINLINE SEWER A. Joint testing pressure shall be equal to 0.5 psi per vertical foot of pipe depth plus 2 psi; however, test pressure shall not exceed 10 psi without the approval of the ENGINEER. B. Individually test each sewer pipe joint at the above-specified pressure (and retest after sealing) in accordance with the following procedure: 1. Air Test Procedure a. The packer shall be positioned within the pipe in such a manner Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 10 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 as to straddle the joint to be tested. b. The packer ends shall be expanded so as to isolate the joint from the remainder of the pipe and create a void area between the packer and the pipe joint. The ends of the testing device shall be expanded against the pipe as per manufacturer's recommendations. If all attempts to isolate the joint fail, pump grout in an attempt to seal the leak around the packer end elements. The CONTRACTOR shall be paid the unit price for grout to seal the packer unless the ENGINEER determines that the sewer was inadequately cleaned or the packer is not performing properly, but will not be paid the unit price for joint grouting for this activity. c. After the void pressure is observed to be equal to or greater than the required test pressure, the air flow shall be stopped. If the void pressure decays by more than 1.0 psi within 15 seconds, the joint will have failed the test and shall be sealed. C. Upon completing the testing of each individual joint, the packer shall be deflated with the void pressure meter continuing to display void pressure. Should the void pressure meter fail to drop to 0.0 +/- 0.5 psi, clean the test equipment of residual grout material or make the necessary equipment repairs to provide for an accurate void pressure reading. 3.7 LATERAL CONNECTION TESTING PROCEDURE A. Lateral connection joint testing pressure shall be equal to 0.5 psi per vertical foot of pipe depth plus 2 psi; however, test pressure shall not exceed 10 psi without approval of the ENGINEER. B. Air testing lateral connections shall be accomplished by isolating the area to be tested with the lateral connection packer and by applying positive pressure into the isolated void area. A pan and tilt camera shall be used to position the lateral packer for laterals directly connected to the mainline sewer. The lateral bladder shall be inverted from the mainline assembly into the lateral pipe and inflated. The mainline elements shall then be inflated to isolate the lateral connection and the portion of the lateral to be tested. A sensing unit shall monitor the pressure of the packer void and will accurately transmit a continuous readout of the void pressure to the control panel at the grouting truck or to a pressure gauge on the packer recorded by the CCTV camera. C. The test procedure will consist of applying a controlled air pressure into each isolated void area. Air shall then be slowly introduced into the void area until a pressure equal to or greater than the required test pressure, but in no cases greater than 2 psi above the required test pressure, is observed on the pressure Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 11 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 monitoring equipment. Once the designated pressure in the isolated void is displayed on the meter of the control panel, the application of air pressure will be stopped and a 15 second waiting period will commence. The void pressure will be observed during this period. If the void pressure drop is greater than 2.0 psi within 15 seconds, the lateral shall be considered to have failed the air test and shall be grouted and retested. D. After completing the air test for each individual lateral specified herein, deflate the lateral packer, with the void pressure meter continuing to display void pressure. If the void pressure does not drop to 0.0 +/- 0.5 psi, the equipment shall be adjusted to provide a zero void pressure reading at the monitor. 3.8 GROUTING GENERAL A. Grout all joint and lateral connections that failed the pressure test by the injection method. This shall be accomplished by forcing grout through a system of pumps and hoses into and through the joints of the sewer from the packer within the sewer pipe. Remove excess grout from pipe and laterals. Excess grout shall be defined as a thickness of grout that given its location, size and geometry, could cause a blockage. Flush or push forward to the next downstream manhole, remove from the sewer system, and properly dispose of excess grout. 3.9 PIPE JOINT SEALING BY PACKER INJECTION GROUTING FOR MAINLINE SEWERS A. Position the mainline packer over the joint or defect to be sealed by means of a CCTV camera in the line. Position the push/pull packer over the joint or defect to be sealed by a means of visual observation, marked push rod, or where a cleanout is available, through a CCTV camera in the lateral. For push packers, start work at the most distant point to be grouted. Take an accurate measurement of the location of the defect to be sealed using a portion of the packer as a point of reference for positioning the injection area of packer over the defect. Pneumatically expand the packer sleeves such that they seal against the inside periphery of the pipe to form a void area at the joint now completely isolated from the remainder of the pipe line. B. Pump grout materials, in stages if needed, into this isolated area to refusal until and the void or surrounding soil has been filled or solidified with the goal of applying 0.25 to 0.5 gallons of grout per inch -diameter per pipe joint. Refusal is when the packer void pressure during grout pumping instantaneously rises or "spikes" by 4 to 5 psi or more above the normal void pressure experienced during grout pumping operation. Refusal may also be revealed when pumping void pressure exceeds the holding pressure of the packer end elements as evidenced by "blow-by" past the packer sealing end elements. Refusal shall mean, when the joint will not accept any more grout Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 12 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 because it has flowed throughout the void, through any joint failure and into the surrounding soil; gelled or filled the available void space; and formed a cohesive seal stopping further grout flow, then the joint will have then been sealed. Record the amount of grout pumped on the sealing log. If sealing is not achieved refer to para.3.9.D. C. Upon completion of the injection, deflate the packer to break away from the ring of gel formed by the packer void. The packer should then be re -inflated and the joint retested at a pressure equal to the initial test pressure. If the joint fails this air test, repeat the grouting procedure at no additional cost to the OWNER, except for the additional grout used. Repeat this sequence of air testing, grouting and subsequent air testing until either the joint is sealed or it is determined that the grout consumption is too high (see section 3.9.D). The final determination to stop subsequent attempts to seal a joint will be made jointly between the ENGINEER and the CONTRACTOR. Should the void pressure meter not read zero ±0.5 psi, clean the equipment of residual grout or make the necessary equipment repairs/adjustments to produce accurate void pressure readings. D. If mainline joints require more than 0.5 gallon of grout per inch -diameter per pipe joint, modify grouting procedure to perform stage grouting by pumping additional grout in up to 4 gallon increments, waiting 1 gel set cycle time or 1 full minute, whichever is greater between stages. Maximum number of stages shall not exceed two stages of 4 gallons each unless approved by ENGINEER. 3.10 LATERAL CONNECTION SEALING FROM THE MAINLINE BY PACKER INJECTION GROUTING A. Lateral connection sealing begins if the lateral connection does not pass the air test, shows evidence of leakage, has been successfully cleaned to remove roots, or where CONTRACTOR has been directed. The lateral packer shall remain in position during the pressure test, thus maintaining the isolated void. Pressure inject grout through the lateral packer into the annular space between the lateral grouting plug and the lateral pipe. B. When pumping grout, operate the pumps until the mixed grout has flowed through any joint failure, through any annular space, and into the surrounding soil; gelled or filled the available void space; formed a cohesive seal stopping further grout flow; and minimum of 8 psi back pressure is achieved while pumping. As grout pumping continues the void pressure will slowly rise to a range of about 2 to 4 psi, continue pumping until a point where there is a sudden increase in the void pressure. This increase from 2 to 4 psi to over 8 to 10 psi takes place in a matter of a few seconds. if the grout pumped exceeds 1 gallon per foot of lateral bladder plus 3 gallons, it will be suspected that there are significant voids on the outside of the pipe or that the packer is not properly sealed. Check that the packer is sealed properly. If it is, modify Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 13 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 grouting procedure to stage grouting by pumping additional grout equivalent tol gallon plus 0.25 gallon per foot of lateral bladder, waiting 1 full minute, and retesting. The maximum number of stages shall not exceed two stages unless authorized by ENGINEER. C. Upon completion of the lateral connection sealing procedure, deflate the lateral bladder, re -inflate and air test the lateral connection a second time to confirm the sealing of the connection in accordance with the air testing procedure. If the lateral connection fails this air test, repeat the grouting procedure at no additional cost to the OWNER, except for the additional grout used. Air tests after grouting laterals containing roots is not required. D. Confirm lateral flow after sealing of each lateral connection. If a grout blockage exists, the CONTRACTOR shall immediately clear the lateral at no additional cost to the OWNER. Blockages in the lateral that are not the result of grouting operations shall not be the responsibility of the CONTRACTOR. E. After grouting lateral connections (with the appropriate size lateral bladder), a thin residual grout film may be present inside the lateral wall. The amount of residual grout film present is dependent on the lateral bladder used, geometry of the lateral and positioning of the packer. This thin layer of cured grout is normal and will eventually peel off the sidewall of the pipe. The residual chemical grout film is not "sandwiched" between two structures and will eventually peel off the sidewall of the pipe. This residual chemical grout film is not considered excess grout. Removal of excess residual grout is required and is considered subsidiary to lateral connection grouting line items. 3.11 JOINT SEALING VERIFICATION A. Record grouting of joints in conjunction with the testing of joints. Record the void pressure drop continuously on video and in writing immediately before sealing, and immediately after grouting. After the packer is deflated and moved, record on video the visual inspection of the joint. B. Use of standardized test and seal data sheets and PACP data codes is highly recommended. 3.12 DISPOSAL A. Collect and properly dispose of cleaning materials used in the cleaning of the grouting equipment. 3.13 POST -CONSTRUCTION INSPECTION Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 14 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 A. After grouting is complete, all pipe sections shall be final inspected by means of a color CCTV system according to specification T-027611. 3.14 QUALITY CONTROL A. Conduct warranty joint air testing on all of the joints and lateral connections successfully sealed in 10% of the sewer pipe segments or a minimum of two sewer line segments, whichever is greater, approximately 11 months after substantial completion. ENGINEER will select the pipe segments to be warranty tested. CONTRACTOR will be provided with a 60 -day notice of the warranty testing. Conduct all warranty tests in the presence of the ENGINEER. 1. If more than 10% of the warranty tested joints or lateral connections fail, warranty test an additional 15% of the pipe segments or two additional sewer line segments, whichever is greater. If more than 10% of the second group of warranty tested joints or lateral connections fail, warranty test 100% of the joints or lateral connections sealed in the remaining untested pipe segments at no additional compensation. 2. Grout and/or retest all joints and lateral connections failing warranty testing at no additional compensation. 3. Joints that received more than 4 gallons of grout per inch -diameter of pipe joint are exempt from the warranty testing. NOTE: No additional payment will be made for warranty testing/sealing 4. MEASUREMENT AND PAYMENT When provided for on the Bid Form, measurement and payment will be made described below: A. Testing of Pipe Joints in Mainline Sewers 1. Measurement: When included on the Bid Form, the unit for this Item will be per joint based on the number of joints tested. 2. Payment: When included on the Bid Form, the unit price for this Item will be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of testing pipe joints as specified and shown, including warranty testing. Visually leaking joints, whether tested or not, shall be paid under this Item. Payment for testing joints following chemical sealing is included under Packer Injection Grouting Item. Payment for Pre and Post Construction CCTV Inspection is under separate item. B. Packer Injection Grouting of Pipe Joints in Mainline Sewers 1. Measurement: The unit for this Item will be per joint based on the number of joints chemically sealed. 2. Payment: The unit price for this Item will be full compensation for providing Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 15 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 all labor, materials (except grout), equipment, tools, and incidentals for all aspects of chemically sealing and immediate re -testing of pipe joints as specified. Payment for chemical grout is under separate item. Payment for Pre and Post Construction CCTV Inspection is under separate item. C. Testing of Lateral Connections in Mainline Sewers 1. Measurement: The unit for this Item will be per each based on the number of lateral connections directly connected to the mainline sewer that are pressure tested. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials, equipment, tools, and incidentals for all aspects of testing lateral connection as specified and shown, including warranty testing. Payment for Post Construction CCTV Inspection is under separate item. D. Packer Injection Grouting of Lateral Connections in Mainline Sewers 1. Measurement: The unit for this Item will be per each based on the number of lateral connections directly connected to the mainline sewer that are grouted. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials (except grout), equipment, tools, and incidentals for all aspects of packer injection grouting of lateral connections as specified and shown. Payment for chemical grout is under separate item. E. Chemical Grout 1. Measurement: The unit for this Item will be the number of gallons of grout used for sealing mainline sewer pipe joints and lateral connections. 2. Payment: The unit price for this Item will be full compensation for providing all labor, materials, equipment, tools, and incidentals not included in testing and grouting items required for all aspects of sealing mainline sewer pipe joints, and connections. END OF SECTION Pressure Testing and Grouting of Sewer Joints and Lateral Connections Page 16 of 16 T-027619 Citywide WW IDIQ - MH Improvements — Project No. 23148 Rev.08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-027620 POINT REPAIRS AND OBSTRUCTION REMOVALS 1.0 DESCRIPTION 1. Repair of wastewater lines by replacing short lengths of failed pipe with new pipe. 2. Repair of service lines located within the utility easement or street right-of-way, by replacing short lengths of failed pipe with new pipe. 3. Obstruction removal by remote device or excavation. 1.1 MATERIALS 1. Material of wastewater pipe and lateral: A. Materials for wastewater pipe and laterals shall conform to the specifications. If point repair is located at a service connection, use a full-bodied fitting for the service connection. No field fabrication of fittings allowed. 2. Jointing Material: A. Use flexible adapters secured with 1A inch stainless steel bands, as manufactured by Fernco, or Engineer approved equal. B. Use flexible adapter (non-shear/rubbertype) as manufactured by Mission ARC Series or Engineer approved equal. 1.3 CONSTRUCTION 1. Point Repair: A. Locate and replace small lengths of one or more pipe sections where isolated line failure has occurred due to settlement, corrosion, crushing, or separation of joints. B. The Engineer may identify potential locations for point repair, but the Contractor is responsible for verifying locations. C. Determine the location of point repairs by video inspection of the line section in which the failure is located. The Engineer will authorize the Contractor to make point repairs. Point Repair and Obstruction Removals Page 1 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027620 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 D. The Engineer will authorize each point repair after failure points are located. Do not make point repairs without prior authorization of the Engineer. Perform point repairs only on those portions of service lines which are located in an easement or right-of-way; perform no repairs to service lines on private property. E. Replace carrier pipe for point repairs unless otherwise directed by Engineer. 2. Obstruction Removal: Remove obstructions inside the pipe by one of the following methods: A. Obstruction removal by remote device: 1. Protruding taps: Service lines that protrude more than one inch into the sewer. 2. Other obstructions: Hanging gaskets, fixed debris, stabilized sand, hardened mineral deposits, roots, rust scale, tuberculation, etc. B. Obstruction removal by excavation: Obstructions encountered during liner insertion that are removed by digging and exposing the pipe. C. Obstruction Removals will not be paid for protruding taps in conjunction with Service Connection bid item. 3. Submittals: A. Submit product data for each pipe product, fitting and jointing material. 4. Sequencing: A. Before rehabilitating a sewer line section between adjacent manholes, complete point repair and obstruction removal on that section. B. Clean line and perform post -installation video inspection for each point repair on sewer lines not scheduled for rehabilitation. C. Post -installation video inspection of service line point repairs is not required. 5. Protection: A. Provide barricades, warning lights and signs for excavations created by point repairs. Comply with Section T-025802 — Temporary Traffic Controls Used During Construction. B. Do not allow soil, sand, debris or runoff to enter sewer system. Point Repair and Obstruction Removals Page 2 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027620 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 6. Diversion Pumping: A. Install and operate diversion pumping equipment as required to maintain sewage flow and to prevent backup or overflow. Comply with Section T-027200 — Control of Wastewater Flows through Bypass Pumping. 7. Excavation: A. Excavate and backfill trenches in accordance with the plans and specifications. B. Perform work in accordance with OSHA standards. Comply with Section T-022030 — Trench Safety. C. Remove and lawfully dispose of excess excavated material and debris from the work site daily. 8. Typical Sequence of Point Repair: A. Perform pre -installation video inspection, if required, to verify location of sewer line point repairs. Perforin service testing between manholes to verify location of service line point repairs. B. After the location of a point repair, excavate the required length for the point repair. C. Prior to replacing pipe, determine condition of the existing line on both sides of the point repair by Tamping the line at least 10 feet in each direction. Determine whether additional lengths of line (beyond "minimum length" criteria) need replacement. Report need for additional replacement to Engineer and obtain authorization before proceeding. D. Remove the damaged pipe and replace with new pipe, shaping the bottom of the trench and placing the required pipe bedding so that the grade of the replaced pipe matches the grade of the existing line. Establish proper grade for the pipe being replaced using methods acceptable to the Engineer. E. Connect the new pipe to existing pipe using flexible adapters. If joints cannot be made watertight using flexible adapters, place waterstop gaskets on each joint and encase in a reinforced concrete collar. Reconnect affected service connections or stacks using full-bodied fittings. No field fabrication of fittings allowed. F. Encase exposed pipe in cement stabilized sand. G. Perform a post -installation video inspection as specified. Point repairs that show offset joints, non-uniform grade, incorrect alignment, excessive deflection or similar conditions are considered defective work. Replace pipe and bedding as required to correct defective work at no additional cost. Point Repair and Obstruction Removals Page 3 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027620 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 9. Obstruction Removal: A. Remote Device: Remove obstructions identified on video of a wastewater line segment which could cause a non-uniform liner pipe installation or obstruction of the liner during installation. Obtain authorization from the Engineer for obstruction removal with a remote device before proceeding. B. Use a power -driven cutting device (robotic cutter) to remove protruding taps. Cut protruding taps so that protrusions are no greater than 3/4 inch. If a protruding tap cannot be removed by the cutting device, then a point repair may be performed. Obtain authorization from the Engineer before proceeding. C. To remove other obstructions, use a remote device. Pull or drive the device from manhole to manhole up to a continuous length of 500 feet using a solid steel mandrel, porcupine, root saw, bucket, robotic cutter or similar device to remove the obstruction. Select a device that is adequately sized to remove the obstruction. D. Excavation: Use excavation as the method of obstruction removal when installation of the liner in the wastewater line is in progress. If during the liner insertion operation, a collapsed sewer, off -set joint or other obstruction is encountered which prevents or blocks the passage or insertion of the liner, notify the Engineer for authorization to excavate. E. Excavate at the point where there is an obstruction. Use a trench safety system as required. F. Break out the existing wastewater pipe (carrier pipe) as directed by the Engineer. Remove only that amount of material which is causing the obstruction. Remove the minimum amount of carrier pipe. G. Under such conditions, replacement of the carrier pipe is not required. Do not disturb the existing sewer bedding during excavation. However, if embedment is disturbed during the obstruction removal procedure, place cement -stabilized sand or crushed stone beneath the liner. No Separate pay item. H. When the liner is completely in place, encase it with crushed stone or cement - stabilized sand. Point Repair and Obstruction Removals Page 4 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027620 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1.4 MEASUREMENT AND PAYMENT 1. Unit Prices: A. Point Repair: 1. Sewer line and wastewater service line "Point Repairs" as described in this section will be paid under the Part C Wastewater Line Improvements pay items included in the Bid Form. 2. Measurement for sewer line point repair will be made on a per linear foot basis. Minimum length of pipe to be replaced for each repair, determined by depth of sewer line measured from natural ground to flow line at point of repair. 3. Point repairs will not be paid in conjunction with an obstruction removal. 4. Payment for service lateral replacement is on a linear foot basis with a 1OLF minimum as per technical specification T-027606 Service Lateral Replacement. No separate payment will be made for service line reconnections at a point repair. 5. The cost of the following items of work are included in the unit prices for point repairs, and all associated work: (a) Excavation, embedment and backfill. (b) Hauling away and lawful disposal of excess excavated materials and debris. (c) Pipe, pipe fittings, adapters and concrete collars. (d) Restoration of site improvements, including sodding. (e) All other necessary work to complete. 6. Separate bid items have been included for service lateral replacement, control of wastewater flows, Pre -CCTV, Post CCTV, Traffic Control and dewatering. 7. Point repairs of pipe at a manhole associated with manhole rehabilitation or replacement of the manhole (up to 5 feet measured from the outside wall of the manhole), will not be measured or paid for separately but will be subsidiary to the manhole rehabilitation or replacement pay item. 8. Excess length of point repair of pipe at a manhole associated with manhole rehabilitation or replacement (for pipe repair exceeding 5 feet measured from the outside wall of the manhole) will be paid separately under the Part C Wastewater Line Improvements pay items included in the Bid Form. END OF SECTION Point Repair and Obstruction Removals Page 5 of 5 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-027620 Rev. 06/2023 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-028020 EROSION CONTROL BY SEEDING 1. DESCRIPTION This specification shall govern all work necessary for fertilizing, planting seeds and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12- 12-12 (% of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. See drawings for mixture. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Sideoats Grama (premier) Berinudagrass (Hulled) Bermudagrass (Unhulled) K. R. Bluestem Buffalograss Annual Ryegrass Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaeum Pennisetum Ciliare Lolium Multiflorum 1.4 0.6 7.0 1.2 5.0 1.4 7.4 1.2 4.2 5.0 20.0 0.6 30.0 1.5 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1 Erosion Control by Seeding Page 1 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Mixture - B: Recommended for sandy soil planted between December 1 thru May 1 Mixture - C: Recommended for all soils planted between May 2 thru November 30 2.3 MULCH: Mulch shall be either the straw type, wood cellulose fiber type, asphaltic emulsion type or asphaltic emulsion over wood cellulose fiber type, whichever is indicated on the drawings. Straw Type - Straw mulch shall be of straw from stalks of domestic grain, bermudagrass or cotton hulls or other approved by Engineer. Asphaltic Emulsion Type or Asphalt Emulsion Over Wood Cellulose Fiber Type - Shall conform to ASTM specification D 977, Grade SS -1 mixed with water (60% asphalt 40% water). Wood Cellulose Fiber Type - Wood cellulose fiber shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds, and other approved additives, the fibers in the material will become uniformly suspended to forms a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 1001b. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator, and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation and that will discharge straw mulch material thru a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near 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. Erosion Control by Seeding Page 2 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments shall be done as indicated on the drawings and as specified below. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 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 a rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled sick harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer, and straw mulch shall be placed as described in straw mulch seeding with the two exceptions. An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. As asphalt - water emulsion shall be applied at a rate of 1,500 to 1,800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be comparatively smooth. Erosion Control by Seeding Page 3 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seeds, fertilizer, water and other approved materials are added. Application shall be 15001b/acre on flats, 2000 lb/acre on 3:1 slopes, and 25001b/acre on 2:1 or greater. 100 lb. of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt - water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor will water, repair and reseed areas as required for a period of 45 days. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seedings have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square foot. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Seeding will be measured by the square yard for areas approved for seeding by the inspector or engineer. This item shall include but not be limited to: tilling soil, fertilizing, planting, watering and maintaining vegetation. Erosion Control by Seeding Page 4 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-028040 EROSION CONTROL BY 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 lb\acre (7.23 lb per 100 s.y). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod: Water: Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or .25 feet, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or .08 feet. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at source. Sod and soil shall be kept moist at all times during sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts which may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS: Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole; the top of the sod shall not be more than 2 inch below finished grade. Soil shall be firm against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod Erosion Control by Sodding Page 1 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028040 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, sloped may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed, or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on plans. Any section not true to lines and cross sections shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Bid Form, Sodding shall be measured by the square yard taken in a horizontal plane. Measurement of the Mulch Sodding shall be by the cubic yard of mulch delivered to place of planting. These items shall include but not be limited to: excavation, transporting, storing, and placing of sod; application of fertilizer and water. Erosion Control by Sodding Page 2 of 2 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028040 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-028200 MAILBOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mailboxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mailboxes, 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. 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 mailboxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT All work required for relocation of mailboxes shall be measured per each. Payment shall be for each mailbox removed, relocated, and reinstalled and shall include all labor, materials, equipment, etc. required to complete the work. Mailbox Relocation Page 1 of 1 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028200 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-028300 FENCE REMOVAL AND REPLACEMENT 1. DESCRIPTION This specification shall govern all work necessary to accomplish the removal and replacement 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 restored 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 When specified on the Bid Form and approved by the Engineer, fence removal and replacement shall be measured by the linear foot of replaced 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. Fence Removal and Replacement Page 1 of 1 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028300 Rev. 08/2022 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-028305 WOOD FENCES AND GATES 1. GENERAL 1.01 SUMMARY A. Section Includes: 1. Removal and replacement (restoration) of wood fencing and gates affected by the utility improvements as shown in the plans. 1.02 SUBMITTALS A. Submit the following supporting data: 1. Product Data and manufacturer's written instructions for care, installation and maintenance. B. Shop Drawings: 1. Show Dimensions, fencing layout, finish, weight and size of members, methods of fastening, and installation details of fence and gates. Provide coordination drawings where inserts or sleeves are required. 1.03 DEFINITIONS A. Removal and replacement is the reconstruction of wood fencing to rights-of-way, easements, public property, and private property that are affected or altered by construction operations, with improvements restored to condition which is equal to, or better than, that which existed prior to construction operations. 2. PRODUCTS 2.01 WOOD FENCES AND GATES A. Wood Materials: Southern Yellow Pine (Treated with ACQ) or cedar (refer to detail). 1. Fence (Slats) Boards and Trim: Surfaced One Side, Two Edges (S 1 S2E); Standard Grade and Better; size and location as indicated on Drawings. 2. Horizontal Supports: Rough Sawn; Custom Knotty Grade; size and location as indicated on Drawings. 3. Posts: Rough Sawn; No. 2 Grade and Better; size and location as indicated on Drawings. 4. Finish: The intent of this specification is that the Contractor matches the type, finish and color of the existing fence to be removed as much as possible with the replacement fence. B. Fasteners: Wood Fences and Gates Page 1 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028305 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 1. Nails: a. Flat head aluminum with ring or spiral -threaded shank and blunt point. b. Length sufficient to penetrate into support framing a minimum of 1-1/2 inch. 2. Bolts and Washers: Hot -dip galvanized in accordance with ASTM A153, unless noted otherwise. 3. Concrete Anchors: a. Avendra, LLC Preferred Manufacturers: 1) None b. Approved Manufacturers: 1) "Red -Head"; ITW Ramset/Redhead (800-899-7890) 2) "Wej-lt"; United Inds. Metals Group (800-952-5063) 3) Approved substitution c. Galvanized machine screws or bolts with standard expansion shield. 4. Adjustable (Wood) Post Base: a. Avendra, LLC Preferred Manufacturers: 1) None b. Approved Manufacturers: 1) "AB Series"; Simpson Strong -Tie Company, Inc. (800-999-5099) 2) Approved substitution c. Galvanized steel slotted plate and spacer C. Gate Hardware: 1. Avendra, LLC Preferred Manufacturers: a. None 2. Approved Manufacturers: a. Stanley Hardware (800-337-4393) 3. Wood Gates: a. Hinges: #SC908BP, 1-1/2 pair per leaf. b. Slide Bolt: #SP1271, Slide Bolt, 1 each. c. Cane Bolt: #CD1009, 1 per leaf. D. Concrete shall be Class B in accordance with Technical Specification Section T- 030020. Wood Fences and Gates Page 2 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028305 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 3. EXECUTION 3.01 EXAMINATION A. Construction Site Photographs — Document the conditions of public and private property and/or improvements on and adjacent to construction site with construction photographs. Make photographs of all areas where construction operations will be conducted and which may be effected by construction operations. 3.02 INSTALLATION A. Remove or relocate existing fencing, if required, for construction operations. Maintain integrity of private property owners fencing if needed for protection of children, pets or property. Notify property owner at least 48 hours prior to removing fencing and coordinate security needs and property access. B. Replace fencing removed or damaged to equal or better than what existed prior to construction, including concrete footings and mow strips. Provide new wood posts, top and bottom railings and panels as detailed in this specification. Contractor shall match original height, color, and type of fence that was removed as much as possible. C. Construct fence plumb, square, level and anchored securely with smooth miters and field cuts after joining Provide adequate support for anchoring. D. Install gates plumb, level, and secure for full opening without interference. Adjust hardware for smooth operation. E. Set posts in concrete footings as shown on Drawings. F. Remove and properly dispose of damaged or demolished fencing materials. G. Corner, brace, anchor, end, and gate posts shall be set in concrete bases (refer to detail). The top of the base shall be slightly above the ground surface, trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts, anchor bars, flanges, etc., shall be replaced, tamped, and leveled. When posts are driven, care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be grounds for extension of time. 4. MEASUREMENT & PAYMENT 4.01 "Removal and Replacement of Wood Fence" shall be measured by the linear foot. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. Wood Fences and Gates Page 3 of 4 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028305 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 z W 3- PRIVACY FENCE 0 aN a W 0W LLW0 0 U 27 .�i L) END OF SECTION Wood Fences and Gates Citywide Wastewater Manhole Improvements IDIQ— Project No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-028310 CHAIN LINK FENCES AND GATES 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Galvanized steel chain link fence and gates. 1.3 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. 1. Product data in the form of manufacturer's technical data, specifications, and installation instructions for fence and gate posts, fabric, gates, and accessories. 2. Shop drawings showing location of fence, gates, each post, and details of post installation, extension arms, gate swing, hardware, and accessories. 1.4 QUALITY ASSURANCE A. Single -Source Responsibility: Obtain chain link fences and gates as complete units, including necessary erection accessories, fittings, and fastenings from a single source or manufacturer. 2 PRODUCT 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Galvanized Steel Fencing and Fabric: a. Allied Tube and Conduit Corp. b. American Chain Link Fence Company c. American Tube Company d. Anchor Fence, Inc. Chain Link Fences and Gates Page 1 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028310 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 e. Capitol Wire and Fence Co., Inc. f. Century Tube Corp. g. Cyclone Fence Div./USX Corp. h. Engineer -approved equal. 2.2 FABRIC A. Selvage: Fabric 72 inches high and over with 2 - or 2-1/8" mesh shall be knuckled at one selvage and twisted at the other; all mesh 60 inches high and under shall be knuckled at both selvages. B. Steel Fabric: Comply with Chain Link Fence Manufacturers Institute (CLFMI) Product Manual. Furnish one-piece fabric widths for fencing up to 12 feet high. Wire size includes zinc or aluminum coating. 1. Size: 2 -inch mesh, 9 -gage (0.148 -inch diameter) wire. 2. Galvanized Steel Finish: ASTM A 392, Class 2, with not less than 2.0 oz. zinc per sq. ft. of uncoated wire surface on wire coated before weaving or not less than 2.0 oz. zinc per sq. ft. of uncoated wire surface on wire of fabric coated after weaving as determined from the average of two or more samples and not less than 1.8 oz. zinc per sq. ft. of uncoated wire surface for any individual sample. 2.3 FRAMING A. Strength requirements for posts and rails conforming to ASTM F 669. B. Pipe shall be straight, true to section, material, and sizes specified, and shall conform to the following wights per foot: Outside Diameter Type Type NPS in (OD) in I II inches inches Steel Steel 1 1.315 1.68 1.35 1-1/4 1.660 2.27 1.84 1-1/2 1.900 2.72 2.28 2 2.375 3.65 3.12 2-1/2 2.875 5.79 4.64 3 3.500 7.58 5.71 3-1/2 4.000 9.11 6.56 4 4.500 10.79 6 6.625 18.97 8 8.625 28.55 C. Steel Framework, General: Posts, rails, braces, and gate frames. 1. Type I Pipe: Hot -dipped galvanized steel pipe conforming to ASTM F 1083, plain ends, Chain Link Fences and Gates Page 2 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028310 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 standard weight (schedule 40) with not less than 1.8 oz. zinc per sq. ft. of surface area coated. 2. Type II Pipe: Manufactured from steel conforming to ASTM A 569 or A 446, grade D, cold formed, electric welded with minimum yield strength of 50,000 psi and triple coated with minimum 0.9 oz. zinc per sq. ft. after welding, a chromate conversion coating and a clear polymer overcoat. Corrosion protection on inside surfaces shall protect the metal from corrosion when subjected to the salt spray test of ASTM B 117 for 300 hours with the end point of 5 percent Red Rust. 3. C Section: Rolled form steel shapes conforming to ASTM F 669, group II produced from steel conforming to A 446, grade D or ASTM A 570, grade 45, cold formed, hot -dip galvanized with minimum 2.0 oz. zinc per square foot of surface area conforming to ASTM A 123 or ASTM A 525; or 5 percent aluminum-mischmetal coated with minimum 1.0 oz. coating per sq. ft. of surface area each side conforming to ASTM A 875. 4. H Section: Hot -rolled steel H-shaped with minimum yield strength of 5,000 psi conforming to ASTM F 669, group III and hot -dipped galvanized with minimum 2.0 oz. zinc per square foot of surface area conforming to ASTM A 123. 5. Square Tubing: Fabricated from steel conforming to ASTM A 500, grade B and hot - dipped galvanized with minimum 2.0 oz. zinc per square foot of surface area conforming to ASTM A 123. D. End, corner, and pull posts for following fabric heights: 1. Up to 6 feet: 2.375 -inch OD Type I or II steel pipe, 2 -inch square galvanized steel tubing weighing 2.60 lb. per lin. ft., or 3.5 -inch by 3.5 -inch roll -formed sections weighing 4.85 lb. per lin. ft. 2. Over 6 feet: 2.875 -inch OD Type I or II steel pipe, 2.50 -inch- square steel tubing weighing 5.10 lbs. per lin. ft., or 3.5 -inch by 3.5 -inch roll -formed sections weighing 4.85 lbs. per lin. ft. E. Line or intermediate posts for following fabric heights: 1. Up to 6 feet: 1 weighing 2.28 weighing 3.26 2. Over 6 feet: 2 weighing 2.70 weighing 3.26 .90 -inch OD Type I or II steel pipe, 1.875 -inch by 1.625 -inch C section lb. per lin. ft., or 2.25- inch x 1.70 -inch galvanized steel H section Ib. per lin. ft. .875 -inch OD Type I or II steel pipe, 2.25 -inch by 1.70 -inch C section lbs. per lin. ft., or 2.25 -inch by 1.70 -inch galvanized steel H section lb. per lin. ft. F. Gate Posts: Furnish posts for supporting single gate leaf, or one leaf of a double gate installation, for nominal gate widths as follows: 1. Up to 6 feet: 2.875 -inch OD Type I or II steel pipe, 2.50 -inch square galvanized steel tubing weighing 5.10 lbs. per lin. ft., or 3.5 -inch x 3.5 -inch roll -formed sections Chain Link Fences and Gates Page 3 of 7 T-028310 Citywide WW IDIQ - MH Improvements - Project No. 23148 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 weighing 4.85 lbs. per lin. ft. 2. Over 6 feet to 13 feet: 4.00 -inch OD Type I or II steel pipe. 3. Over 13 feet to 18 feet: 6.625 -inch OD Type I steel pipe. 4. Over 18 feet: 8.625 -inch OD Type I steel pipe. G. Top Rail: Manufacturer's longest lengths, with expansion -type couplings, approximately 6 inches long, for each joint. Provide means for attaching top rail securely to each gate corner, pull, and end post. H. Concrete shall be Class B in accordance with Technical Specification Section T-030020. 2.4 FITTINGS AND ACCESSORIES A. Material: Comply with ASTM F 626. Mill -finished aluminum or galvanized iron or steel, to suit manufacturer's standards. 1. Zinc Coating: Unless specified otherwise, galvanize steel fence fittings and accessories in accordance with ASTM A 153, with zinc weights per Table I. B. Tension Wire: 0.177 -inch -diameter metallic -coated steel marcelled tension wire conforming to ASTM A 824 with finish to match fabric. 1. Type II Zinc Coated in following class: a. Class 3, with a minimum coating weight of 2.0 oz. per sq. ft. of uncoated wire surface. C. Tension Wire: 6 -gage (0.192 -inch diameter) mill -finished aluminum wires, ASTM B 211, alloy 6061-T94 with 50,000 psi minimum tensile strength. D. Tie Wires: 12 -gage (0.106 -inch diameter) galvanized steel with a minimum of 0.80 oz. per sq. ft. of zinc coating of surface area in accordance with ASTM A 641, Class 3 or 9 -gage (0.106 -inch -diameter) aluminum wire alloy 1100-H14 or equal, to match fabric core material. E. Post Brace Assembly: Manufacturer's standard adjustable brace at end and gate posts and at both sides of corner and pull posts, with horizontal brace located at midheight of fabric. Use same material as top rail for brace, and truss to line posts with 3/8 -inch- diameter rod and adjustable tightener. Provide manufacturers standard galvanized steel or cast iron or cast aluminum cap for each end. F. Bottom and Center Rail: Same material as top rail. Provide manufacturer's standard galvanized steel or cast iron or cast aluminum cap for each end. G. Post and Line Caps: Provide weathertight closure cap for each post. Provide line post caps with loop to receive tension wire or top rail. H. Tension or Stretcher Bars: Hot -dip galvanized steel with minimum length 2 inches less than Chain Link Fences and Gates Page 4 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028310 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 full height of fabric, minimum cross-section of 3/16 inch by 3/4 inch and minimum 1.2 oz. zinc coating per sq. ft. of surface area. Provide one bar for each gate and end post, and two for each corner and pull post, except where fabric is integrally woven into post. L Tension and Brace Bands: Minimum 3/4 -inch -wide hot -dip galvanized steel with minimum 1.2 oz. zinc coating per sq. ft. of surface area. 1. Tension Bands: Minimum 14 gage (0.074 inch) thick. 2. Tension and Brace Bands: Minimum 12 gage (0.105 inch) thick. 2.5 GATES A. Fabrication: Fabricate perimeter frames of gates from metal and finish to match fence framework. Assemble gate frames by welding. Provide horizontal and vertical members to ensure proper gate operation and attachment of fabric, hardware, and accessories. Space frame members maximum of 8 feet apart unless otherwise indicated. 1. Provide same fabric as for fence unless otherwise indicated. Install fabric with tension bars and bands at vertical edges and at top and bottom edges. 2. Install diagonal cross -bracing consisting of 3/8 -inch -diameter adjustable -length truss rods on gates to ensure frame rigidity without sag or twist. 3. Security gates shall have a self closing mechanism. B. Swing Gates: Comply with ASTM F 900. 1. Steel: a. Up to 6 feet High and 8 feet Wide: Fabricate perimeter frames of minimum 1.660 -inch OD Type I or II steel pipe or 1.50 -inch square galvanized steel tubing weighing 1.90 lb per sq ft. b. Over to 6 feet High and 8 Feet Wide: Fabricate perimeter frames of minimum 1.90 -inch OD Type I or II steel pipe or 2.00 -inch square galvanized steel tubing weighing 2.601b per sq ft. 3 EXECUTION 3.1 INSTALLATION A. General: Install fence in compliance with ASTM F 567. Do not begin installation and erection before final grading is completed, unless otherwise permitted. 1. Apply fabric to outside of framework. Match existing location. Chain Link Fences and Gates Page 5 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028310 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 B. Excavation: Drill or hand -excavate (using post -hole digger) holes for posts to diameters and spacings indicated, in firm, undisturbed or compacted soil. 1. Unless otherwise indicated, excavate hole depths approximately 3 inches lower than post bottom, with bottom of posts set not less than 36 inches below finish grade surface. C. Setting Posts: Center and align posts in holes 3 inches above bottom of excavation. Space maximum 10 feet o.c., unless otherwise indicated. 1. Protect portion of posts above ground from concrete splatter. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. a. Unless otherwise indicated, extend concrete footings 2 inches above grade and trowel to a crown to shed water. 2. Corner, brace, anchor, end, and gate posts shall be set in concrete bases. The top of the base shall be slightly above the ground surface, trowel finished, and sloped to drain. Holes of full depth and size for the concrete bases for posts shall be provided even if blasting of rock or other obstructions is necessary. All line posts may be either driven or set in dug holes to a penetration of 3 feet. All post setting shall be done carefully and to true alignment. Dirt removed for placing posts, anchor bars, flanges, etc., shall be replaced, tamped, and leveled. When posts are driven, care shall be exercised to prevent marring or buckling of the posts. Damaged posts shall be replaced at the contractor's expense. No extra compensation will be made for rock excavation. Rock excavation shall not be ground for extension of time. D. Top Rails: Run rail continuously through line post caps, bending to radius for curved runs and at other posts terminating into rail end attached to posts or post caps fabricated to receive rail. Provide expansion couplings as recommended by fencing manufacturer. E. Center Rails: Provide center rails where indicated. Install in one piece between posts and flush with post on fabric side, using rail ends and special offset fittings where necessary. F. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. G. Bottom Tension Wire: Install tension wire within 6 inches of bottom of fabric before stretching fabric and tie to each post with not less than same gage and type of wire. Pull wire taut, without sags. Fasten fabric to tension wire with 11 -gage hog rings of same material and finish as fabric wire, spaced maximum 24 inches o.c. H. Top Tension Wire: Install tension wire through post cap loops before stretching fabric and tie to each post cap with not less than same gage and type of wire. Pull wire taut, without sags. Fasten fabric to tension wire with 11 -gage hog rings of same material and finish as fabric wire, spaced maximum 24 inches o.c. L Fabric: Leave approximately 2 inches between finish grade and bottom selvage unless Chain Link Fences and Gates Page 6 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028310 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Install fabric on security side of fence, and anchor to framework so that fabric remains in tension after pulling force is released. J. Tension or Stretcher Bars: Thread through or clamp to fabric 4 inches o.c., and secure to end, corner, pull, and gate posts with tension bands spaced not over 15 inches o.c. K. Tie Wires: Use U-shaped wire of proper length to secure fabric firmly to posts and rails with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to persons or clothing. 1. Maximum Spacing: Tie fabric to line posts 12 inches o.c. and to rails and braces 24 inches o.c. L. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. M. Gates: Install gates plumb, level, and secure for full opening without interference. Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lubricate where necessary. 4. MEASUREMENT AND PAYMENT Chain link fence shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts excluding gates. Gates will be measured as each gate, complete in place. Payment shall be by the linear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the proposal unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and all work required to construct the fence. END OF SECTION Chain Link Fences and Gates Page 7 of 7 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-028310 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TECHNICAL SPECIFICATION T-030020 PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS (1) Cement The cement shall be either Type I, II or III Portland Cement conforming to ASTM Designation: C 150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter - Test Method Tex -310-D). For concrete piling, the above limit on specific surface area is waived for Type 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 tensile or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60° F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one 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. Portland Cement Concrete Page 1 of 13 Citywide WW IDIQ - MH Improvements — Project No. 23148 T-030020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (2) Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor than 1000 parts million of sulfates as SO4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Standard Method of Test for Quality of Water to be used in Concrete" (AASHO Method T-26), except where such methods are in conflict with provisions of this specification. (3) Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent of weight of laminated and/or friable particles when tested in accordance with Test Method Tex -413.A. It shall have a wear of not more than 40 percent when tested in accordance with Test Method Tex -410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with Test Method Tex -411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. Portland Cement Concrete Page 2 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 TABLE 1 Coarse Aaareate Gradation Chart Percent Retained on each Sieve Aggregate Grade No. Nominal Size 2- 1/2 In. 2 in. 1- 1/2 In. 1 in. 3/4 in. 1/2 In. 3/8 in. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (Test Method Tex -406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. (4) Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0 5 percent by weight of clay lumps. When subjected to the color test for organic impurities (Test Method Tex -408-A), it shall not show a color a darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with Test Method Tex -317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combinations of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. Portland Cement Concrete Page 3 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Table 2 Fine Aggregate Gradation Chart NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For Class A and C and E Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency. (a) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: Portland Cement Concrete Page 4 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 Oto 5 Oto 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex -203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For Class A and C and E Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) Mortar (Grout) Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. (7) Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air -entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water -reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water -reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency. (a) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: Portland Cement Concrete Page 4 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 (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: C 260 modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stock piles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 3. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete shall be by weight. The Portland Cement Concrete Page 5 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 confoini with the requirement contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer however, this will not relieve him of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all the proposed ingredients prior to the placing of concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When Transit Mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregate. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as temporary measure until the redesign is checked. Portland Cement Concrete Page 6 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Water reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1-1/2 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water reducing or retarding agent or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the difference aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete (1) Thin -Walled Sections 4 5 (9" or less) (2) Slabs, Caps, Columns, 3 4 Piers, Wall Sections 9", etc. Underwater or Seal Concrete 5 6 Riprap, Curb, Gutter and 2.5 4 Other Miscellaneous Concrete NOTE: No concrete will be permitted with slump in excess of the maximums shown. Portland Cement Concrete Page 7 of 13 Citywide Wastewater Manhole Improvements IDIQ— Project No. 23148 T-030020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water cement ration, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Engineer will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimen will be tested in accordance with Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified on the plans. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams of cylinders, representing tests for removal of forms and/or falsework shall be 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 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 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sx. Cement per C.Y. Min. Comp Strength (fc) 28 Day psi Min. Beam Strength 7 Day psi Max. Water Cement Ratio Coarse Aggr. No. A* 5.0 3000 500*** 6.5 2-4-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 Portland Cement Concrete Page 8 of 13 Citywide Wastewater Manhole Improvements IDIQ— Project No. 23148 T-030020 Rev. 08/2018 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 *Entrained Air (slabs, pier and bent concrete) **Grade 1 coarse Aggregate may be used in foundation only (except cased drilled shafts) ***When Type 11 Cement is used with Class C Concrete, the 7 day beam break requirement will be 550 psi; with Class A, 460 psi. min ****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 specifications, Section 038000 "Concrete Structures", Article "Placing Concrete General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stock piles. Aggregate stock piles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to insure completion of the work under way without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type and shall be capable of producing concrete meeting the requirements of these specifications. 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 Portland Cement Concrete Page 9 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced by new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site, in non -agitating equipment. 11. READY -MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specifications items and concrete not meeting the slump, workability and consistency requirements of the governing specification item shall not be placed in the structure or pavement. Ready -Mixed Concrete shall be mixed and delivered by means of one of the following approved methods. (1) 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 revisions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. Portland Cement Concrete Page 10 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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 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 Mixer: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately growing the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified 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 "Part A" above may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. (d) Agitators: Concrete agitators shall be of the truck type, capable of Portland Cement Concrete Page 11 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 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. 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. Portland Cement Concrete Page 12 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one nor more than 5 rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with the specification, Section 038000 "Concrete Structures". 13. MEASUREMENT & PAYMENT Portland Cement Concrete shall not be measured or paid for separately. It shall be considered subsidiary to the various structures for which cement is required. Portland Cement Concrete Page 13 of 13 T-030020 Citywide Wastewater Manhole Improvements IDIQ— Project Rev. 08/2018 No. 23148 dVW NOIIV001 GV<F 44.4706 AV8 I1S121H0 Sf102100 51178L `X1 `I1SI21HO Sld21OO `a21 ATIOH 9ZLZ 8b6£Z 2138WfN 133fO2Id AY8 S303f1N £ZOZ `ZZ 1Sl9flV - S1N3Wf13O0 031/11dOdNOO AINl00 0101211Yd NYS Toho' no,( 34I0d38 77VJ REVISION N0. 041E OESCRIRIION REVISION NO. DATE BY OESCRIRIION 00 CITYWIDE WASTEWATER IDIQ — MANHOLE IMPROVEMENTS COVER SHEET CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 0 Corpus Christi Water die ago adolanu3 u6!Snoop 436L3944606E-EZLN-b095-bw4S`601b1Z33 SHEET INDEX SHEET NO. DESCRIPTION 337iiii73,2$7777 Y�=3 M g 2420yCCCCWIECillCillCOO HPRkkq: _' » » A eis4 ****gig Ib'6 Gga- ::ga of _019,999= NNNNFz_„_o$z nno a :N Nook” 66660 'kR H v6'myeA 00000 W GG y,zlH ttt>± — g o GGGG4 g bA9m of G 20Eg5 CITY OF CORPUS CHRISM DRNEWAY STANDARD DETAILS 2 OF 3 CRY OF CORPUS CHRISM DRNEWAY STANDARD DETAILS 3 OF 3 TXDOT STANDARD DRAWING BC(1)-14 TXDOT STANDARD DRAWING BC(2)-14 TXDOT STANDARD DRAWING BC(3)-14 TXDOT STANDARD DRAWING BC(4)-14 TXDOT STANDARD DRAWING BC(5)-14 TXDOT STANDARD DRAWING BC(6)-14 TXDOT STANDARD DRAWING BC(7)-14 TXDOT STANDARD DRAWING BC(8)-14 TXDOT STANDARD DRAWING BC(9)-14 TXDOT STANDARD DRAWING BC(10)-14 TXDOT STANDARD DRAWING BC(11)-14 TXDOT STANDARD DRAWING BC(12)-14 CRY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 1 OF 4 CRY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 2 OF 4 CRY OF CORPUS CHRISM PEDESTRIAN CURB RAMP STANDARDS 3 OF 4 CRY OF CORPUS CHRISM PEDESTRIAN CURB RAMP STANDARDS 4 OF 4 CRY OF CORPUS CHRISM STORM WATER POLLUTION PREVENTION STANDARD DETAIL 1 OF 3 CRY OF CORPUS CHRISM STORM WATER POLLUTION PREVENTION STANDARD DETAIL 2 OF 3 CRY OF CORPUS CHRISM STORM WATER POLLUTION PREVENTION STANDARD DETAIL 3 OF 3 CRY OF CORPUS CHRISM STORM WATER STANDARD DETAILS 1 OF 3 CRY OF CORPUS CHRISM STORM WATER STANDARD DETAILS 2 OF 3 CRY OF CORPUS CHRISM STORM WATER STANDARD DETAILS 3 OF 3 CRY OF CORPUS CHRISTI WATER STANDARD DETAILS 1 OF 4 CRY OF CORPUS CHRISTI WATER STANDARD DETAILS 2 OF 4 CRY OF CORPUS CHRISTI WATER STANDARD DETAILS 3 OF 4 CRY OF CORPUS CHRISTI WATER STANDARD DETAILS 4 OF 4 REVISION N0. 041E OESCRIRIION REVISION NO. DATE BY OESCRIRIION 00 CITYWIDE WASTEWATER IDIQ — MANHOLE IMPROVEMENTS COVER SHEET CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 0 Corpus Christi Water die ago adolanu3 u6!Snoop 436L3944606E-EZLN-b095-bw4S`601b1Z33 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF I ti de om Lis! -'W Snd. o J V f? 4,' i 04 a Mil iF z snc saooJas 5(44 .g5U3 Jo ;uaw3Joda4 SdX31 usWHO Srld8OD JO LLI S31ON 3V213N30 LL9OHD sndao8 JO ADD SHEET 2 of 54 RECORD DRAVANG NO. SAN 578 an PROJECT 1231481 S1N31/13AOadN1 31OHNVW — 0101 2,131VM31SVM 301110 1M NOLLdIUoSJO A9 3180 ON NOISN3tl 1 NOIWI00530 ON NOISV3U 1L uunc 31 .,3173.0/9 .S. S0lO �NO0 GENERAL NOTES PAVEMENT REPAIR PAY LIMITS WORKING TIME TABLE WORKING TIME TABLE o i5.o fi. X33 a 2 N� �88888$385&p&< E6 S. TABLE A PIPE BURSTING � IRn•_rn TABLE B OPEN CUT LINE WORK <� 9z s s s az g 1EDULING AND CALENDAR DAYS FOR DIRECTION REGARDING SCHEDULING RECUII DOCUMENTS. DFWATFRING WFI1' SHOULD BE INSTALLED SO WEEKENDS/HOLIDAYS) CNE SUFFICIENT TIME FL A TO DETERMINE WORKING DAYS ALLOW DEFINED IN THESE PIANS ACCORDING 5m d lmom d 9 om so TABLE MANHOLE `p pi:- " ^ wPA o s H " m 9- o a of m o z:g `s zL _wwQ ,, .! � zz;'2L" 3iu Es m g =R. rr k rw Y a RRA E 6'' gwi N�.o¢.�s =e zaerceWoaoorcxrcrc " VI n m a 8 0< Os 0. = <08 a " oN a � > m gg�� =`w in oo 3 $ PR "w= m& w x� N� '<E - o Yd z sg$ 02s o go ` s �o=" €a a ' m 3 NI€w3 z Y P. §< - of - �a o m it8 � � �o - 5" "a _ e8 �^ a �a"NG 8a= p=` ga e �"G. $ g -Po m'a« ='o gg y=8 q - DE, =p=€ bm w� = oNob F ; w'w �o oa 8 'n '<w € �a zmds 9w w"5 1, Sg a=s 1 AeA3 A" zs "8< = _a €hoz €�-o �z�-�o"2 'a �= w =Ta5 �w�fi� �'a gs F"03 8 a � as"m aa: da! _ _m d q « " gym �a o€ m w ap€ m€sad ` o� g55 "q ua -€ QB 5< Beg mo< o u€.x ®g8 x=k' 0- j B �a wa g ra @ 8 wm`l 00 ? 0 3� £e k' _���" �Egw o� a E ?wo€R EE �'- Fpm w�, g -. d8 sem= `5a �$ o€ ass F€8"J p Flo 0 `5 s3 9"i a !x =boa Jou m was` <; a� 5oBm^ d 588 g I go . � =a" g R` d Qo �csi€ w8ao = ca w = Qe o �o o Bew 8=bma w W g"a&op 5Rm..,< 5Qc- owl ash 5�=moi &oo g >6a VowBs w LAJE g,b 3 a=� 5 €a ~ � =g6o iZaa 4e am 22o F8a88 o N s .. B a € 7"m B g gg,; § �_. a w 8 bw Y€u �A. &a <� _ �5"m3omp� gs C-��"e5 a ZSw po S e g w o ' S& B 0 < R o s E o <Naa3 ww = zoo ¢ g ". a N o '- p o U 8w__ o � wa s op p oz >0L. a r` -k' i a ¢ am w L a -- a= t, ~4' o" C! ' °�72 a � gc `p a4= 2 gl �w 8a� _ .gg 8a 5= `a € w w y°a €a 'da �Ew �8 oga p 8 aa5 s 77, „8 V U= sw s o 5 e 0 b 5 o'a a 8 €Iq3 g 30 g.Q 5 E 4 W o wok a m = Y 0, - e a " �� oo € s .E4 58 ow 'aG, w `58 g8'62 mow_ <8 < [2a€< . = a5 =g ea= <F : Som Y €o € a a5 �� Uw= o �% =�w 9a a 8 d 5 w a1; B ao 8 X88 86 2 2 '42'6- 6 1ma w8 ym � , tS8 o = ,G,� m�o og _ 4 r 7 Ugi w s5 ' T€_8_= p$� _ & o5 �� Y �' min$ en X "e $ $ _bF .$< _ EB �9b o ^ _- oo ao"� --" `126 m -wa- waH Ci �h6 'a ma €�-=€ L, Ha ra= N` N 5 s € 5o <=8 i8 a e 9 0 � g € tw_B l N - 3a «wF ,8 gm'<� �a "dim 8g Y Awa z 0 o�=w Fm� tt So E o Z ww�rc VIRUGiO U"Ci0 - �p a _ U �3�3rc Yil< ¢ Va�q" km oaf sgm U 8 w o Ei "=a qRg - 6 Sz� a m 84a m gog oB5< & a a., r w m 1 ' _ 0�o� .2 p �s`� imb �aaa8o 2 L 8� 3 g s =o a n �mgR a= �� " € a gg "pg a w €€7 3 z aN R8 o8b 5 a"og € . a wmS of 8 ?�J 3oa 8 ��ag€<€J o m� agU Oo : 9mw `o zmx u sgg a amews 85'eJwm !nom oe=a 8 o 9Ec�gs� <� _ 8.q8 8w waw € o d 9 - $__ 5m g ogiw9 6� ,:g4 'a6opm8 9y w =� � H p 0sQ� 5 4m 8G '�'o €5 2-460 3 u € oa" 8'w �� H. h b x� a€ �' �' 8wmw g I- "ppm �i '980.o8 2 s8=GAB a38gWa 2 2898 5 88 5 g �< w.. 5c 2 J W sza €<p m =5g3a ba �.8me� �s$�d;5 _ gosa�"E s " gw SG�o � ggg85 aga K'g_G�p & Swwp 5 p'38 80 �m8 �m Q �= oc" ab""mB € �{� e„ a€soeF-_p€oa SJeemz" 38 �,o-e � 8pam_1w lob _ dam �"<� 5 a '�8x es c8�5�+m ga"a^a 5maga8" wFt J € = m - w% SEs ip�so�moa�awx ���wz=o oew pi€� E = e..� ewes �s =t,� eda<€82 a ao -�' €aa 8 � o �pm85s t�==c�Gc� k g"9g= ''' & Qhs 9€ noo 98&mem ggwo�� Y"Y3<a=-m Aga "&=e X38" w �« 4�a= g"3333 �; "�" S§owo 2.s " tam <wa zo rr Ci3m3mm=zf maam y a �3 'wa m ami$ "eFU- oaGo =� 5 2 2 �w aoa<� =a a w 8" as �5 �8 E gv m8 o o C��1$ = &p " & mtloo w= a ga��8 <5 8 = d W 4 �gb88�i s88 448 8`8844 h54s 8S`-=' 58mva-i r " 5" < w m ^ m �a € �8 <��' a � =i mg. g ft . g and ogoh�8w 8Wis a k;o o" gymw Baa s" �Y J5 N6 " F 3 ao5 a=o p= €�o &o m�?o w�a� 8 � gew 2 ma: o B89 �� 'a 9 oo e= m8�� �8 8w € ugm� _ b ' X08 �pge__ _ �8u �m�omm �= x a €"a�w 8 "E m "gwo <m3 8 ag Ba as s 4g " 9 058- gEg' $5gog my "9W Ng w5 " 0-a CB , 8a" 8 1� pU 3= �b 8mw as - 4€w.8= `'a !=4 g o � g zm Wi8 n 8a 2 w'"3 Y " GbFgm =m ESa € S� !N `B €`gam =o o= _ "s YS - `: N F8 YlwNp €m 8= 0 a� WE ±m =ER - oo a5 w8 i5„ o ea =_4 3 0€= a€ pyo w8 oa oo 8 ae o Ca �� o`= o" X90 o o& x5g. �€ �a �B�w 9w of so 0 aa� _ €m% go =�wwo �w w€YA € �' €k a 8=w sw wm o ;m5 x .sn€ Q��4 y�9N �§a rr a�m� €moi YNw 5kww�€E &E.- �39w F 8 m r 0a " =- w €Qu5 &2 0 55 �� a€r _b o 8€mm rz = 3z rc� ��8w < p8-"w"x_ i5_BZo r ww za�� _ =�a a..� A' Qp is .�8 &_� cr>o8 =W2 a&on Sas s8 m 9m' m " Loa o �'� �mjm €zd <m� K'�J " Q �p aao� s==5 "� 5w _ u �po� 8=aa< w ..5 0s=w t3, 4- m 22=599> g8w `8 w58> € m"w D. ffi8 wa € €maw ago F� � a="" a do " =a damp wo e�m� 8w�s �o ea Mpg ee RI ' " " w 9 � e�� "" 9€ � G m ` 9am ".. 8= ,w 9= 9"8 �� ��a8 ax wo o< 8� 'ax p '3a" 8e °awoz g5 m" G.wo'� a 8" mb ma` -� g 4 bi�wa�i= " 'a �� a & 585�a mw y y� 8 -a t o�5 p mw�F " �5 e D _4 m 8�Ga F m S om ap gmm 8g " € 5 8 8"sma€ <aE 8; 8." _ 9 "a 8m X66=€0" p�iN " Soz j"ot3 ag0 E. a" _ 2�xm a 8� pies 88 oz3� �w 8 8�t 8x m�Ns :g8 9ga w<' F€"g wao€OyawG_ Awa _, s�f5 as �"-mow an $$g&; mgm m aw<wai'NYw mw 3�8 $€wa�ww mea a p ii € o- �e L 5 �Go 4w om€aw of as m 9= v ss o a� 492 8 m N€; N,N m4 9 N,F 5 Sam 8 €" 8 Ca& 5 1p w see. & EH eaw Y € & m 5� IgF $ off" <� t swx "w a ne�mny �a= ° X 1 E " y Ig "o1 oBa pug €� gp �a l;� TG � s gw =yi m'a E € ep q<"="Y ga w s x3=d�aa wp 8'a"m € as eeo T'a Fe - €pw_ G& &k8g€yh 8d 'Nes 5a aFm g dm"R"" w € a w< " g w 84 po8 € 4�4� 8a w 8=p 8bw w€8 goo 8Eoo _€ Ya �`afiL �ez� 8 sg p� 80� K. =i,, 8w �m 8�0 w ="4"wo g 8m8d> c 9a 8g o Eq8 oa gs8� 6885 !=am 98 88 wp4s a= s=�o � _ � ��� � �� w a� �>a� a<� < = a ea ��"maw" pow =� e<��H � �e= ��8 �" o _ r h w m ^ 6 6 _ _ _ 72 _ _ _ _ _ 2w �kos 5 noo.R ero 4- p oaaa="_ gw=� o= " ajw aYwa 0 �F� S a 9�b8 �d� 98" zw§F = amow 8 - a-�F 8 2 E Ega�ww0 Baa na=aE== 5 ES S FI:N� LS 0, om � 0§g=E4w 4 :oo88<= �=`=mea= r -5909446E79E4 DocuSign Envelope aaIoM 1Is!au sndaoo W 01 0 saoouos 5uuaauw5u3 ;o ;uaw}loda4 SVX31 11SWH0 Slldd00 JO .1110 oUVV13Ho5 ONY Mood 31dVVX3 NV1d ONIdWfld SSVdk9 UNDO sndao0 JO Alla S1N31A13A0adwl 31OHNVIN — b101 2J31VM31SVM 30IM.1110 CO N NOLLdItlO530 31x0 'ON NOISN3a NOI1dI210530 MVO 'ON NOISIA3a 'PING PLAN FOR BYPASS PI DocuSign Envelope 96L1 -9Z8 49£) Slb8L 'XL 11S12,1H0 Sfld?JOO '02J lllOH 9ZLZ 2J31VM LLSI HO Sld2J00 nd (Y) 4 1a l NOILV1HVISNI 31OHNVW 1VOId 11 S1IV130 2J31VM31SVM SIN3W3A0?JdWI 31OHNVW — 0101 2131VM31SVM 301MMJO 00 10 00 N NOBdI00530 AB 'ON NOISN341 NOBdIa0530 AB 3100 'ON NOISN3B DocuSign Envelope 96L1 -9Z9 (1.92) 11h9L 'Xl 'I1SI HO Sfld?J00 021 A TOH 9ZLZ NaIVM ILSINHO Sfld?JOO 1,10Z 11IH)1OV8 ONV 213A00 78 ONIel 31OHNVW - SHIV130 213IVM31SVM SIN31613A02JdWI 31OHNVW - 0141 2131VM31SVM 301M.1110 �q3 lf7 V LT, R H C 00 10 00 N NOUNOS00 AB 'ON NOISNBN NOBdI?DSBO AB 01W 'ON NOISVON g m R FF 2 R. O U .. 7 W tl&o . 20 me" m !I N= CyOW !ii o� 5 x�gy KWKI ! 3 S" x2_ <4W O Sa YIJ U 2 Oc��JJ pvp m p O K O V ¢ M <` W p LL F FF � V-,2lid W (0 4vl S W E HI O 41 W LL Z W Wiz 25 F 0 o W W 3y a Og 4 OWN N hV V ;El; e <; dm0! A 6w �y W �`0 G wit anz Ob o" $$$oo 0 ��i w W�-"J NI � o� i i i Nod Na�� o P.00 o mi Buig�z z 2 q o 0 ll V' � agp R� o f 'fie o a E o m 8 I LL m' " m F 0 w" P P38 2 P as 9 "' !OtZily. i lift fig Rgt 1: 9Q � ro ��iZO Hoa e< m -z aF oW O ~ M � 0 d w 0 ZO U Z W O c“.) -5909446E79E4 DocuSign Envelope as,toM t}s!a40 sndaoo s000./as 6E4'90403 Jo ;uewJodea SVX31 11S1dHO SnddO 1 JO .1110 b d0 NOLLV11VISNI 31OHNVN SiIV13a a8JVaNV15 b31VM31SVM LLSIdHO SNd000 30 A110 S1N3113A08dIl 31OHNVW — blal el31VM31SVM 301W.113 00 !n N NOLL.118. 0 A8 MVO 'ON NOISN38 NOI1.12000 AB 'ON NOISI/ON MANHOLE REQUIREMENTS 2 2 APPROVED COATINGS TABLE p� S 8 A 8 ggil W J 0 . Z 8< 2 w H - w EC U Z 0 U 2 s PIPE SEAL DETAIL WASTEWATER MANHOLE (BOTTOM) N UNPAVED AREAS OQ w 0cc p 0) w J O Z -J U GENERAL WASTEWATER CONSTRUCTION NOTES: G � J g F W S 0 � J O 51 W w 0 Q U 30 0) rA Z 85 85 W 11 O di s .? 2 a 1:13A00 '3 ONILI JO NOI103S ISI -1 43AOaddV a3A00'8 DNILI 4 1 yg 4 ng ii p P BBIIBINNI MBVNI 8 a FRP INSERT REHABILITATION OF EXISTING MANHOLE iiv13a -1V3S 3dId 11:13SNI dad REVISION NO. DATE SY DESCRIPTION REVISION N0. DATE DESCRIPTION N CO CITYWIDE WASTEWATER IDIQ - MANHOLE IMPROVEMENTS CITY OF CORPUS CHRISTI WASTEWATER STANDARD DETAILS REHABILITATION OF EXISTING MANHOLE & MANHOLE RING AND COVER DETAILS 2 OF 4 CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services 0 ti 0 Corpus Christi Water 10d; triK 1736E3917176069-EZL9-17Z9PINGS-60 -5909446E79E4 0 DocuSign Envelope �a}oM !I.' -JD snd.ioo w 0 z saowag 6uuaauf5u3 Jo 1uawpodap SVX31 IISWHZ Snd'oO 3o Alli b JO 2 MWEU NOLLOJNNO0 30IA23S ONV Oatl110a '3A1VA 35tl313N NW S1IV13a alVGNVIS a31VM31SVM LLSOHO 01da00 JO AID SJN31/43A0dd1611 31OHNVIN — 0101 ?J31VM31SVM 301/NkLIO CN 8 AEI 3,0 ON NOISIA3a 3,0 'ON N01,1,3i1 DEEP CUT SERVICE CONNECTION 2 SERVICE CONNECTION NOTES: w 0 8 2 8 2 0 a 2 mimosa sv HId30 tl r STANDARD SERVICE MARKER SERVICE CONNECTION DETAILS e 5 2 -5909446E79E4 0 DocuSign Envelope J9LDM !I .'- JD snd.1o0 w _ U 0 0 saowag 6uuaauf6u3 Jo luawpodap SVX31 IISWHO S(1dd0O 3O A110 JOB SlItl130 ONISVO/S310N 1VN3N3O/1111NOVEIAINd3N 1N3113AVd SiIV130 OdVGNVIS 2131VM31SVM LLSINHO SndNOO d0 )dO SJN3V1. AD dwl 31OHNVIN — 0101 ?J31VM3ISVM 301M.1110 Lg n o 2 m o z N CO NONdIN0530 AB 31tl0 'ON NOISN3tl NOLLdMMM AS 3110➢ 'ON NOISVON 0 11 of ygg Of 59 - S 1 21 (SWAN 03,00111) V 1.1311—Z 3180 33S 1110003 ll.NU " CASING DETAIL 0 H- V 2 A s (n W Z J W OD W Q w� cn O LL CC IM OW J CC g aLj 2 Va Z Q . � z GENERAL NOTES FOR BACKFILL u, 2 02 0 0,01 g g 1 2 cif h I E. 110€gm11 '3 oP3 egg ;g EZR480i1 lif3s��392 8& 9ii .888@ItlB3i t m Bi' g- 4" O0 .. o_ <<S9F OS� i. 3i IAJ4 iE i. /I !i; Iii i.. gomsm pt; 2a Ali € Ism:: Ill 10! 8g8 sg mi 111 6s ff g g B h e g CASING NOTES: pg],g, .at p !! w 331°XPii 28 f2 #; gi Aga« :11- —�J A 1Bccii2o A<,51 1!" ItlB024 ol g cm3 irge, 20 wog. oh !m < cap ghughli 0 .i . -5909446E79E4 DocuSign Envelope as,oM 1}sl.igo snd.ioo w 1 ) 69 JA1 5 6(41.4994u3 ;o ;uewiodea SVX31 IISINHO Sfid2100 JO A110 1IV134 NOIIOf1211SN00321 138e100 LLSINNO SHOO JO Alla S1N3V A021dWI 31OHNVW — 0101 2131VM31SVM 301M,1110 0 N a 8 NO1.1133333 3LV0 1N NOGVOU NOLLd183330 3.1 1N NO15.33 NEW OR SALVAGED RING HDPE ADJUSTMENT RINGS EXISTING PAVEMENT V7 0 M 0 LU 0 z 1- U • O . N X Z W 12 Q< EE O z Z = O w H I— W Lu }—ui a u_ W XH HQ 00 W ( m (/) 0 O 0 W W 0 Oz al = O Z Z< < H W O Z J 0 0 Z OJ w J W=U-< 0 0 0 Q - O H O Y y' H D 0 H 2E H I w U ZW NW DON<HO .L1= W 0 U0 65 (n 3 (nH I-- 0 0 Z - N r7 4 In co 00 w D ui Y 1-1- 0 = W EOJ H JO m W _ CO CC W Z O ,_ U < Z c_Dz o w z= 00 (OH 0 0 w < < (I) 0 1— a a 0Z_ Z Z 0-1 w U Z Z Z J Z - O z O J D d' J Q Z H O m U H O D H 0 0 0 O Z Z Z LU w w z Z Q O O N Lop CCDJ JQ W w w> a woo., >L H o Q 00 (7,`° X w Z Z w H W W Z W> 0 - O J U M m D W 0 U E O= 0 w H U H al - 1— 0 H OZ 0 L W Q REQUIREMENTS ON a LuU U U O a Q =HBO Q IZ Z O n3O O H W Z 0 W < W J = Z_ 0 O Q O J = H00< Z H Z 0 0 0 <y0UWO • U < 0 w DoouSign Envelope ID: FF2141095DA4-4624-B7235909446E79E4 as{o% us.a yo snd ioo Q 0) z 890)4295 600990)683 JO ;1,01.11;-10d90 SVVX31 IiS121H0 S(1dd00 3O A110 NN9 ON3 0830 1IV130 1flONV= AVMOV021 03AVd USINNO snda00 a0 A110 S1N31/43A021d1611 31OHNVIN — 0101 ?131VM31SVM 301M.1110 NONdIN0530 LVO 'ON NOISI.N NONdIN0.0 V3 31tl0 'ON NOISVON 1- z _M :o rFf9 °m R; A8-<1Nz Ili pim°`m o p 7m_ o ° so mo 1, 5R8EA 85 l''' Ma FN g N ^pyx ' p > �ab Aj:p:ijM= a 6!!i: u g i4 = °° p `° gm8R"8 m - �my'°mo =%av=5r,-4=8R-',.0 ,4,4O, Tm1 P 0, O dpi$ BNM➢yQ n TIM.. °a A' 0_mg7od,1 = ,- -o O Boo o9. roso£ � mz£N�T AAA'Ag 2yRowA= �n y°°N«=an3�gn9 m 00 o>�ag o= esoop9s "44 8 N- ARgoff m _£ 9s�'mm3m s;- yKb °sNmoo Whoa m9R'R8g8;'om 8 o° == 0g'4 " Tm m0 m o=yn az ! gsm08pOlE° EIAm> A23"m tFRr_6, Ag rr, y2 z9mEg°" 9S -y '=g4Sg=mo' AS _2 2s_zmm i 9 °Ey°g yBBRA m 9 5 T ? R2 q"2 �A�o�m�zA o"isz$i _mg�.Epy coAu"smaB=2 ' P oF T�9na Bam b` 0=5 0 mBF2o" mPA:ro°n`no=>.8 = r5° -,ymq ' m no a�FvWi'N.^°,A:z ioAp9 R1 y' . NPJ ^Pomg� iNeayz°5ya�moQ2B An mm°"a AF-m`££g LFz 8 °RAo=mml-��-3mm y gnio94m228 rm -Qbx�mo_oA° 9=04 9 -g�gF"_o Rm�18 °mx° mo aim �q m°8 'm mg Img g 9y 8 °g',, -E" 1 3aBpb A A 8m m=" so y ° mo=;a�A mm m "8: a "28yoD22 $oy RRg �TmATm-'nFooo g9mA,g>8�A°=�F�x°�`mm m 'n'7 ogN �A°3�"oS° OM Lo . RN8- _ �m " F^Qs mm - mm zoas my3m FAN eaoa=s�°RR�BmHg� n °>_ I CODE OF ORDINANCES SECTION ARTICLE49-53.1AND ORDINANCES) Sec. 49-40. IN GENERAL.ISEC. APPLICABILITY OARTICLETO EMERGENCIES. SEC. COMPLETION EXCAVATION:ATYISEC. 49-55. WORK RQUIIRMENTS. 4 OWSP? S P 4�Rm w 'Fm���� '" R :8,0 = >'W m= s rpm€=oo.I 55saaBy -'�^MTB VM = o 4,9rM 4„1! Kma op,. b9 0m nRabn > Ami. imy 8 £ia o ng m FA 9 >mm �2Z r�r�y mm "sTs9;m� $Rr�ms�F» P p z",,,'-,, yan a �ezo `m nn T �r°nrg rT gip" I 2„,85:5--5,>"�A£ .nz Aoa a° m .w a�A z° "m `22i m o 28- Ain r A m v �Am ni ; ,,, ge 7 n�b'Pm-o m� m v omy� �= p... " Q , o�m=yyT. 'o N �oiomF o c = goR,ym A go <8m Tm mm N alo["[nm =A =tYFb�� <a m V9 Fi RAooS AO Y� m $a T n . o OPJJ m „, ,,, m (,',T § p ut i'om�m " z. _ _ `� A n g y mAmmm °° = m;4 Aye m - mAoma<m o rn to � �9=a=y m p °mg8X, `n T -- A:CBN m N£Fg8q m e9=A> z `m3o8porl _ F=Q4m o o TI,A ooma , °y "pom= G7 poo ‘% A �o� 4K ga m 'q S2 MOgx O m -q% ° o8`AB°�ms 'a N y�om �`mBm ° BA T z ,c,,' yA^ c��`c'z-`=^�,z�i>� m $ 88 = '- � n=m�vy€�� Ai m a Nimo`bmp ym m _ y m� £ °€om �'AAm z ° a o g S � �� Aav BATA A aRR om m o�� 's 28��omo z 9$ QQ 15 <'; =gamA> so °I zyzni ' .=n A'A"o o= � .. Oo=m"smo � m y�zm mm y=Bbm Aor z° m 9 b88°'gym ?9m o 9 �'A£P�s$ mm os�N"An F,N ; r o b 8 B mrom�o�� �a q omm;o2F"'o "y m m-z�K£CI'^"ma 8g p Amapa= mom sioo�°���� F gL .m m ,,^,, og�°a o �;�wA� Co z ginm- 4°MmGh � o DA ' Am �s�m�= p=mom Q 4.Ro 20- " m o 8 �� .1h .MEN 2m9 ?� 082- z Ago n" osm oAo`� Aim oyKn om r° m msA >;; p22 'F mem NOTHING CONTAINED IN THIS ARTICLE SHALL BE CONSTRUED TO PREVENT ANY PERSON FROM MAKING AN EXCAVATION 1114T IS NECESSITATED BY AN EMERGENCY, PROVIDED THAT THE OWNER SHALL 1. BEFORE THE EXCAVATION I5 INRWTED. NOTIFY THE TEXAS ONE—CALL CENTER (611) AND/OR DIRECTOR BY TELEPHONE AT THE TWENTY—FOUR—HOUR CRYS RESPONSE TELEPHONE NUMBER PROVIDED IN THE PROCEDURES ESTABUSHED UNDER SUBSECTION 49-40(G) AND ALSO NOTIFY ANY OTHER CRY, STATE, OR FEDERAL AUTHORITY REQUIRED UNDER LAW TO BE NOTIFIED; AND 2. APPLY FOR A PERMIT FOR THE IXCAVATION WTHIN TWENTY—FOUR (24) HOURS AFTER THE INITIATION OF THE IXGVATION OR, IF THE CTYS OFFICES ARE THEN CLOSED, WHIN TWENTY—FOUR (24) HOURS AFTER THE OFFICES OF THE CITYARE FIRST OPENED SUBSEQUENT TO THE INITATION OF THE EXCAVATION. (040. NO. 030040, 9 1, 12-17-2013) +EC. 49-47. NEWLY CONSTRUCTED OR RECONSTRUCTED STREETS. o MN 8 m38;fix S ks S !r: lo`°;° aS " m$8osyg v �y�a s 8 £n 8o "Raz 09���"R "9mmR31A sl9A mi 982'yy 2 c', 89F ""m NiT mo A A m ?Awl io r'lleiro.NJ P o 7A;7A (� P" -VI a g I;x n _mz '' "8 m F= 40 4, ggs A V -, =m� 0 z°g rn PM p o 5gs ��=yam n P '—� Ph H 'mg o M m RRA Fr_ __ P t o MY Alit at i 04- o �i7 i<' '' g o>"g £gy p " >R�R= 2-.71) 3 - �''�>Qg 8" cni Y' 6?'3 A , poem m�8- 0som Om '191zovmOvs °mm To A - �Q" tt 4�-z mg4 r Omm� �$c Q y0 X82. `gy " moEm8mo= A; y- mn mP. pRny g - ° o3 o, �£y m =im R= zmm m�=ogBnA~oA�m m9£2 Ao gl o8 reux . R mmi �4$o�gO 8� . N u Sn"o rn R%so S's'm ° - mgBBg�Ap°.'" 2 _ .�mg"ofs = °m°r, z ... PE.' o 8��z m p oA'�y a AO ) 8'`�Qm- Ty A4=� v, a° s^�0<rmKa"�°=8 ;4,, A£A„o ligNR yyA<m=.�`lAm°smoo z9 - mom:m d,' me -, > 9 8T o I .',E m8°y 5P£ gym E '8 z4AR`IAQ W E'l N��aT= o° FA p 1oA@ Ro „;J. a. IN ACCORDANCE WITH THE RULES AND REGULATIONS PROMULGATED UNDER SUBSECTION 49-40(5). A PERMITTEE SHALL NOTIFY THE DIRECTOR BEFORE COMMENCING AND OBTAIN PERMISSION TO COMMENCE THE EXCAVATION BEFORE IT ENTERS INTO THE PUBLIC WAY. IN CONNECTION WRH THE NOTIFICATION AND PERMISSION, THE AUTHORIZED DATE OF ENTRY ON THE PUBLIC WAY, FOR PURPOSES OF SECTION 49-41 SHALL BE ESTABLISHED. IN CONNECTION WRH THE NOQFICATION, THE PERNMEE SHALL ALSO FURNISH THE TRANSMITTAL NUMBER REQUIRED UNDER SUBSECTION 49-39-2(6513) OF THIS CODE. IF R HAS NOT PREVIOUSLY BEEN FRONDED. 1HE PERMITTEE SHALL DILIGENTLY PROSECUTE THE EXCAVATION TO RS FINAL COMPLETION WITHIN THE TIME AUTHORIZED UNDER THE PERMIT. R SHALL BE UNLAWFUL FORA PERMITTEE TO FAIL. REFUSE OR NEGLECT TO DILIGENTLY PROSECUTE OR TO TIMELY COMPLETE THE EXCAVATION IN ACCORDANCE WITH THE PERMIT AND ALL APP4CABLE RULES AND REGULATIONS AND THE CONSIRUCITON STANDARDS ADOPTED IN OR PURSUANT TO THIS ARTICLE. b. IF A PERMITTEE COMMENCES AN EXCAVATION AND THEN FAILS, REFUSES, OR NEGLECTS TO DILIGENTLY PROSECUTE OR TO TIMELY COMPLETE THE EXCAVATION IN ACCORDANCE WITH THE PERMIT AND ALL APPLICABLE RULES AND REGULATIONS AND THE CRYS DESIGN STANDARDS, THE CRY'S STANDARDS, SPECIFICATIONS AND DETAILS, THE DIRECTOR MAY, FOLLOWING WRITTEN NOTICE TO THE PERMITTEE, PERFORM THE EXCAVATION OR CAUSE A CONTRACTOR OF THE CITY TO PERFORM THE EXCAVATION. THE DIRECTOR SHAT AFFORD THE PERMITTEE FIVE (5) DAYS' WRITTEN NOTICE AND OPPORTUNITY TO CURE BEFORE TAKING OVER THE EXCAVATION, UNLESS THE DIRECTOR DETERMINES THAT HAZARDS TO PUBLIC SAFETY AND CONVENIENCE THAT ARE POSED BY THE CONDITION OF THE EXCAVATION REQUIRE A SHORTER NOTICE PERIOD. THE DIRECTOR MAY CHARGE THE COST OF HAVING THE EXCAVATION PERFORMED. INCLUDING RELATED ADMINISTRATIVE EXPENSES. TD THE PERMITTEE. THE DIRECTOR SHALL SO NOTIFY THE PERMITTEE, AND THE PERMITTEE SHALL BE OBLIGED TO PAY THE COST WUHIN THIRTY (30) DAYS FOLLOWING RECEIPT OF NOTIFICATION. DISPUTES OVER COSTS ASSESSED SHALL BE SUBJECT TO THE HEARING PROCESS ESTABUSHED UNDER SUBSECTION 49-40(0AND APPUCABLE RULES OR REGULATIONS PROMULGATED UNDER SUBSECTION 490-40(H) OF THIS CODE (GRD. NO. 030040, 9 1. 12-17-2013) SEC. 49-54. WARRANTY OF EXCAVATION; CORRECTION OF DEFECTS. I' SvmxA r C a a $ ' z _ °sem R £m Rapp °9gom8i p o 4- �g xN z n p m ° xMJTy°`m g8 .8 -m18 MN r� C >yo F"g-m M=" p ., �oR m” og A om8 'qqp - m9: =0�2� gps1'sm o 2E' moAm m to n 9a.'N- "1,, p A R VO T 1 mm = o 8 ''o 0BP, z °Ami q�;o g° D F es' ZN�e we N ° Sa n RA Rn R �� ym mF zlca;i s,Er dam m ° A vA Px ZOmmy yV m�n ()ZrOm gs 41 y mAai mss o° G8 mono RK Rim cmi N o_ gip^ £m o� ' • N1->� ooQ Fag g R om '"F ' n :F-1 I.Dm 5� ''' 1 nm it sA 1p5! AgIFm ,A= yin h i TOED �°v0-T rpi y^ 2 m r--",'M i°m om F �n s rO o Rz5 0 5 EE,'"' 42 4 po ,w " EER n,:v $>K gv, 40,p > 0mo " �ax_3 oy NI`'v F�ioA Am%0 $+i gyEg Sz mmr Rbm P AR s5 om > 5 Pm AA" '-Zm II ,_ >%> qg za REVISION N0. DAIS BY DESCRIPTION REVISION N0. DATE BY DESCRIPTION SHEET 12 of 54 RECORD DRAWING N0. SAN 578 CITY PROJECT / 23148 CITYWIDE WASTEWATER IDIQ - MANHOLE IMPROVEMENTS °' CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services -' �r - r r o� Adv ///�dA , I �I m Corpus Christi Water It 1��4� 91965 KItiti CITY OF CORPUS CHRISTI CODE OF ORDINANCES SECTION INA ARTICLE III - CUTS AND EXCAVATIONS ORDINANCES FOR EXCAVATION EXECUTION 1 OF 2 adoienu3 u61Sroo0 1736L99bb6069-£ZL9-7090' W09-60( 1144 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF �� 9 hila �r JajDM usbao snd ioo w f ''' i 0,MM 8 Mil iF z sain.ras 6uuaaui6u3 {o ;uaw}IodeQ SV"X31 I1S1dH� Snd 'O d0 Alli Z JO 8 NOIJ83IlddV 103 1338.LS SOJ S33NYN1080 SNOU8A83X3 398 S1f13 - III 31311tltl :68 N01133S S3OuNSaH IO2JO 3 JO A3000 ID0 SHEET 13 of 54 RECORD DRAINNG NO. SAN 578 an PROJECT /23148 S1N3W3AOdINI 31OHNVIN - bIGI ?J31VM31SVM 30IM.11lb NOOdINO53O AS MVO 'ON NOI5IA38 NO11.053O AS MVO 'ON NOISVON CODE OF ORDINANCES - SECTION 49 - ARTICLE III (CUTS AND ORDINANCES) - APPLICATIONS oSo`" Sp tt o 4 <§ m< =�°Sa a �g 2" Dpg $go = �o8 8 4 g EF g € 8 S m �o 'S mta > 3 o= °€:i5 � w wd° Eq :B da 8�S§ g °$gFg �i €mom � m 9 ¢€N mo= m,; � €=t 8 gg 2 :�.8 _ w 8 °w .2 op, 'wg6 P §� Egk fi' `�� F t w3 gmk gz �8�� �8B oo dim �` !z z Pm SS: &3€ 'aa z#S� ^g€ oB "o' 9a� E w roe 'Saw �gg 9=m m spm � t5 " 2mY' ° F8 3ywy6 = �=o g 6ea= g8m 253 ? <>° �d=u �'' g €EB Bg-- � m�s go :§$ 259 b<5 FgB �w8 S=w 3wm dog es� E9 !e2 3wo 3 33 g �= p=� _6 wo € OE F Norm 8m 3 S� 3 w wzsg zm: w 8'm °o B E'-'gg sB =_°o ttS awB tS z� w=�€ €gym 3 ^-'smew $ sm Fsg 6 BG=s g = 3 '• - <m€ 2099 § 8 <'E 291 8�� _ ' w€ate ^�nmgE.=a 88 g 40 <m eo �ZY gs BB>ti h` € 0 € 8"`§3t3E m$B tl '& m ° m"a€ = = o€OW tS8 a amo u p° €� '3°j a §'$€o En �8 a Ufa m$Y �8 i o€ �m0 �s ��a�:z � � - o g"2 m€ - q <o g'Si, o 399�� 'l %s w ``8: €8 �g�8§g zfiS 'fix � .w82°.'S98 •�"-� °s Eo. � > - 8w$ o 835 ' oQ a %o 3 taS LL$ w8 €zwmp wo� o : 6 29 Sg o ° �o'a €€ 1 8z gsr�4� os„ g$g:� €95 5 x 2 g1€„ oB � m8 E ' 88� 8tfozo -Gc �a'8$°y�mw � �� z R 4o 8o� 5555 59 5 € S Qa8F 8355 S �g mgtw Bo €$ z=_$ €_w= gm < wWw' - $ � p 880 E '8 sa 'o n. - : Gwwo H g $ §klgo $�' ' € ,, 1` 8€$ w°�€Oom oi�g� g Eie w °�� '�� =a� o< S a °e .8a w : ` $g p'- w�pB 2 1 33 t6o99y° a�� a �33ggmq3m$ `O2 MN' 2 1mw§G� mk ESO Y.92Sg& L L 37 0� 3 ao85 3 �g`S$o 8. w64& p EE€ �s �pBe3 : €oBm=�ww5 '' 88p° wz8m8=_ €o 8$ G 3m"�� 3�g=§ �"� ���o:o Eq ' 2E 8$S ,= 08 3 m9o< of 1 98gpw& 'zspwc" B �@�a�'�o mg8w8€� $m�Sp =€E mg =4 �' a� § Sd 6 �` nm#do $� §o rLg8 a8§=s= h 99d8o� 8 98!=59 �8 <Sio=- 8€ €gb bx €8 o: 8"o RB�a"x R4- 8�E3�a= =9g$ w'=''S Y fis o; g m8�s�=$ �"w9`^ BFySt �� $ �= 89€"3� n8gg�86 'a$m 8�z§s=obs °° 992x: m 5 3x&�w"x°�gy =�w ' -o ��tm &� €N6 o W eta O< fi 8< .. S $ ° wz - $ 2 € og wYA°� a g� :w 'BmE=$ �b< E4 o '9 8`8m a`�' J oBB e a 5e a3� fix= 4>e�99 0 6°wamBz= ° d Y='2s Ha°'omm Ems = 5552 o Y Y a P <2 F w� ffi€: € � �§=3= € .. € _ dam €€s °� ��oS�aw�< m€ m im=po Y g V o $X �� x les og b ogr� MD g€ zs� ' � E" 80ew "�k�R - e° E o ak e° 2 e$=� 8"e 1 o € p 2 °° g LO ,�_�°$ w �� �� of °w�a € c k =8� �ms� o m€o ` 9� &a of gag m g - 5X92=8=99 m� 'o . gm€toLL 9 Q & �§ ag�< € =w <s � € Fes w a�E w e w� _ n - k�a 0 8 ss� e z mam gg �, °em$ zR wmo M ��$m gw e . a :g x g c gm€>ogk�Iw<w 0 Qrg3 S BmgF aS€:m <� �zo6w `Y" $m' Q g'�'Ew S= 834-8 ¢BB asb� za�w F< m::;:::2::c: ° Ymm m o� ego Y E �§� ° amw° o6m6 g �b3ii m " Ep€ � � $mg o8 w :8= cN��=o€w z 3�mS � wmgz w "- a2a��_4mggSWB'i o $„ mg25 o2B�m o a 55 g€ 0. ' 6 .g 3= E�B< 8 $ d,¢so 8 °A<t g € € � €°mz�§a �k4 € Y 6 0 88 o 99 �_ € 'm gm€m=c`= B% 9 �o $. 3 §§ .. E 4= E8, 8B� ,j o �5 g s m�p w yor=e 3m �o 9owm" �i ° hwkom B Si gF g� ° ° o°"° m w o� z _ m §� FB 4Fz§ 6= �6EwYm< 8 gB €8 88 " 1 z�§ i tf m<? E p=€m E wg 3E§ g�8 E b s �2 a : € 6S3 € _ �wgp o xm per €€ w°o m " $ 6w m w o N° =S= wB m m$9= m'^mg = k ° €o w _ w�"° 2"€m ni>95 <5€ g i �8Ysm$: ' € b8= §w Bw� Bh mo 8€ g58w § g== mb €`�8 m g _ ° o - p om �BgF �B gE5 w�€ o w§ $w x��w pb " ptlQ�a §�z.a ,�,¢ 8€ _ kt�3 < a$ w�ba�$ �€x " � � � 6� s b 3 LL €4 ° ewe o fi= = 8a YJw:€ B �m 6a,w 4"` 5° B o % 3 8 3 9 a a so >ti « _ '� °�� - E<� spa "� "� Ig � o gt� F� $�,< "� w m� �_ 'a egg€.S°m m 4aa mB o a $ 3gm1«b "-'8 $_'i�_s b amgo w€"d m� < gs a �a3 oB € m>w .a cg L m€mew>L€���� e§ E LSS= oaBaS .8z€ 5B 539 52288 ;"w>5�<�i'"g� 8m =Y:ww = t�'^ B 8 a =a o " s" `B8�€€geg�w8;Fes wa gs 8$°gig 6 83 8s8oF$ g e8s .=€ a %�gtSd559 28 � of cwwm mg§ m m g ` B g € 5 5 9 n§ 9 a 6 '$gLLB��"b 25 4� w?BQ 5p is ms: 0�8°'a 8 and we o=€ 3p Bgm BB5= �m '5 po NS p€bg „3= E �g �BS_g €g o = 9 v Bs yB� t 280jz -"6�iz�" me rc �Se ��° r Erc °< Fo inf3ww �$rcE<r� = Q=< m 3 t _ o=m rc ; lag �9 �5�65 ��95X EPA a e=2 ° 3 ak€a5i.x�> <� ��� €m� = � >9�x� wmx eW a`B3es e�a� g ° 3 3 3a Egg & `: a w g"21i o ' 95 0 99989E€ §3 <9 ,<oggo 29955 =ma255 se 9 g d.d °w� oo 9< <$9 o �' — ��ao a= LL LLi ��o �� §� a z o' g§a§§ O62§ o =B m : 8w w �; � s egg �� a fi 801 a €oE m€ w to ai B o m EgD. „9 mg g 4 0 - 8 a b S' � E� � 8; v�'p m L d 3= '8- $ "za3 =�€otSa � °ww m= 3m$a X009€ 9 F_ €°3 : ¢ s m m 8 exp g � o� � any pe : S8 o =w a € tS�=§ s 8m < w8B bLL P €�_ ___ � F i- a 'S = o a a e � -� � 0 m 3 : x= °° . 5 3 €°& w €Ees So a8 � € B =oS tS ° - : m'S='a wSs o � gyp° g tS a� w I 8gm LL I � € oE� m � « s rn 5 �o '" ° FFn -� e a 1 GS - aoo 8 zaw2.. 1 '''ESS 0 8tS� :� a '' < _ - C m � _ � -U i S � $ t 69 Boa g%5�$3 %€ o w9 :a --8, m g 1 S8 $ 'S G $g° 5g885 5 mks° Wi N p �0w�a5ab.1 y,wago = ate"�a eig _ �s " � $w - '§^ mY B m ' € € bb €ww ;Sgw�m € L� xo � p°zp owes Y 4 mm =Fo � � G 99 B o« ISSo os g n8 5�-€ % i �s'�ew o« o a h ' 8�mo E° 59"gw=� ' s= �_ gYs � £g ��elo w�> ; "s>',° € �o €w „g= m €m: m o wes§�tf m" 8 5 g �i, § €Bmwe9 E � o 8 0 €m~ 1 g m E � ° 5w I s ' tom a �o� �} FE �w = 5 3wa 65 E 8525 go B8= oi2 g a w g`s cecm 'S "Bmf§fi 4 yes ' &°d &w �`zwp b 9 p E,Eo' " � � Ba � 5 o �: E=`g� $ c £8 E w w; ° mm€g B wEk�°€pw s ?%oI �� $ = 11 2 0 8 ' $ l �_ s oeo �e s ff »moi � � a 0 o p 55 gx o 1 �i� 8 'm § 11 9 - 0 Y 8 3 !8 G IES i e a g=g gm egl Wig€ els - - gym gg � F €w �8 �sy E8 ap a� Sow � _ °gp 8o 8: =p ° �mm°>>�Hw m8 5- mai �" 5 5" 2so» Bo " tsg Fw g tS°; € BB N � _ R S ., "z °` Yz �� �o s € g8 8 <m $B ° € B g�w F"�a 3a off" Q"°Wpg18 =. age i 5 Nz �hl,F, 'o �m s o <a ;"mwg�s$ c. woe" _ t Ez 'l Zg i G w x I39Fw"�5wr Wo�� " €m= z%� w 2e � j gw�o=LLoz' o Eo< =wo�� w 3 W k B�u mo'wm.. ° w pw���0:m= Qo�m B § F :_m 3 o =�psm=<aa Fo 4= m Asa g<na _ Qm ��� _V�mwam � S «oo�;we F-wm �'- w iwo96zw �€bg €` Fes a ao c="� 8a B z ` z29 d8 f 3 .,g woaw sw��pm E8 " �8 4 ae=8p<wEoz x w _ v i>>$ " ''' gip Sou€o Sooe �S o� € f �ia��°`� € F Few °� Bm m, mNw ww �wzL `" € S `" e=m° "��<�° s =� 815 6' 0 $ 3 B o s °F .E =oe,e�m w p 2 0 45 'tags owLLo vel go�i g§ S5' 585 n 53$M5 Sqw0 3 w"p �2 wz ;o z oQ€ga,_, �g�4§90 po : e m O9B� k8 m5 ps 5�kgg55 50555 9 w B5 5 = 229 9 ao m omrc -waw F mt� mM oz -6 `'jdggm 'ti �� m w= m =E si< zo 0i m�o; =2 F oy !�__ i� 8 v '< � �$zi ? 3w £ o_ ZEE pm 8E m, �6g 6i Q w fi '� =S [Sz < Vd€"TX w % iea = 1 PE 0 8` _. sg z mvm- l $ v8 �"p W ;�m� ..5 sp rn 228 FR88 eiwg3' .. (1) a rc � Y = : " r .. A€ 5 z w = me s2 oa 5" -m -� > LO° r 0 TO < $m z`"' ��I am i�'« gk w ac m 852 .. 8 g�6w 6 2$ �' $E a€8 E4 w 3 9. 9_ t s 999 'g $ $� �' ¢E :D ;1,gs %, `W$ g %¢ E. _ c V9 � �° �Ym Fm g a� �g a ge B g o € " ;� 5o ��;� `_ =5 181€�E i g> §swf 9558 €m < 8e�m g § n§$ o a w6 �_ aa3$ 8m U "8=5 ct7`S$ €6 €w o.. Y 8 =S o48 p8 of i w $§Q B F ` € 8 �A , a $a € $a=. wgs=€w �� $48 `�-$ W �g &m'�of d€ Q`<F _ g wa p° 10€s N i 8k§w� �. € gm mz gm i'2 €w i�°t-° gl . g' < xo€ x e �'� � a='- � 'e $ $ �, ''�? §<9 € 3�b7"=E pp3 = 6 Rmggge 8@'� .g4' 3 So g - ge g, -p q Bio n� g'85 3 k § yes B i � HW' d S< 0W-24 �8€w g w ¢{1: °5 d g3�°c g € `b w m = B =w d= o ' u gwo 888' < 5 ke !.a16 0' 3°3 $$eo § g 6 $ tS <� . ° 6 .. ^ S _ 58 �a vox - � � p3ado yg g6 gip` �3 ;3 Yes 6g 829E `k 8g o o5 a '=5a S � c '"w J o� uQ F6 w3� �N aow ,, s� z kmz B- : <0 o Ho- � oa � 8 L9 Fp sw - 6a 2 g .! _ 8 Sao X a <i mf -gym gz 2 I 3m z5 8m Skis < w 8 5 < d wE P " 3z 8 6 " � Y w e ° E8 w o g 5 058 8m 3 8 ° E0 LiB .73 8 wmW ' c E : m ` Ew _ o " z T 5N`o g~ E 5 B N 9 1-08 �_� S B g i H Eg : IQ <F 6 0 g ogle 6K. E N o 2og� a � z z °c �w ,g e € o L s 7 3 m€ in E 3 "oak esu 5 i w mQ ; g S = w ; 2 °�= � € � � F _ 0o p8"a e82 i - ;8 3 ou p18 F"<� 2 - F 3 A� x " gao a O'6'0Q 6z� tS o oa 2 in iEg DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 Jaiom Lisi_440 sndJoo 'pi „ pere z saoias 5upaat4u3 Jo oGuipodaa SVX31 LLSIHHJ SrldelOD JO ,UD JO L NOLYMOJNI 1S31-1030 0 SNOUOnd1SNI NOIIVOI1ddV 1I1/1d NO113112,11SNO3 'M'CY2,1 IJSIOHO sndaco AO ADD SIN3013A08d1All 0 31OHNVVI — 0101 elaLVIVaLSVM 30IMA113 Lo 2 NOMMOSM 3.0/0 'ON NOISNMI NOUIMOSM MVO 'ON NOISIA30 0 rt, LLJO z 00Z Z OLC L) 00 .< LJ_ 0 L.L1 Z L.L1 0 0_ Z D 0 M Z 5 0 z z Lc) o o 0 < < 000 =1 =1 a a o a a < < DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 Jaiom Lisi_440 sndJoo is) ,o211 pere A II 0 sapuas 5upaau!bu3 JO osbupodaa SVX31 LLSIHHJ SildelOD JO ,UD 1, JO Z 1S11>103H0 1111213d '0 30,M0019 0009 NOILVOI1ddV 111/12:13c1 NOLLOrldISNO3 USMH0 Sfld000 JO ADD SIN3013A0EldlAll 33OHNVVI — 0101 elaLVIVaLSVM 30IMA113 Lo ;JR CO CO kl 0 NOLIA12105313 'ON NOISNMI N01.120S30 MVO 'ON NOISI/021 Applicant Signature: g BARRICADE CONTRACTOR INFORMATION RACTOR: STATE: ZIP CODE: 24-HOUR EMERGENCY PHONE: 'ORARY ROW CLOSURES (Check AU That Apply): Lane 0 Left Turn Lane 0 Right Turn Lane 0 Bike/ Shoulder Lane 0 Sidewalk ua (Notification to Parking Control Required for Covered/Removed Meters) e of Sidewalk/Street (Advanced Warning SignageStU Required) to CROSS STREET (2): tK ZONE: ACTIVITY TYPE ennediaterferm Stationary 0 Short-Terrn Stationary °bile YES MART WORK: 0 NO 0 YES A „A 3, 2 gr" a , I, ..„. a ' I (/) ° L.L1 0 ,= ,= (0 (0(0 Ld 0 LU 0_ Z Z 0 U 0 0 Z (0 0(0 zi=z O <0 000 0_ 0 0- 0 < CC co L.L1 LIJ (0<0 0_ z M 0 ▪ 0 (0=0 (0 0 L0 Z p 0 0« 000 E ce 0(0< ce co DocuSign Envelope ID: FF214109-5DA4-4624-6723-5909446E79E4 Jaiom Lisi_440 sndJoo 'pi ,o211 pere '1 II 19- sapuas 5upaau!bu3 Jo oawpodaa SVX31 LLSIHHJ SildelOD JO ,UD NOLLVDliddV Ilrle13d NolionaisNoo AVM—A0-1HDILI 115121110 sndam JO ADD SIN3013A08dV\11 31OHNVVI — 0101 elaLVIVaLSVM 30IMA113 0 - Lc) 2 00 oo (n a NOLls11210530 3.O/0 'ON NOISNMI N01.1210S30 MVO 'ON NOISIA321 0 0 0 0 Permittee Printed Nome (Authorized Repre eATTACHED INSURANCE CERTIFICATES n O z C D O 0 O z �O O n 00 C~'i COi N 00 O OINSURANCE REQUIREMENTS PAGE 1 A m m N C O m POLLUTION LIABIL rY (Including Cleanup and Remediation) WORKERS'S COMPENSATION (All States Endorsement if Company Is not domiciled in Tezas) Employers Liability AUTO LIABILITY pnclding) 1. Owned 2. Hired and Non -Owned 3. Rented/Leased COMMERCIAL GENERAL LIABILRY including. 1. Commercial Broad Form 2. Premises —Operations 3. Products/ Completed Operations 4. Contractual Liability S. Independent Contractors 0. Personal Injury -Advertising Injury TYPE OF INSURANCE 30 -day advance written notice of cancellation, non -renewal, material change or termination required on all certificates and policies. $1,000,000 Per Incident Limit $1,000,000 Aggregate 3 0 = 3 $1,000,000 Per Occurrence $1,000,000 Aggregate MINIMUM INSURANCE COVERAGE Bodily Injury and Property Damage Per occurrence - aggregate REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE DESCRIPTOR CITYWIDE WASTEWATER IDIQ — MANHOLE IMPROVEMENTS CITY OF CORPUS CHRISTI RIGHT—OF—WAY CONSTRUCTION PERMIT APPLICATION 4 OF 4 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 0 0 "' Corpus Christi Water adoienu3 u6rSroop 1736L3917176069-£ZL9-bZ9b-was-600 00 00 -5909446E79E4 DocuSign Envelope aa(oM 1Is!a40 sndao0 W zz saOIA.raS 5uuaauIbu3 Jo ;uaw}ioda4 SVX31 I1S18H0 S(1d100 JO A113 0I1VY JHDS dWVX3 NV1d NOIIVAVOX3 1332L1S uSIOHO snda00 JO Alla S1N3013A0adIl 31OHNVIN — b101 elaLVM31SVM 301MAII3 NOLLdltlO531 MVO 'ON NOISN3N N01.1210s30 31X1 'ON NOISIA321 W 1- 0 v z vi M CC O O UCCLtH QUO HL') > w 2 Q K 2 w Q CC 2 cc0_ao HH Lu ' X w H w g w 2 0 D a n U} N D m (-)j F U 12 d < cc ~= 6 o 0 O Q w1- Z Z CC 1010E- LO--' Z Q Q w a w F H Q 0 J 0 > cc z U Z w 2 J K >-< < LU i_ H a w U 2 a_ a d T OO w w w (7 H O 12i Fw p� Z K z LU 0> p_ ° a�>, a<0O0 HH o§a 2 7 y = U O O z,. V1 LID o u Z g O m H o g,. w v_, _u 0 g, J O c, O H Q O J Q LL H N aLu Z Z Z a > w 2 H 0 1L Q Q H ~ a Q > H < Z J w U J 2 H a Z a 2 w 2 D J vi VI CC a a O m > J F C Q d U Z a¢ o-¢¢ l- ¢ z m a 0 CONCRETE STREETS. A SITE SPECIFIC PAVEMENT CUT AND 7 '77 ID Z cc H a Y Q 3 Z 0 O C cc w 10 = H H Z Z O 0 H O 53 w z cc z O z 107- - m U d d c Q ill II I 1111111111111111f111111 " i1111111111.1.1 N X0 lddv l9 {S8 10d) ad0I 3NX2I Yr ilpag" )4 44 �4 I ., V F mot 'Rovoim'i ffisifilAff lit -5909446E79E4 DocuSign Envelope JeloM ! spLij sndaoj Q r Nr�ibfi��o 0 saDi, as 6uuaau u2 jo auawpodao SVX31 I1SIdH3 SON/2100 JO ,1115 STV13a NV -Id -1011N00 3Il1V I1 S1N3W3001dNl 3-1OHNVW — DOI a31VM31SVM 3aIM51I0 CO NAO 333 Lso AO 3,0 'ON NOISIA33 3,0 'ON NO15103 c mw 5 t PN ble 6H-3. Suggested Advance Warning Sign Spa 0 s and Spacing of Chann 0 ANN 0 2 s o�' a 0 s and Spacing of Chann 0 ANN 0 2 s -5909446E79E4 0 DocuSign Envelope JeloM ! S!J45 snddoj Q /* fsyi%1tiN r Nr�ibfi��o sa**as 6uuaau u2 jo auawpc**8 SVX31 I1SIdH3 sndNoo JO A115 A0 STV13a NV -Id -0 11N00 0133V I1 S1N3W300adN 3-1OHNVW — DOI a31VM31SVM 3a1M1110 No 3,0 'ON NO1S1,21 31. 'ON NOISI,L1 4 ,/%�aa%Dl///f, Nr ` " ri .. /// ��/ilii>iiiiiiiiiii a-� iMR 44).J) \\\\\O\ „O%%„„„ sl UME 2—LANE R -5909446E79E4 0 LL ❑ W J&tOM sndaoj Q sapinuas 6uuaau u2 io luawpodao SVX31 I1SIdH3 ST-lc/2100 JO ,1115 A0 C STV13a NV -Id -1011N00 3Il1V I1 S1N3W3001dNl 3-1OHNVW — DOI a31VM31SVM 3aIM 1I0 AO 3,0 'ON NOIS0333 3,0 'ON NO131333 ii7;;;;;//%%////%%°iiia/, " 4 % 8 Vg ���iaaaaaaaaaaai�c% 11-8 0 0 Zo Z U ooz �g z > oz 0 0 O Fr rte/ ��ii irk(% „iii% r r t 1"/ 125 %iiiii////%%%%%%%%%%%%/ ;;;Acf;',/i�/ iii%%%� % s E. ,ll B RPASION NO, DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION 817 § 31'06d ADO CITYWIDE WASTEWATER IDIQ - MANHOLE IMPROVEMENTS TRAFFIC CONTROL PLAN DETAILS 4 OF 5 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services Z 0 rD�J9l'i Iu1Nf! fly/ �i re# "%��U"/IM �1/l/� Corpus Christi Water 1736L 39bb6069-EZL9-bZ9 b-ING S-60 -5909446E79E4 0 DocuSign Envelope JeloM sndaoj Q r Nr�ibfi��o z saz,as 6uuaau u2 jo auawpodao SVX31 I1SIdH3 Snd2100 JO A115 A0 STV13a NV -Id -1011N00 3Il1V I1 S1N3W3001dNl 3-1OHNVW — DOI a31VM31SVM 3aIM 1I0 01) No 3,0 'ON NOIS1,21 1.8 3,0 'ON NO151,a 0 0 ��////00000000000000/DDO, o/''iii /ii//////%///zez,/:::%9' ,1��i'/ rat -5909446E79E4 DocuSign Envelope aaIoM !Isia40 snd.roo U 0 saoouos 5uuaat4u3 Jo ;uau}ioda0 SVX31 I1SIHH0 Srl d1O0 JO .1110 S1IV130 OHVONVIS >13VM301S ONV H311nD `BHno U981 -1O S1d000 JO ALIO S1N31/13n08d1All 31OHNVW — 0101 2J31VM31SVM 301W 1 13 gra 'ON NOISN3tl NOUMOSM MVO 'ON NOISIAitl TYPE 'A' HEADER CURB DETAIL 4" CURB & GUTTER DETAIL TYPICAL 6" CURB & GUTTER DETAIL 8 A 1240 R �p S'oi r0gc Wi q- o, " oc0 1 g€N oG Bao oo r°w o e � E; E1A ..'mac 4<.... c J„ �u LLPEa8E 46E' ,a°!Fiu� u E E80 i 8W - Z_oZka� 4!Vg a oW z a O 0 0888 0 QY J o a 2 W p .r; fig: ti z g80 0 0�$Fpw 7%1,7, u W W O mk W • F Q 0 V W z gh ggE MOAq 62E-12 200 41oR z J 0 v F3 W W pz 0 01 •~ to LZ 40 01 W z rn SECTION B -B gp gb 0 >MADOS ,S 08 g 12 m DoR 80 R 8 R 8 SIOZ-I-S -5909446E79E4 DocuSign Envelope aaIoM !;spto sndaoo w z //% J1J/plm 000!0 r0S 6u1.199uI6u3 Jo luaw}iodap SVX31 I15RIHo sndaoo JO Allo SiIV130 02,1VONVIS 1N31/13AVd 313 NOD USIOHO snd?3oo do ALD S1N3013A08dIl 31OHNVW — 0101 2J31VM31SVM 301MAII0 OD N 0 NOBdINO53O MVO "ON NOI501321 NO1.10Os30 0111 MVO 'ON NOISIA301 SAWED LONGITUDINAL JOINT SS3NNOIHL/03113000 = 553NNOI11I 1N3W3AVd EXPANSION JOINT 0 DocuSign Envelope JeloM !isu4D sndaoD Q r Niri�rfi��� o saoinaas 6uuaaw6u_uawpodaa SVX31 I1SIbH0 sndaoo 30 J,110 £ 30 SNVId ONV MON AVM30110 S�IV13O O lVONb1S OVM30I JO 1£s1a1-10 Snda00 do u10 S1N3W3AObdVl 31OHNdW — 0101 diLVM31SVM 30IMl113 � Q 00 a OTT PROJECT A 2 31 48 AEI 3,0 'ON NOISIA, AEI 3.0 ON NOIS0,1 SUMMARY OF CONCRETE DRIVEWAYS L6 V O L EJ— O L 6- 3 V -5909446E79E4 0 DocuSign Envelope JeloM !isu4D sndaoD Q Nrifi�� o saoinaas 6uuaaw6u_uawpodaa SVX31 I1SIbH0 sndaoo 30 J,110 £ 30 S1IV130 NI -311 AVM3AI10 S-1IV13a a rVaNV A I1sIa1-10 sndd00 do uIo S1N3w3noadV 310HNdW — 0101 2J31VM31SVM 301Ml113 z cG Crry PROJECT 8 23148 3,0 'ON NOISIAld 3.0 ON NOIS0,1 0 y oQ cp0 s, SLOPE SO:1 TO 10 1 MAX SLOPE 100,1 RADE BREpK A2) .0 99 STANDARD DRIVEWAY DIMENSION RPASION NO, DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION 8i, L cZ § 133f0Hd Aua CITYWIDE WASTEWATER IDIQ — MANHOLE IMPROVEMENTS CITY OF CORPUS CHRISTI DRIVEWAY STANDARD DETAILS DRIVEWAY TYPES 3 OF 3 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 0 � rU�ygiu� r FT, Corpus Christi Water 1736 3917176065-EZL9-bZ9b-INGS-60 rok yti\y ;. `' 4 yy _ J8 b { !SIJ { �{� V gi'" , SndIJO w Q N . vii � z saoin�a5 6uuaaul6u� }0 3uaua4aoda0 SVX31 IISIdH3 SndN00 JO ,1110 4 �$ z� do l NoiionaisNoo aNv aavoiaave 1.-—(038ONIMd2I8 aBdaN ioau 2 0 Z Q ro w E E 31OHNdW S1N3W300EldEll 0101 2131bM31SdM 30101110 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: WORKER SAFETY NOTES: 3 v a oQ" E Q E w v mo .- -s o v o E c - - - acv � w U > Q - <11 Z O Z U ,E _ V E ° rw,7 � a E N sU �• Ee - rv�- vQ 3 w •- - = E i^ 0 3 ¢_ ¢ os o¢��= --o °-'¢� - UPJ N �.E _o - U ,, o rma �rUo=ori U.E 0 _ •. a o - F �o Sferyy a 'Awn 17eplbmn[oftersa artakN Standard [—(L)DO S1N1O]d flO]N ONV ShON SVN]N]O NO11SOO1SNOO ONV 30VOIOOV o� a o zw - fl 4 PJ, - - c�so THE DOCUMENTS BELOW CAN BE FOUND ON-LINE AT http://www.txdot.gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST (CWZTCD) DEPARTMENTAL MATERIAL SPECIFICATIONS (DMS) MATERIAL PRODUCER LIST (MPL) ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS (SHSD) TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (TMUTCD) TRAFFIC ENGINEERING STANDARD SHEETS U = � o o�E `m E;� - o E 3 0_ - ._ _ v a _ 3LL�aco� ram - c¢ '3113 a \)/ st v '� , ' hi5a, JBtoM ! SIJL1D Snddoj W Q , M �DM"M .1si�o 0 o sMin,M 6uuaaw6u}o 3uaua4aodao SVx31 sndoo JO nlio 7 3o z N011onalSNoo CNN 30V01a8V8 M—(3)08 ONIM IO MMOMd1S _Loan 8LS NVS ON ONIMYNO 080338 bS 1° Qr 13345 co N S1N3wMO dNI 3PIOHNdW — 101 P131bM31Md0 301M1110 N01,1L10530 AO 3,0 ON NO1S1,21 N01,1,105. Ael 31. ON NOISI,L1 ae M _ _ N n v .n m r m �h0� U a e in in m m r r m - \ cr)z ION WARNING SIGN 5 o _ n W 8P me Qd7hr RICADE AND PROJECT BC(2) o a � v, ti n o o c. g. 9 ¢ d a E 1I\ CO CO mE a c3i �c3iv c3i vv u v v v v Ra - v g , - £ _ 3330 u� o £ off\ ❑8* £ s ❑� o-Jo - m 3 11 - w. u ` nPE a u£ aou u_ X * O 0 oo oL a - IP m�o 70 po 3 ❑s, 0 LA \ - O e I 150 # s - 4 l' -g` a'c, mo -n _ N 5.4 x p 8- M V *** Q ry 1 m*z ,95 :,T,n TT to Cbz °Igo; 1� m _ S WITHIN CST LIMITS ROAD WORK +-4R AD XX cm Type 3 hrrleode ROAD ROAD 44G20 -5T 11-2 C41--4 WORK WORK AHEAD yILE Type 'RAD Borrnoaar or cM�1D X cwzo-lD *R—sT zing cw20-1E devices x C x 4 x / ti 7° JN 2 --�� n_�E� 3313 3,0 s ��`'4 ' q JBto4 ! SIJL1D Snddoj W Q V ���a'OME' giE vii 1 0 saoi,a5 6uoaau,6u}0 3uau,4aodao SVx31 J1s/dH3 SndNoo JO ,11IJ $ zI. 3o c N011onalSNoo ENV 30VolaaV8 I, -(0)08 9NIMd80 a2VaNd1S ioaX , ''-,,jo o _ Q 1 00 a > S1N3W3notuNI 3EIOHNdW - 0101 E131bM31SdM 301M,1110 N01,1L10530 AO 3,0 ON NO1S1,21 N01,1,105. Ael 31. ON NOISI,L1 0 a oe Nps O U — N O D o O z Z W 0 W (NI U � `o rE D W W z o o IW Q O (--) CO CI CD on�1 1 C4 N m�(v` - - m ) m O Q o o a��i, Cfl r2 4' Z -EE 12, = o �l .T�.� �aF oas - Ol ZWQ6c, sN QJW 03 Q NW 2T O D O N; EE' E TOW N U— a- v_- OaO i, P 3o FO NE(0 CC TYPICAL APPLICATION Work zo speed limits shall be regulate and approved by the Texas Transpoi Reduced speeds shoe of work activity and r Regulatory wo or covered Q 0 - ai Q 3 E E 3( N-� d W O Y O h _ E w_ Ln c W 3 - _0_ LEI N - E — W Q O oEj Li EE1 o '-0�E� a r, osE OJ F .. « o 0 3 o n o o a, ¢ 2,, 3113 3,0 �-y o w"�see '4 /4`�i�r JBto4 ! SIJL1D Snddoj W V f? a,VM E.g, . vii o o saoin,5 6uuaau/6u}0 3uauya2dkg SVX31 J1s/dH3 snd2 oo JO ,11IJ $' z/ 3O n N011onalSNOo aNV 30V01aaV8 I, —(17)08 ONIMd 0 021VOMd1S ioaxi SHEET 32 of 54 RECORD DRAWING NO. SAN 578 DO M SiN 331OHNdW — 101 2131bM31SdM 301M 1110 N01,1d0530 AO 3,0 ON NOISIA321 N01,1,105. 1.8 31. ON NOISI,LI O NON BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BC(4)-21 o S 3 N Ed o oa 2 o - ¢ Eam - FE 3 Q v z a kg 23 a 3E g H� N ce aero a \ / co (737 m k Q o _ . M a h H o ce zefipe 1 Q—___ �m1 _ — 3 — C3 Cap a \ - J T u 3 m a5pa auol oal .",,'LL'' 3ll 3,0 DATE FILE: DELINEATION OF END TREATMENTS 22 22 D > z NJ Z O Ci ▪ FO 7 ▪ ▪ S Z J Ln r N D -1 n Z 0 O D O V 0 O BARRICADE AND CONSTRUCTION A08b'08 M088b ONIHS RA ZL 30 L 133 HS • • • • • • • • • • • •• NOI1nVD L13N2100 ALTERNATING DIAMOND CAUTION • • • • • • • RBASION NO, DATE BY DESCRIPTION REVISION NO, DATE BY DESCRIPTION Et LcZi 1o3f08d Au. 00 CITYWIDE WASTEWATER IDIQ — MANHOLE IMPROVEMENTS TXDOT STANDARD DRAWING BC(7)-21 BARRICADE AND CONSTRUCTION OF 12 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services O O YJJ� yg/ �Pg"•' I 14, Corpus Christi Water 1736L 39bb606S-EZL9-bZ9 b-wa 5-60 0 ' ,`'', Jelo4 ! S!JL1D Snddoj W V f���a�el vii 1 0 saoinua5 6uuaau,6u}o 3uaua4aodao SVx31 J1s/dH3 SndNoo JO ,11IJ $' 9 doe N011onalSNoo CNN 30V019aV5 I,-(038 01,1110 0 VOMd1S _Loan SHEET 34 0/ 54 RECORD DRAWING NO. SAN 578 22 - s1N3w3n0dwl 31OHNdW - 0101 831bM31Sd0 301M 110 NON lZ—(9)08 (S80d) NOIS 30VSS38 378d3ONVH3 31EIVidOd NOI1380llSN03 ONV 30V3IddVEI rx a Sx ,_ x x Z ¢ rx �$ y .— u, J QV] cn''- x x ,.9z x �� x - , U - -5w 3 V w z 44 8 Q Q O - o u 3 LL wU x x ,_ P U CI N (n W Q d - wIO zI Qo 3 -oo Qo� LIJ a \ W o up ia� ,L= ¢ DE a D I- w w �og wo w' x w' (n 3 -N n cinm rmm --oO O- u) Q E EL O o 9,2 - w x wow z 5 8: x r = x x 5x __ - r O z5 3 w i s 8 3 i 8 o - L_ n 8- Q 8 . \I o w O O_ w w x 68: z _ x x ��x w w _ i N d a.E _ 0<> w 3 -4<70)-Ts- \ - - - Q MF 0 L_Li °2v x x o V,1 U E W CE EL 3 a w F'o c� z w1 --5'" - = EEEE2" fffEZ2ffmmdrrrrrrr LEY3333-3E Not IN USE, REMOVE THE PC. FROM T ID BARRIER OR GUARDRAIL WITH SIGN PAP a zaa .RnE x'''.2wwwwwx uuuuxxx='''' ' Efi= as ma - da aaammm�� oww ww ww wx====2rfl,"E__�___= wo wti� p 4rh J8 b !SIJ SndIJO { /{/� { �{� w �"/SyM"�M/,' 8 V fli '� 1 l,ro saoinla5 6uoaaur6uS }0 3uauJ4Jodao SVX31 IISIdH3 SndN00 JO ,1110 2 do s NouonalsNoo ON. aavoiaave I,—(g)38 MNIM�d a a21VaNd1S 6 i o c. _ 6. co 0- ,, a S1N3W3H0adhl 310HNdW al — 101 2131VM31Sd0 3Mlll0 N01,1L10530 AO 3,0 ON NO1S1,21 N01,1,105. Ael 31. ON NOISI,L1 WEDGE ANCHORS Both sr.,. plastic wedge Anchor systems as shown on the SMD Standard Sheets m temporary sign supports for signs up to 10 square used sigh face. They moy he set In or in sWirtly soils if approved b Engineer (see w by a "Traffic engineering Standard Sheets' en for Traffic sarery 'AMID D cf'9 Brenna c BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT BC(5)-21 z - o s o O O a '( *o OV .�- ITO X. Optional reinlororig sleeve (1/2" longer then sign post) x 18" Anchor Stub (1/4' forger an sign w- „Z/l B 41111NII �F01' 4211 I- X 3 CC O 0 CACA „IT Z/I OZ D O - N 1 C8 IG/INTERMEDIATE TERM STATIONARY — PORTABLE SKID MOUNTED SIGN J 0 Z m -LAI 0� LAI I— huouho 44, u61s (b)1E CX W CC23, Q 2/2 �tll� O 101 W CC CC L01 0_ CI L01 I- z 6 I—o Z ,0,Q o " N 18 O m " p • • O LONG/INTERMEDIATE TERM - ee. a. va.ae — C.3 Q - / \ 3-11A 31. »� � » \ I y : ugom !isliqj m6oj \ " } : z : snd 7 \\ 2 �«s>,�e� :Ra es q s&m JO ao w ® <Q =z: v , «d2 = w:� a : m�� m ymN : : \\ ( \} \/ y - \ _ s »] «r sewn - >e :� mi a «i > N01,1d0530 AO 3,0 ON NOIS1,21 N01,1,105. Ael 31. ON NOISI,LI ii z ` CP cpi �.. \(\ _ W / \; ) /� \ / \ \ LE AND CONSTRL TINELIZING DEVICE SC(8)-21 CO II // \\\ \\ \ \/\ / \` . /\� \® 2\ \ / \\\/ _ l\ �� %= \ /) } c 12,' \ c- \:_ \ \ \ Detectable Edge TECTABLE PEI 0 9, - 1, 16 ,h JBtOM ! SIJL1D SndJOj W Nei frOMM ‘i -Z%. 3, R ail � o sao,,a5 6uuaaui6u}o 3uaw4Jodao SVx31 I1s/dH3 Sndoo JO Allo z, dos ollonalSNoo aNV 30VolaaV8 1,-(6)3E1 ONIM 80 a VaMd1S _Loana 33 r,a i zw 0 n ! 00 S1N3w3nodwl 331OHNd6 - 0101 8131bM31SdM 3016J.1I0 NOI,O10530 AO 3,0 ON NOIS1,21 N01,1,10530 Ael 31O=1 ON NOISI,LI g 833 «« r s -Posed =Peed (MPH) SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES AND MINIMUM DESIRABLE TAPER LENGTHS Traffic Safety ,7D u%D Urr9 s a=ry BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(9)-21 - _ ' vvu922mrrm -s OI 90 E. Ea s� r�� a O o€ E �n in e ro 0 F m Q W W W K 0 _ _ O Ar _ — — a€ 2 _ m z o 0 0s► I— _ N�a�v- - No of r 2, _ 3„ h e ez 1 -VELIP.-2, 1 a g oav L _ N -E,m ¢ Roma o,� o.opo os� _ ecc SP g ' ;25 8 —233 � QED € _ r ., a o Q z �� CL Q N3 Q 4®I01 z �t El �2s E±E o2 a Li. 0 EL 2 m " o la I m I'ID 1 :3,13 31. iol Pp 104"1 ,old , :, DATE'. 55 155 55555.ra to otner 5.5555.555555555555555.7 results or tl55255.755555.515.1.;',5.55 se. 5555555 FILE: a 11a ifs - O z � a 1 a—a 1 D a.1 1 _� 1`—'1 5 5 - _ — _ — o�m_ � _ o_ 0 ob4 .= l--. lill l F 0 m __} �em P, 2 g,m° m o O - 20 200 A K D HI D O R NO3 in o8" E - A_ � ENEE 5 £ Ipll 3, 2 0-'7 -__ e g 7 II� Y l 21 o ^P "tarp N; z - .V _ r. 3 m `� :j* 55 5- 3 3 g 33 3 ra� �; \ — 5°A — — _ — 3 55 A m m of two drums sM1all be used across the work area. // / - 2- I 0' ma I ma 10' " aIle 6 d - aID 22'c' ID III ®I - / C''": A / III 111 11 III r ,/ - w „ o R R. D \ < 3I B o HI o � 11 z _ - FTIM I, ND CONSTRUCTION ZING DEVICES G10)-21 8 mom AZ ti E -_ -_ _ o -- _ --- - - REVISION NO. DATE By DESCRIPTION REVISION NO. DATE By DESCRIPTION ,91 co 1 9LS NVS ON 9NIMVM 0210.738 ,,,g to gv. 133,45 CITYWIDE WASTEWATER IDIQ — MANHOLE IMPROVEMENTS $� '•4 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services o n 4e# , elai Ta m Corpus Christi Water T DOT STANDARD DRAWING BC(10) 21 BARRICADE AND CONSTRUCTION 10 OF 12 1736�3917176069-EZL9-bZ9b-INGS-60 s '', ,.., qi�3, _ JBto4 ! S!JL1D Snddoj W V f? 2)). " 8 v 5 o saoinla5 6uuaau,6u}0 3uauF4aodao SVx31 J1s/dH3 snd2 oo JO ,11IJ $' ti 3o a N011onalSNoo aNV 30V0151aV8 1.3-0, 038 ONIMd2r10 O IVOMd1S _Loan 7 i z 77 co zl- a S1N3w3noad0175 31OHNdW — 0101 831bM31MdM MGIM1110 N01,1d0530 AO 3,0 'ON NOIS1,21 N01,1,105. Ael 31. 'ON NOISI,LI E. ARTMENTAL MATERIAL SPECIFICATIONS a a 0 0 m 0 0 2 2 0 0 2 0 ANON BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC(11(-21 PREFABRICATED PAVEMENT MARKINGS REMOVABLE, PREFABRICATED 4ARKwcs o_ o oE av1h. 2 -2 8 1 om 2 11 - dEo LI8EEt ga ED TO SECURE DWAY MARKER FACE _ OE Q lexible—Reflectk Ly Marker Tabs FRONT NEW 0 _ SHALL NOT BE USE E—REFLECTIVE ROA HE PAVEMENT SUR ttA Q aK— a2 ry yl ,±,,,,112 Le tE Z- Q y— oEa 2 AISED PA VEMENR -- — O Q d W Z O N Yc� t 4 Z - �o = =8 Q - = = - — —N -3, 6u,�1 n� s s}Ilsai 3 au° 3130 Fuo ,o ,uouon ou a°Faon, Fuuaat,u3°so 1„ FiFM Fej ano6 srF oouots sup Io asn au1 a3wIsv'4;0 � 55616 % ha JBto4 ! SIJL1D Snddoj W V I '''OMM" vii O , o saoinua5 6uoaaui6u}0 3uaua4aodao SVx31 J1s/dH3 SndNoo 30 ,11IJ $ Zi 3O z[ N011onalSNOO aNV 30VolaaV8 1.3—(3038 ONIMd2r10 (MVOMd1S ioaxi SHEET 40 0/ 54 RECORD DRAWING NO.. SAN 578 DO N S1N3W300 dWI 371OHNdW — 0101 131bM31SdM 301M1110 N01,1L10=30 3,0 ON NOIsIP3a N01,1,10530 31. ON NOISI,a I I Cr) W Q LEE W LAI o Y W W CC Q W z ~ W 0 p �o 0 0 o O � EE paa m Q o Oz a s o o o B. o 1 ° - °In p .0. LalZ , W Q w o o n z = z O z (n —I o 0o v o �-o O m f<- pas a J z z ., P, B - 6° p M c°> = p z O r + � — 1 ww a 0¢ 3 Ti l I o=p z Z W V7 Y w O Z Y = °D pp p oo � pp o' p pp ,. r Q 4 1 mL4 I waz rc ao w Z Q °' REMOVABLE MARKINGS WITH RAISED PAVEMENT MARKERS 30' If raised pavement markers ore used to supplement ement REMOVABLE markings, Raised Pavement Markers the markers shall be applied to the top of the tape of the approximate mid length of tape used for broken lines r at 20 foot spacing for - y solid lines. This allows on easier 90 + 1 „n yO� BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-21 a - O 7 LT F oo 1 V r o w s v ENva aE a a_ / CC W ~ Q Y Y Q CL Voo ,y 0. _ 2111 0 as ° o g �Q a av pO BBW pO y °0 a =>- ZQ O CC CC Q CA w El as a°2° aVu 9 ° o0. ° ° 10 °Yo ° A ° v' 4 10 Yp V 10 4 4 - w -_ S a Q I = O o o W w z ''8V°o p ° FCC p 10 -3 i p ° 8p 01 01 0 , 9LAI 3 4 tt _ p E 2 I W > 0 W Q 1- _1Y > 0 LAI O Q Vor/°8 rye 04 p o"O o o a ,20°S0 o�hv oB 111 8° 8 00 p °� ° 0 3 8084 10 01 10 4 4 Z Q J w 01 3,0 -5909446E79E4 0 LL DocuSign Envelope 4 . 6l6 ''�, II' I JBLoM ! SIJLID sndJoj W N� f��,a.i 04% 0 ,. O �, saoinaas 6uuaaw6uJo _uauapodaa SVX31 LLS/HO sndaoo 30 ,kJIDcl]]-7: 8.' n AD l SadvaNV1S dwVI E111-13 NV11S3a3d IISHIAG sndaoo AO A113 SHEET 41 a 54 RECORD DRAWING N0. SAN 578 CITY PROJECT 1T 23148 S1N3W3VoadW1 310HNdW — 0101 diLVM31SVM 11/M113 W riLr- W U a. n Al asCt o 0 — J W m 1 gL C, S -,888 3. N Na MC Ow MP 9} Sy MG SURFACE ,OUGH RAMP SURFACE BETWEEN 5" WOE ELMNATE -ACES2q R� O _ ® TYPE 12 RAMP AT MEDIAA 111111 sz xs ,I a 3� m U 8,CC Ali 2% L, Cn — �^ a U �e— QG S JS/B, 7 CRO; N� h 8 cc am il o, W R J 88 m 8 NM p. o 7 O f Lu '---- 1 1 9 .I ' 7 7.0 Q Lli O zL. ,s I Q m PERPENDICULAR TO THE TANGENT OF THE CURB RADIUS AND CONTAINED IN CROSSWALK AE CO 2h8 oa 8' ct Z ~ v acc °go. aaa, CROs. K ace aoa ao �sg _ s ,2 z o lV Z m O ° g „° iiiI j b y W a _ - ba°I s�b� g Y m X550 x+33 I. ¢ Q '�%y ybvo _ ,S 70 Ct ` J ,_L -L,1 4 !j m L'e O oO za�m c O U \ O ,s c CC sa UUU cc o , U o Z EpNDED TYPE 2 L CURB F woe DRB RAMP "MIN RUN 8 3Z MAX TYPE 3 _EL CURB Ct Jo Q S P U A/4 Z g W Ct _ el , 0 DocuSign Envelope JeloM !isu4D sndaoD r Niri�rfi��� o saoinaas 6uuaaw6u_uawpodaa SVX31 I1SIbH0 Snda03 30 J,110 b A0 SO IVONb1S dWb 81113 NVI 1S303d 1151?J HO sndaoo d0 uld SiNMALAOLUIAll 31OHNdW — 0101 diLVM31SVM 3aIMl113 CITY PROJECT # 23148 AEI 3,0 'ON NOISIA, AEI 3.0 ON NOIS0,1 v) z 2 0 0 m O HEADER CURBS AT CURB RAMP DocuSign Envelope JeloM !isu4D sndaoD r Niri�rfi��� o saoinaas 6uuaaw6u_uawpodaa SVX31 I1SIbH0 Snda03 30 J,110 b A0 £ S0 IVONb1S dWb 81113 NVI 1S303d USHIAG 41X00 d0 A10 SiN]l/UAOLIdAll 31OHNdW — 0101 diLVM31SVM 3alM 111 CO Q CITY PROJECT $ 2 31 48 AEI 3,0 'ON NOIS,H1 HN NOISM. c) QC O WJ Um J: U0 75-cJ CL QC. CI jk- C) W Ge Cn Q 1' J U N�UM30AS 5 mouonaisao SETBACK SIDEWALK APRON OFFSET SIDEWALK WIDE SIDEWALK SIDEWALK TREATMENT AT DRIVEWAYS D Z_ 2-o G)n cnD C ap-o mm �TRAVEL nn ZJ m -1 00 PEDESTRIAN au Loc V /� D OHO C ('J oo 000000000 COM Zm 0—i m 230 -OD m C z W ZJ D K -0 m am = p FABF(ICATED DETECTABLE WARNING PANEL SIDE FLARE iro MIN 5" DEPTH EXCLUSIVE OF DETECTABLE WARNING MATERIAL CLASS A CONCRETE SECTION A—A TYPICAL SECTION THROUGH CURB RAMP DETECTABLE reuncnrEo PANELS ar OR NGLED s. was an ,,gS)0 11 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION C., LR CO SHEET 44 o/ 54 RECORD DRAWING NO. SAN 578 CITYWIDE WASTEWATER IDIQ - MANHOLE IMPROVEMENTS 0o CITY OF O RPPUS CHRISTI Deportment of Engineering Services z I• I RVB l , 7/l r e�/��iM �� a m Corpus Christi Water CITY OF CORPUS CHRISTI PEDESTRIAN CURB RAMP STANDARDS 4 OF 4 1736�3917176069-EZL9-bZ9b-INGS-60 0 DocuSign Envelope wti\' yt ¢; JB,LoM usucJD sndIJoj W Q l v �J�ro- JM/^ , -/ `i•�` ij z saoinaas 6uuaaufiuJo uaua4a0da0 SVX31 IISIdHO S(1d21OO 30 ADOiisiaH3 iI E do l Sd10N Ntfld N011NdVd d N011(1110d �d1dM W 01S sndaoG AO uio 0 o z z < Er , Z S1N3W3V02JdWl 3-1OHNVW — MI 2J31VM31SVM 301X,1110 J OZ 0 Z w 0 w w n Z Q O oE. 0 C z Z w L - 0 .g a g o� w�ao - e�m<a o�o 5 - _ EE, _ - m ws opo z3� bJF - _ w Z - wGs No ����� _ E , ohL" Qn 0 = aw c 6 w - u<� - FEE''':- — - .L6 o o _ cE: = 33 ,�,.� z - �mv�mm 0 a V) YN U Q0 smoaFc=i s��m� �m w Z x CC m>w x o 2. r ., W. 3;- m ZO 1 u cn a a - m m z -5909446E79E4 0 DocuSign Envelope as,LoM iUs!ayj sndaoD saoinaas 6uuaaufiu_uauapoda0 SVX31 11SIdHO S(1dN00 3O J113 �0 a (Old]) S1NGww00 aNH a]nsSl S11W dd -1b1NdVNObInN1d1dM W OlS 115Ia1-13 snaaoo 1n A113 S1NMALAObdVI OHNVW — 0I I 2J31VM31SVM 3aIM1110 CITY PROJECT p 23148 3,0 'ON NOISIA1,1 AEI 0000000000 o0200000000 w000000000 -5909446E79E4 0 DocuSign Envelope JeloM !isu4D sndaoD Q Nrifi��� o saoinaas 6uuaaw6u_uaw4A0claa SVX31 I1SIaH0 Snda03 30 J,110 O A° " S-IIdl3a aOdaN N011N303Hd N011(l7Od d]ivm W 101S usiaHo sndaoo Ho uio SiNMALAOLUIAll 31OHNdW — 0101 diLVM31SVM 3aIMl113 � o cO LAO CITY PROJECT /23148 AEI 3,0 'ON NOISIA, AEI 3.0 ON NOIS0,1 14, 40.140414, Alta 4010001 pato a 41 11 wsuy 11412.80 IffireCOP Apet 41' ill 460 ttkiff sof CURB INLET PROTECTION DETAIL 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF aa4DM i{si.i4Q sndioQ i. S9OINOS 5uuaaui5u3 }o ;u9Lupodaa SVX31 I1S1,1WHo snddoo 3O ADO £ J0 0110130 131NI S1IV130 02JVONVIS 2J31VM W2J01S I1SI0H0 Sfld000 JO 1113 SiN31/N3A02JdNI 31OHNVW - 0101 2J31VM31SVM 301MA110 0-)g � 3 2 h 00 LO N NOOdItl090 3IV0 'ON NOISN3N NO1 0180530 A9 3100 'ON NOISVON 0 4 0 4, O ti 0 U 1,2 .air —0— II —0r 1 1 HUM t 0 o W y GRATE BLOCK RING SECTION xa • PICKSLOT DETAIL 0 0 3 rg 1'-8• 8• 2' UIN. 5 o i 11 1 12' B• <1'ng 28 2p8YRg agmo 2g oe o4= a^ a REVISION N0. DATE DESCRIPTION REVISION NO. DATE DESCRIPTION co m CITYWIDE WASTEWATER IDID — MANHOLE IMPROVEMENTS CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS BACKFILL AND MISC. STORM WATER ASSETS 3 OF 3 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services O ti Corpus Christi Water GAVIGVu3 un!snooa 436L 39PP606S £ZL8-bZB b-PVa 5-60 2sF ql az a 38 op TABI E 1 RFOOING ANO INRIPL RACKFII I (BELOW PIPE TO 12" ABOVE PIPE) m B MTa 8.§1" i§528 -, q,96', a 0 diNDmeg d a a a$ TARI F 2 FINAL BACKFII I (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ea -$ ki ppy$p spa= ' 'aaa g 8Q iRE8 g5g2sF 2888Q Ra €038 E$' rIp 0,P. NNM la p Rig y Via$ glh a <1'ng 28 2p8YRg agmo 2g oe o4= a^ a REVISION N0. DATE DESCRIPTION REVISION NO. DATE DESCRIPTION co m CITYWIDE WASTEWATER IDID — MANHOLE IMPROVEMENTS CITY OF CORPUS CHRISTI STORM WATER STANDARD DETAILS BACKFILL AND MISC. STORM WATER ASSETS 3 OF 3 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services O ti Corpus Christi Water GAVIGVu3 un!snooa 436L 39PP606S £ZL8-bZB b-PVa 5-60 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF aa{oM uspi.0 snd.ioj U z A :Imre S9OINaS 5uuaau!5u3 }o ;uaw;iodap SVX31 I1S18H0 S(ldd0O 3O A110 £ JO Z S31OHNVVN 2131VM V9801S S1IV130 021VONVtS 2131V/V\ 11\12101S 11S211-10 SndaOD JO A110 S1N3V1. AO dW1 3-OHNVW — 0101 2J31VM31SVM 30IMA110 o0 Ln N co N NOIL119090 MVO 'ON NOISN39 NOILd189530 MVO 'ON NOISIA39 W ti 12' 41 § o oq o 0 a 5 y \ I, f as�ZN car Jim ►p•11 ..`` =SII - OL 931NVA NIN .9 0 sdg g 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF aa{oM snd ioj 0 z saopuas 5uuaau,5u3 jo ;uau4}iodap SVX31 11S1e1HO S(idNO0 3O A110 b JO L S11tl130 1N3N038113 ONV 11IJNOVO 3' S310N 1V 3N30 1131SAS NOI1f18a1S10 a31VM S1IV130 021VONVIS 231VM 11SaIH0 SOdaOD JO ALIO SJN3W3A021dINI 31OHNVW — 0101 2131VM31SVM 30IM.l1IO Llg W Qj 00 oo roN mumoma 'DN NOISVON NOadID00 MVO 'ON NOISVON a 2 Q COSrr3n rd a•3Ow1 3d1d 804) (SWYId 330) 0318M HLd30 MH 0- f `µ`ms 888. $" 8 h 8a� 8 $11iti16 t ¢ ea 0 a m 8 a� TABI E 1 RFOOINC AND INITIAL RACKFII I (BELOW PIPE TO 12" ABOVE PIPE) :O $ S b nvvore -miv -z1 am am wn.o-•r=a 0 0 0 TARI F 2 FINAL RACKFII 1 (GREATER THAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS qg kl $44 1 bi ea z. 8 8i o eB 2 < of 888. $" 8 h 8a� 8 $11iti16 t ¢ ea 0 a m 8 a� TABI E 1 RFOOINC AND INITIAL RACKFII I (BELOW PIPE TO 12" ABOVE PIPE) €� 2. 4P $ N2 t i igtiti < •: $ S b aa " ,„ s N 2¢ g 8 IR P 4 14. as WW C Q W !!! laWj�l 0o 2°103 i `i2W¢ yU gOK2� + 2 � W :!!! �9k�3�U�o SN W c 21, 22W`����OU°pW�WN3W IInn L11 W NWyC }�}WHriimq�2 1,,��Ur �p� 2pmN~2 mU2�'W 41; m°WO O mSO;UJ, j z a9 of $ a�i9 !ig41m1 %'o�o;�O W W m2W�p�j p�U2mUQO�¢�U rtO3�32�j U;"mby¢ ��y2Vin ry 30 ��Z T wb):!! amO�°u t�j °y �W3i� yk Z o3 =W ��2y 411 y1 j �U!�� z �ndc`%1 �W y$"ZW3pyy�jy y2ti2❑ZO hg-WW$npW p2 h2 2 F N1 V GF V p; O mO 2�f y2ggy 2¢pU pv�j t�' Oy3W3�p in 5 W2y JW y�,O? �jW aO W yy0 j0 WO a 2 WA q W W k2 =R W gip¢W Zg G C] °S C5 S < R N 0 hrg ON 2 0u ¢yp y �-2�W lu2 0000 0?mi h C S 2 II!! 000 Rp¢ rl �!°z ,G�O N6 0����F �O WmO K 4 0W U VpWi22 j1;4! 3comaII!! U �U2 WU U$mWO UU? L!' mKO�g 2J�e�h LL! K '��u�c°iz t=ic em33 Q�rc g�� soi N �l Y Vf N m oi ., N n t W W 4 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF aa{oM snd ioj U z saoplias 5uuaaui5u3 }o woLupodap SVX31 11S1WH0 SrldefOO 3O A110 0JO Z 011 ONV X08 30100 '114V0001-1 380 S1IV130 021VONVIS 231VM IJSIOHO 500800 AO ALIO S1N3W3A021d1N1 310HNVIN — 0101 2131VM31SVM 301MA110 oo N 0 0 0 NOOdIN090 31/0 'ON NOISNON NOOdINDS30 3100 'ON NOISVON Ao 0 014harg 1 4 I dg cl?' ngjl „Ilhslll iI'11010=1101L*� 9 Q q I g R 0 0 Q s z N 4 k Q g W2 my 4§ 0a 0 V2 LoLx z a0 Qw 0-0 k3 2 8 i gl k 0 0 1 8 80 0- 109-5 DA4-4B24-B7235909446 E 79E4 DocuSign Envelope ID: FF aa{oM snd ioj U z saopuas 5uuaau,5u3 }o ;uaw;iodap SVX31 11S18H0 SrldefOO 3O A110 JO £ 100)01 30100 'd AL ,P SNOI103NN00 '3)10,1 001) '0110130 ONISVO 'SIN31,11Sf1rav S1IV130 02JVONVIS 231VM 1151000 SfldOOD JO ALIO SJN3W3A02d W1 31OHNVIN — 0101 2131VM31SVM 301M.1110 01 N1 a m maoma MVO 'ON NOISIARI NOOd1.530 3100 'ON NOISN3N 4,1 p!ill;g $,P i oee x i 1 Nr. 2k b ga ILTil 0 0 (3 o N 0 0 0 /1.11ll IM dllllll�llllly 0 ■ 111 uI IIIIII I► lI IIIIIIIIIIIIII 0601 4 141 VON fi 3 y35�4y eY [ C ag I6Idg 8 pp 8 gPFR 8 8 +7 1 d REVISION N0. 041E DESCRIPTIO 1510N NO DATE DESCRIPTIO CITYWIDE WASTEWATER IDIO — MANHOLE IMPROVEMENTS CIN OF CORPUS CHRISTI WATER STANDARD DETAILS MAIN TO SERVICE DETAILS AND OTHERS 4 OF4 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services O T�w� ▪ ago it d " • Corpus Christi Water adoianu3 u6ignoop DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 A�b ® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 9/13/2023 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 Arthur J. Gallagher Risk Management Services, LLC 2850 Golf Rd Rolling Meadows IL 60008 CONTACT NAME: Christina Zumrick, Client Service Manacer PHONE FAX (A/C, No, Ext): (A/C, No): ADDRESS: Christina_zumrick@ajg.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Zurich American Insurance Company 16535 INSURED CAROCOR-04 National Power Rodding Corp. 9810 FM 969 Austin, TX 78724 INSURER B: American Zurich Insurance Company 40142 INSURERC: American Guarantee and Liability Ins Co 26247 INSURER D: AIG Specialty Insurance Company 26883 INSURER E : Indian Harbor Insurance Company 36940 INSURER F : Starr Indemnity & Liability Company 38318 COVERAGES CERTIFICATE NUMBER: 787362241 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. INSRLTR TYPE OF INSURANCE IDDL NSD SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y GLO 9377201-19 10/31/2022 10/31/2023 EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 X Contractual Ind MED EXP (Any one person) $ 0 X XCU Coy Included PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT X PER: LOC GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OPAGG $4,000,000 $ A AUTOMOBILE X Xy LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY X SCHEDULED AUTOS NON -OWNED AUTOS ONLY Y Y BAP 9377199-19 10/31/2022 10/31/2023 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE AUC 5916947-17 10/31/2022 10/31/2023 EACH OCCURRENCE $5,000,000 AGGREGATE $ 5,000,000 DED X RETENT ON $ n $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVEN OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below ¥ / N N / A Y WC 9377202-19 10/31/2022 10/31/2023 X PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D E F Contractors Pollution Liab Professional Liab.(Claims made) State of NY GL Excess Liability Y Y CP015012758 CE0744637904 1000586060221 10/31/2022 10/31/2022 10/31/2022 10/31/2025 10/31/2023 10/31/2023 Occurrence/Agg Occurrence/Agg Each Ocur/Aggregate $10,000,000 $2,000,000 $3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE- Project: Citywide Wastewater IDIQ Manhole Improvements, 23148 1 Contract No./RFB No. 4819. City of Corpus Christi is shown as Additional Insured solely with respect to General Liability and Auto Liability coverages as evidenced herein as required by written contract with respect to work performed by the Named Insured. A Waiver of Subrogation in favor of Additional Insured is included under the General Liability, Auto Liability and Workers Compensation, pollution Liability, Professional Liability coverages as evidenced herein as required by written contract. CERTIFICATE HOLDER CANCELLATION City of Corpus Christi Finance - Procurement PO Corpus Christi, TX 78469-9277 Cor p Box 9277 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED RE, REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Name of Person or Organization: ANY PERSON OR ORGANIZATION, BUT ONLY WHEN YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS AND WHERE THAT CONTRACT SPECIFICALLY REQUIRES THE ISO CG2010 10/2001 EDITION FORM OR THE EQUIVALENT OF SAME DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 9377201-19 Effective Date: 10/31/2022 This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. U -GL -2183-A CW (09/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Additional Insured — Owners, Lessees Or Contractors — Completed Operations ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 9377201-19 Effective Date: 10/31/2022 This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part SCHEDULE Name of Person or Organization: ANY PERSON OR ORGANIZATION, BUT ONLY WHEN YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS AND WHERE THAT CONTRACT SPECIFICALLY REQUIRED THE ISO CG2037 10/2001 EDITION FORM OR THE EQUIVALENT OF SAME Location And Description of Completed Operations: ANY LOCATION OR PROJECT, OTHER THAN A WRAP-UP OR OTHER CONSOLIDATED INSURANCE PROGRAM LOCATION OR PROJECT FOR WHICH INSURANCE IS OTHERWISE SEPARATELY PROVIDED TO YOU BY A WRAP- UP OR OTHER CONSOLIDATED INSURANCE PROGRAM Additional Premium: Included Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations hazard". All other terms, conditions, provisions and exclusions of this policy remain the same. U -GL -2182-A CW (09/19) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Policy Number GL09377201-19 ENDORSEMENT ZURICH AMERICAN INSURANCE COMPANY Namedlnsured CARYLON CORPORATION Effective Date: 10-31-22 12:01 AM., Standard Time Agent Name GALLAGHER Agent 24059- 000 BLANKET NOTICE TO OTHERS OF CANCELLATION BLANKET NOTIFICATION TO OTHERS OF CANCELLATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS: A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; ORB. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4. MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2. 3. AND 4. ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT: 1. EXTEND THE COVERAGE PART CANCELLATION DATE; 2. NEGATE THE CANCELLATION; OR 3. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U -GL -1114-A CW (10/02) DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 SCHEDULE OF NAMED INSURED(S) ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Policy Number GL09377201-19 Effective Date: 10/31/2022 12:01 AM., Standard Time Agent Name GALLAGHER NAMED INSURED CARYLON CORPORATION VIDEO INDUSTRIAL SERVICES, INC. ACE PIPE CLEANING, INC. NATIONAL PLANT SERVICES, INC. DEEP SOUTH INDUSTRIAL SERVICES, INC. NATIONAL POWER RODDING CORP. ODESCO INDUSTRIAL SERVICES, INC. SEWER SYSTEM EVALUATIONS, INC. NATIONAL INDUSTRIAL MAINTENANCE, INC. MOBILE DREDGING &VIDEO PIPE, INC. NATIONAL WATER MAIN CLEANING COMPANY METROPOLITAN ENVIRONMENTAL SERVICES, INC. BIO—NOMIC SERVICES, INC. ROBINSON PIPE CLEANING CO. ROBINSON PIPE SERVICES, INC. BEARY PROPERTIES, INC. DEEP SOUTH SOLUTIONS, INC. SPECIALIZED MAINTENANCE SERVICES, INC. NATIONAL INDUSTRIAL MAINTENANCE SOLUTIONS, INC. SELECT TRANSPORTATION, INC. VIDEO PIPE SERVICES, INC. NATIOINAL INDUSTRIAL MAINTENANCE — MICHIGAN, INC. BEARY MANAGEMENT SERVICES, INC. U -GU -621-A CW (10/ 02) Agent 24059 000 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 POLICYNUMBER: GLO 9377201-19 COMMERCIAL GENERAL LIABILITY CG25030509 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP— UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. ntormatlon re.9.ulre od`comple7eThis Schedule, it not shown above, will be shown in the l.leclaratlons. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A, and for all medical expenses caused by accidents under Section 1 - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum ofall damages under Coverage A,except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. CG 250305 09 © Insurance Services Office, Inc., 2008 Page 1 of2 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I -Coverage A,and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be attributed onlyto ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce theamount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. Page 2 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. © Insurance Services Office, Inc., 2008 CG 25 0305 09 DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 POLICY NUMBER: GLO 9377201-19 COMMERCIAL GENERAL LIABILITY CG 02 2410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US This endorsement modifies insurance provided under the following: COMMERCIAL GENERALLIABILITY COVERAGEPART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCTS/ COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Number of Days' Notice 60_ (If no entry appears above, information required to complete this Schedule will be shown in the Declarations as applicable to this endorsement.) For any statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation, as provided in paragraph 2. of either the CANCELLATION Common Policy Condition or as amended by an applicable state cancellation endorsement, is increased to the number of days shown in the Schedule above. CG 02 241093 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑ DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Waiver Of Subrogation (Blanket) Endorsement Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'! Prem. Return Prem. GL09377201-19 10/31/2022 10/31/2023 10/31/2022 24059000 $ INCL $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 Other Insurance Amendment - Primary And Non - Contributory ZURICH') Policy No. 1 Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'!. Prem Return Prem. GL09377201-19 10/31/2022 10/31/2023 10/31/2022 24059000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Carylon Corporation Address (including ZIP Code): 2500 Arthington; Chicago, IL 60612 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV - Commercial General Liability Conditions: This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV- Commercial General Liability Conditions: This insurance is excess over: Any of the other insuranc e, whether prim ary, excess, contingent or on any of her basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional ins ured on another policy providi ng coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by writt en contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. All other terms and conditions of this policy remain unchanged. U -GL -1327-B CW (04/13) Page 1 of 1 Includes copyrighted materialoflnsurance Services Office, Inc.,withits permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Policy Number: WC 9377202-19 WC 00 0313 (Ed. 4-84) 0 1983 National Council on Compensation Insurance. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 SCHEDULE OF NAMED INSURED(S) ZURICH AMERICAN INSURANCE COMPANY Named Insured CARYLON CORPORATION Policy Number BAP9377199-19 Effective Date: 10/31/2022 12:01 A.M., Standard Time Agent Name GALLAGHER Agent No. 24059-000 NAMED INSURED CARYLON CORPORATION ACE PIPE CLEANING, INC. BEARY PROPERTIES, INC. BIO—NOMIC SERVICES, INC. DEEP SOUTH INDUSTRIAL SERVICES, INC. DEEP SOUTH SOLUTIONS, INC. METROPOLITAN ENVIRONMENTAL SERVICES, INC. MOBILE DREDGING & VIDEO PIPE, INC. NATIONAL INDUSTRIAL MAINTENANCE, INC. NATIONAL INDUSTRIAL MAINTENANCE SOLUTIONS, INC. NATIONAL PLANT SERVICES, INC. NATIONAL POWER RODDING CORP. NATIONAL WATER MAIN CLEANING COMPANY ODESCO INDUSTRIAL SERVICES, INC. ROBINSON PIPE CLEANING CO. ROBINSON PIPE SERVICES, INC. SEWER SYSTEM EVALUATIONS, INC. SPECIALIZED MAINTENANCE SERVICES, INC. VIDEO INDUSTRIAL SERVICES, INC. SELECT TRANSPORTATION, INC. BEARY MANAGEMENT SERVICES, INC. NATIONAL INDUSTRIAL MAINTENANCE MICHIGAN, INC. VIDEO PIPE SERVICES, INC. U -GU -621-A CW (10/ 02) DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 POLICY NUMBER: BAP9377199-19 COMMERCIAL AUTO CA 04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: CARYLON CORPORATION Endorsement Effective Date: 10/31/2022 SCHEDULE Name(s) Of Person(s) Or Organization(s): ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THE POLICY FOR WORK PERFORMED BY YOU FOR THAT PERSON AND/OR ORGANIZATION. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. Page 2 of 12 © Insurance Services Office, Inc., 2011 CA 04 4410 13 ❑ DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 ZURICH"' Insurance forthis coverage partprovided by: ZURICH AMERICAN INSURANCE COMPANY ENDORSEMENT Policy Number BAP 9377199-19 Renewal of Number BAP 9377199-18 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE: COMMERCIAL AUTO COVERAGE PART A. IF WE CANCEL THIS COVERAGE PART BY WRITTEN NOTICE TO THE FIRST NAMED INSURED FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, WE WILL DELIVER ELECTRONIC NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED TO EACH PERSON OR ORGANIZATION SHOWN IN A SCHEDULE PROVIDED TO US BY THE FIRST NAMED INSURED. SUCH SCHEDULE: 1. MUST BE INITIALLY PROVIDED TO US WITHIN 15 DAYS: A. AFTER THE BEGINNING OF THE POLICY PERIOD SHOWN IN THE DECLARATIONS; OR B. AFTER THIS ENDORSEMENT HAS BEEN ADDED TO POLICY; 2. MUST CONTAIN THE NAMES AND E-MAIL ADDRESSES OF ONLY THE PERSONS OR ORGANIZATIONS REQUIRING NOTIFICATION THAT SUCH COVERAGE PART HAS BEEN CANCELLED; 3. MUST BE IN AN ELECTRONIC FORMAT THAT IS ACCEPTABLE TO US; AND 4. MUST BE ACCURATE. SUCH SCHEDULE MAY BE UPDATED AND PROVIDED TO US BY THE FIRST NAMED INSURED DURING THE POLICY PERIOD. SUCH UPDATED SCHEDULE MUST COMPLY WITH PARAGRAPHS 2. 3. AND 4. ABOVE. B. OUR DELIVERY OF THE ELECTRONIC NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE BASED ON THE MOST RECENT SCHEDULE IN OUR RECORDS AS OF THE DATE THE NOTICE OF CANCELLATION IS MAILED OR DELIVERED TO THE FIRST NAMED INSURED. DELIVERY OF THE NOTIFICATION AS DESCRIBED IN PARAGRAPH A. OF THIS ENDORSEMENT WILL BE COMPLETED AS SOON AS PRACTICABLE AFTER THE EFFECTIVE DATE OF CANCELLATION TO THE FIRST NAMED INSURED. C. PROOF OF EMAILING THE ELECTRONIC NOTIFICATION WILL BE SUFFICIENT PROOF THAT WE HAVE COMPLIED WITH PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. D. OUR DELIVERY OF ELECTRONIC NOTIFICATION DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT IS INTENDED AS A COURTESY ONLY. OUR FAILURE TO PROVIDE SUCH DELIVERY OF ELECTRONIC NOTIFICATION WILL NOT 1. EXTEND THE COVERAGE PART CANCELLATION DATE; 2. NEGATE THE CANCELLATION; OR 3. PROVIDE ANY ADDITIONAL INSURANCE THAT WOULD NOT HAVE BEEN PROVIDED IN THE ABSENCE OF THIS ENDORSEMENT. E. WE ARE NOT RESPONSIBLE FOR THE ACCURACY, INTEGRITY, TIMELINESS AND VALIDITY OF INFORMATION CONTAINED IN THE SCHEDULE PROVIDED TO US AS DESCRIBED IN PARAGRAPHS A. AND B. OF THIS ENDORSEMENT. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U -CA -388-A (07-94) DocuSign Envelope ID: FF214109-5DA4-4B24-B723-5909446E79E4 Coverage Extension Endorsement — Liability Only CA 99 48 10 13 ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. BAP 9377199-19 10/31/2022 10/31/2023 10/31/2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U -CA -428-A CW (02-14) Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., w ith its permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability Coverage The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or"suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. F. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. G. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. H. Hired Auto — World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, I. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U -CA -428-A CW (02-14) Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., w ith its permission. DocuSign Envelope ID: FF214109-5DA4-4624-B723-5909446E79E4 J. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. All other terms, conditions, provisions and exclusions of this policy remain the same. U -CA -428-A CW (02-14) Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., w ith its permission.