Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
SS1701-SP170217
TRINITY RIVER AUTHORITY OF TEXAS CENTRAL REGIONAL WASTEWATER SYSTEM ELM FORK INTERCEPTOR SUBSYSTEM SPECIFICATIONS FOR COPPELL INTERCEPTOR IMPROVEMENTS PROJECT TRA CONTRACT NO. 13-27 KENNEDY/JENKS CONSULTANTS 777 Main Street, Suite 600 Fort Worth, Texas 76102 817-887-8051 TBPE FIRM #1341 JOB NO. 1345001.00 CONFORMED THIS PAGE INTENTIONALLY BLANK. TRINITY RIVER AUTHORITY OF TEXAS CENTRAL REGIONAL WASTEWATER SYSTEM ELM FORK INTERCEPTOR SUBSYSTEM SPECIFICATIONS FOR COPPELL INTERCEPTOR IMPROVEMENTS PROJECT TRA CONTRACT NO. 13-27 KENNEDY/JENKS CONSULTANTS 777 Main Street, Suite 600 Fort Worth, Texas 76102 817-887-8051 TBPE FIRM #1341 JOB NO. 1345001.00 CONFORMED THIS PAGE INTENTIONALLY BLANK. THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 00002 - 1 TRA Board of Directors and Management TRINITY RIVER AUTHORITY OF TEXAS CENTRAL REGIONAL WASTEWATER SYSTEM ELM FORK INTERCEPTOR SUBSYSTEM COPPELL INTERCEPTOR IMPROVEMENTS PROJECT TRA CONTRACT NO. 13-27 BOARD OF DIRECTORS DAVID B. LEONARD, President CHRISTINA M. CRAIN, Vice-President KIM C. WYATT, Chairman, Executive Committee Harold L. Barnard Henry Borbolla III William W. Collins, Jr. Steve Cronin Amanda B. Davis Valerie E. Ertz Tommy G. Fordyce Ronald J. Goldman Martha A. Hernandez John W. Jenkins Jess A. Laird Kevin Maxwell D. Joe McCleskey James W. Neale Manny Rachal Amir A. Rupani Ana Laura Saucedo Shirley K. Seale Dudley K. Skyrme C. Dwayne Somerville J. Carol Spillars MANAGEMENT J. Kevin Ward GENERAL MANAGER Fiona M. Allen, P.E. NORTHERN REGION MANAGER Richard L. Postma, P.E. CONSTRUCTION MANAGEMENT SERVICES MANAGER TRA Board of Directors and Management 00002 - 2 Job No. 1345001.00 THIS PAGE INTENTIONALLY BLANK Job No. 1345001.00 00010 - 1 Table of Contents TABLE OF CONTENTS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CENTRAL REGIONAL WASTEWATER SYSTEM ELM FORK INTERCEPTOR SUBSYSTEM COPPELL INTERCEPTOR IMPROVEMENTS PROJECT TRA CONTRACT NO. 13-27 00002 Trinity River Authority of Texas Board of Directors List 00010 Table of Contents DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS 00020 Invitation to Bid 00100 Instructions to Bidders 00101 HUB Certification Form 00200 Employment Requirements and Wage Rates 00300 Bid Proposal 00400 Agreement Form 00500 Bid Bond 00600 Performance Bond 00610 Payment Bond 00620 Certificate of Insurance (Sample Form) GC General Conditions 00800 Supplementary Conditions TECHNICAL SPECIFICATIONS DIVISION 1: GENERAL REQUIREMENTS 01005 Definitions and Terminology 01010 Summary of W ork 01039 Internet Based Construction Management 01040 Project Administration 01130 Measurement and Payment 01140 Environmental Protection 01300 Submittals 01313 Submittals for Insurance Purposes 01400 Quality Control 01500 Temporary Facilities and Services 01521 Field Offices and Sheds 01550 Traffic Regulation 01564 TPDES General Permit Approved for Construction Storm Water 01700 Contract Closeout DIVISION 2: SITE WORK 02050 Demolition 02065 Controlled Low Strength Material 02200 Site Preparation TABLE OF CONTENTS (Continued) Table of Contents 00010 - 2 Job No. 1345001.00 02302 Earthwork for Pipelines 02370 Slope Protection 02373 Drilled Piers 02445 Jacking and Boring 02510 Water System Piping and Accessories 02513 Cured-In-Place Pipe (CIPP) 02530 Sanitary Sewer Pipe 02531 Storm Sewer Pipe 02560 Internal Inspection of Pipelines 02562 Sewer Pipe Cleaning DIVISION 3: CONCRETE 03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Concrete Joints and Embedded Items 03300 Cast-In-Place Concrete 03465 Precast Polymer Concrete Manholes and Structures 03740 Concrete Repair and Modifications DIVISION 5: METALS 05051 Anchor Bolts 05120 Structural Steel 05610 Steel Casing Pipe for Aerial Crossing DIVISION 16: ELECTRICAL 16010 Electrical General Provisions 16012 Identifications 16110 Raceways 16120 Conductors – 600V and Below 16130 Boxes 16191 Miscellaneous Equipment 16289 Surge Protective Devices 16450 Grounding DIVISION 17: INSTRUMENTATION 17000 Instrumentation – General Provisions 17400 Instrument Panels 17520 Instruments APPENDIX A – Geotechnical Report from Mas-Tek Engineering & Associates, Inc. APPENDIX B – Site Certificate END OF TABLE OF CONTENTS SECTION 00020 INVITATION TO BID Sealed proposals addressed to Mr. Richard L. Postma, P.E., Manager, Construction Management Services, Trinity River Authority of Texas, 5300 South Collins, Arlington, Texas 76018 for: CENTRAL REGIONAL WASTEWATER SYSTEM COPPELL INTERCEPTOR IMPROVEMENTS PROJECT will be received until 2:00 PM on Thursday, May 18, 2017 at the Authority's General Office, 5300 South Collins, Arlington, Texas 76018, at which time and place the proposals will be publicly opened and read aloud. Any bid received after the time set for opening bids will be returned unopened. Proposals may be modified or withdrawn at any time prior to the time set for opening bids. Two Mandatory Pre-Bid Conferences will be conducted at TRA’s General Office located at 5300 South Collins, Arlington, Texas 76018 on Wednesday, May 3, 2017 at 2:00 PM and Wednesday, May 10, 2017 at 2:00 PM. All bidders must attend at least one of the Pre-Bid conferences in order to bid. The project scope includes, but is not limited to, the following major work items: The rehabilitation of existing sanitary sewer pipeline and construction of new sanitary sewer pipeline from Luna Road to MacArthur Boulevard along and north of Beltline Road, including: • Rehabilitation of approximately 5,384 LF of 33-inch diameter existing sanitary sewer pipeline utilizing cured-in-place piping (CIPP). • Construction of approximately 4,394 LF of new 30-inch, 33-inch, 36-inch, 42-inch, and 48- inch diameter sanitary sewer pipeline. • Construction of approximately 412 LF of new 12-inch, 15-inch, and 18-inch diameter sanitary sewer pipeline. • Construction of a new 33-inch aerial crossing in 60-inch steel casing. • Rehabilitation of the existing Meter Station 17.0E THE AUTHORITY WELCOMES BIDS FROM HISTORICALLY UNDERUTILIZED BUSINESSES (HUBS). CONTRACTORS AND SUPPLIERS SUBMITTING BIDS SHALL ENCOURAGE HUBS TO PARTICIPATE IN THE PERFORMANCE OF THE CONTRACT. Complete Contract Documents as needed for bidding on the Project may be downloaded free of charge from http://www.civcastusa.com/ starting on Monday, April 24, 2017. Copies of the Contract Documents have also been provided to Reed Construction Data, McGraw Hill Construction Dodge, North Texas Construction Report, D/FW Minority Plan Room, and Whitley & Siddons. DIRECT ALL QUESTIONS REGARDING DISTRIBUTION OR DESIGN of Contract Documents for this project to Kathy Fretwell, 817-733-0488 and/or kathyfretwell@kennedyjenks.com Questions by e-mail will be prioritized over those received by other means. Only responses issued via Addenda are binding. Proposals shall be accompanied by either a Bid Bond or certified check upon a national or state bank in an amount not less than 5% of the total maximum bid price, payable without recourse to the Trinity River Authority of Texas as a guarantee that the bidder will, within 10 days after notice of award, enter into a Contract and furnish a Performance Bond and Payment Bond Job No. 1345001.00 00020 - 1 Invitation to Bid upon the forms provided, each in the amount of 100% of the Contract Price, from a surety licensed to conduct business in Texas and named in the current list of "Surety Companies Acceptable on Federal Bonds" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The surety for the Performance Bond and Payment Bond shall have an "A" minimum rating of performance and a financial rating strength of five times the Contract Price, all as stated in the current "Best's Key Rating Guide, Property- Liability." Each Bond shall be accompanied by a "Power of Attorney" authorizing the attorney- in-fact to bind the surety and certified to include the date of the Bond. Equal Opportunity in Employment – All qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order No. 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. The Authority reserves the right to reject any or all bids and accept or reject any formalities. Award shall be made to the lowest responsive, responsible bidder; however, the Authority reserves the right, after evaluation of all bids received, to make no recommendation to its Board of Directors regarding the award of any bid in the event non-responsive, non-conforming, or otherwise unacceptable bids are received, or if budgetary constraints or other unanticipated factors exist. No bid may be withdrawn until the expiration of 60 days from the date bids are opened. TRINITY RIVER AUTHORITY OF TEXAS RICHARD L. POSTMA, P.E. Manager, Construction Management Services OFFICIAL ADVERTISEMENT First Pub: Monday, April 24, 2017 . Second Pub. : Monday, May 1, 2017 . END OF INVITATION TO BID Invitation to Bid 00020 - 2 Job No. 1345001.00 SECTION 00100 INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1.01 BIDDING PROCEDURE AND AWARD OF CONTRACT A. Contract Documents, Drawings, and Specifications B. Examination of Contract Documents and Site C Submission of Proposals D. Modification and Withdrawal of Proposals E. Review and Approval of Proposals F. Qualification of Low Bidder 1.02 PERFORMANCE AND PAYMENT BONDS 1.03 BID BOND REQUIRED 1.04 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER 1.05 ADDENDA 1.06 UTILIZATION OF HISTORICALLY UNDERUTILIZED BUSINESS (HUB) ENTERPRISES 1.07 PERMITS 1.08 TAXES 1.09 CONTRACT TIME 1.10 BID PRICING 1.11 SUMMARY OF ITEMS REQUIRED AT THE BID OPENING 1.12 SUMMARY OF ITEMS REQUIRED FROM LOW BIDDERS ONE AND TWO WITHIN 72 HOURS OF THE BID OPENING 1.13 EXISTING FACILITIES 1.14 “SUBSIDIARY ITEM” OR “NO SEPARATE PAY” 1.15 SECURITY 1.16 RISK MANAGEMENT REQUIREMENTS – CONTRACTORS NOTIFICATION OF HAZARDOUS CHEMICALS (For Projects on Plant Sites Only) 1.17 COMPACTION AND DENSITY REQUIREMENTS Job No. 1345001.00 00100 - 1 Instructions to Bidders SECTION 00100 INSTRUCTIONS TO BIDDERS 1.01 BIDDING PROCEDURE AND AWARD OF CONTRACT A. Contract Documents, Drawings, and Specifications: 1. Contract Documents, Drawings and Specifications may be obtained as indicated in the Invitation to Bid. B. Examination of Contract Documents and Site: 1. Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the Work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the Work, and (d) carefully correlate his observations with the requirements of the Contract Documents. 2. Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by ENGINEER in preparing the Drawings and Specifications. The data is furnished for information only and neither the OWNER nor ENGINEER guarantees the accuracy of the data. Before submitting his Bid each Bidder will, at his own expense, make such additional surveys and investigations, as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. 3. The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration (OSHA). 4. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 1.01. C. Submission of Proposals: 1. Bid Form: Bid Forms must be completed in ink. Bids by corporations must be executed in the corporate name by the president or vice president (other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The state of incorporation shall be shown below the corporate name. Bids by partnership must be executed in the partnership name and signed by a partner; title and the official address of the partnership must be shown below the signature. Bids by joint ventures shall be signed by each participant in the joint venture or by an authorized agent of each participant. The names of all persons signing must also be legibly printed below the signature. A Bid by a person who affixes to his/her signature the word “president”, “secretary”, “agent”, or other designation without disclosing his/her principal may be held to be the Bid of the individual signing. When requested by Owner, evidence of the Instructions to Bidders 00100 - 2 Job No. 1345001.00 authority of the person signing shall be furnished. All blank spaces in the Bid Form shall be filled. A bid price shall be indicated for each alternative and unit price item listed therein, or the words “No Bid”, “No Charge”, “No Change”, or other appropriate phrase shall be entered. Bids received without all such items completed will be considered non-responsive, defective, and removed from consideration of award. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers and dates of which shall be filled in on the Bid Form. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the Bidder, if initialed, Owner may require the Bidder to identify any alteration so initialed. 2. CONTRACTORS wishing to bid upon this project shall deliver their Bids as stated in the Invitation to Bid. 3. Bids will be turned in on the Bid Forms provided, in plain envelopes of approximately 13 by 10 inches and, identified as follows: a. In the upper left-hand corner, the Bidder’s full name and address will be shown. b. The bid will be identified with title of project in the center of the envelope as: To: Richard L. Postma, Manager, Construction Management Services Bid For: Trinity River Authority of Texas Central Regional Wastewater System Elm Fork Interceptor Subsystem Coppell Interceptor Improvements Project c. The receipt of Addenda shall be acknowledged in the lower left-hand corner of the envelope. Without this acknowledgement, the Owner may decide not to open the bid. d. Complete each item in the Proposal (Bid) for the Base Bid and all Alternate Bids, if any. D. Modification and Withdrawal of Proposals 1. A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. 2. If within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is rebid, that Bidder will be disqualified from further bidding on the Work. Job No. 1345001.00 00100 - 3 Instructions to Bidders E. Review and Approval of Proposals: 1. After proposals from Bidders are opened and read publicly, they will be tabulated, evaluated, and reviewed for compliance with the Drawings and Specifications. 2. OWNER shall award a contract to the Bidder whom in OWNER’s judgment is the lowest responsive, responsible Bidder. The OWNER plans to award the contract on the basis of the Total Amount of Base Bids. The OWNER reserves the right to reject all Bids, to waive formalities and to reject nonconforming, non-responsive, or conditional Bids. 3. In evaluating Bids, the OWNER shall consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and unit prices in the Bid Forms. The OWNER will consider the qualifications (including those who are to furnish the principal items of materials or equipment), and may reject the Bid of any Bidder who does not pass any such evaluation to the OWNER’s satisfaction. 4. The OWNER further reserves the right to reject the apparent low bidder and award to a second qualified Bidder, if in the opinion of the OWNER, the apparent low bidder does not have adequate experience or personnel to satisfactorily perform the Work in the specified time frame. 5. If the contract is awarded, Owner shall give the apparent successful bidder a Notice of Award within 60 days after the date of Bid opening. 6. All Bids shall remain open for 60 days (depending on the Contract) after the date of Bid opening. Owner shall release Bids and return bid securities as specified under “Bid Bond Required.” F. Qualification of Low Bidder: 1. Bidders may be required to submit evidence that they have a practical knowledge of the particular Work bid upon, and that they have the financial resources to complete the proposed Work. In determining the Bidder's qualifications, the following factors will be considered: Work previously completed by the Bidder and whether the Bidder (a) maintains a permanent place of business, (b) has adequate plant and equipment to do the Work properly and expeditiously, (c) has the financial resources to meet all obligations incident to the Work, and (d) has appropriate technical experience. Each Bidder may be required to show that he has handled former work so that no just claims are pending against such work. No Bid will be accepted from a Bidder who is engaged on any work, which would impair his ability to perform or finance this Work. 2. Before being awarded a contract, the Bidder shall submit such evidence as the ENGINEER and OWNER may require to establish his financial responsibility, experience and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory Instructions to Bidders 00100 - 4 Job No. 1345001.00 manner. The required information to be submitted may consist of, but may not necessarily be limited to, the following: a. Financial statement (current - within the last 6 months of bid date); b. List of construction jobs performed within the last five years, listing description, construction amount, owner, and engineer; c. List of litigation in which the Bidder is involved; d. List of equipment owned which will be utilized on the job; and e. List of current projects, owner, contract amount, percent complete. f. Names, years of experience, and specific projects that project manager and project superintendent have worked on that are proposed for this project. 3. Should the low Bidder fail to produce evidence to the ENGINEER and OWNER on any of the foregoing points, he may be termed non-responsive and disqualified and the work awarded to the next low responsive Bidder. 1.02 PERFORMANCE AND PAYMENT BONDS A. With the execution and delivery of the Contract, the CONTRACTOR shall execute and furnish separate Performance and Payment Bonds on the forms provided, as follows: 1. Performance Bond. A Performance Bond in the amount of 100 percent of the Contract price or any increases or deletions therefrom due to contract modifications, guaranteeing faithful performance of the Work and fulfillment of the obligations of the Contract. The Performance Bond shall guarantee that the CONTRACTOR will repair or replace all defects in the Work arising from defective or interior workmanship or materials used therein, for a period of one year from the date of final acceptance of the Work by the OWNER. 2. Payment Bond. A Payment Bond in the amount of 100 percent of the Contract price, or any increases or deletions therefrom due to contract modifications, guaranteeing payment to all persons supplying labor and materials or furnishing equipment in the execution of the Contract. B. Performance and Payment Bonds shall be from an approved surety company holding a permit from the State of Texas to act as surety, and named in the current list of “Surety Companies Acceptable on Federal Bonds” as published in the Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. The surety shall have an “A” minimum rating of performance and a financial rating strength of five times the Contract Price, all as stated in current “Best’s Key Rating Guide, Property-Liability.” Each Bond shall be accompanied by “Power of Attorney” authorizing the attorney-in-fact to bind the surety, and shall be certified to include the date of the Bond. 1.03 BID BOND REQUIRED A. Each CONTRACTOR submitting a proposal shall accompany his Proposal with either a certified or cashier’s check payable to the Trinity River Authority of Texas, upon a national or state bank, or a Bid Bond from a reliable surety company authorized to do business in the State of Texas, in an amount of not less than five percent of the total amount bid, payable without recourse to the Trinity River Job No. 1345001.00 00100 - 5 Instructions to Bidders Authority of Texas, as a guarantee that the selected Bidder will comply with the terms set forth in the Bid and as stated in the Invitation to Bid and in the Supplementary Conditions. B. The bid security of the successful Bidder will be retained until he has executed the Agreement and furnished the required Contract Security, whereupon checks furnished as bid security will be returned; if he fails to execute and deliver the Agreement and furnish the required Contract Security within ten days of the Notice of Award, Owner may annul the Notice of Award and the bid security of that Bidder will be forfeited. The bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the seventh day after the executed Agreement is delivered by Owner to Contractor and the required Contract Security is furnished but not to exceed 60 days after the Bid opening. Checks furnished as bid security by other Bidders will be returned within seven days of the Bid opening. 1.04 CONTRACT EXECUTION AND ISSUANCE OF WORK ORDER It is the intention of the OWNER to notify the successful Bidder in writing, within sixty (60) days after receiving bids, of his acceptance of the Bid. The CONTRACTOR shall complete the execution of the required Bonds and Contract within ten (10) days of such notice. Upon the execution of Bonds and Contract and upon written instructions from the OWNER, the ENGINEER will issue a written Work Order to the CONTRACTOR requesting that he proceed with the construction, and the CONTRACTOR shall commence work within ten (10) days after the date of the Work Order. 1.05 ADDENDA Bidders requesting further information or interpretation of the Drawings and Specifications shall make request for such information in writing to the ENGINEER. Requests shall be received by the ENGINEER or Owner seven (7) days before the Bid opening in order for an Addendum to be issued. Answers to all such requests will be given in writing to all bidders in Addendum form, and all Addenda will be bound with and made a part of the Contract Documents. No other explanation or interpretations will be considered official or binding. Should a Bidder find discrepancies in or omissions from the Drawings, Specifications, or Contract Documents, or should he be in doubt as to their meaning, he shall at once notify the ENGINEER in order that a written Addendum may be sent to all Bidders. Requests received after this time may not be addressed. The Bid Proposal as submitted by the CONTRACTOR will be so constructed as to include all Addenda issued by the ENGINEER. 1.06 UTILIZATION OF HISTORICALLY UNDERUTILIZED BUSINESS (HUB) ENTERPRISES CONTRACTOR agrees that qualified Historically Underutilized Businesses (HUBs) and labor-surplus area firms shall have the maximum practicable opportunity to participate in the performance of OWNER contracts and subcontracts. CONTRACTOR agrees that it will attempt to achieve 25% participation by HUBs, minority, or women-owned business enterprises in the performance of this PROJECT. CONTRACTOR shall include this article in all its contracts and in all tier subcontracts directly related to this PROJECT. Instructions to Bidders 00100 - 6 Job No. 1345001.00 CONTRACTOR agrees that if the attempt to achieve 25% participation by HUBs is not accomplished, the following documentation shall be submitted to the ENGINEER and the OWNER: 1. Copies of letters of request for proposals from the HUBs that were sent out by the CONTRACTOR. These letters shall contain a description of the PROJECT and what services are being sought from the HUBs. They shall state a deadline for when the proposal is due to the CONTRACTOR. 2. Copies of proposals from the HUBs that were received by the CONTRACTOR. These proposals shall contain the cost for providing the particular service requested. 3. Copies of proposals from the HUBs that were received by the Contractor which state that the HUBs will not be responding to the request for a proposal of costs. 4. A letter from the CONTRACTOR to the ENGINEER and OWNER stating that no proposals were received from certain HUBs, naming each by name, prior to the deadline specified by the CONTRACTOR. 5. If there are certain specific areas of the PROJECT for which no qualified HUBs are available, and consequently, no letters of request for proposals were sent out by the CONTRACTOR, submit each of the areas and the associated estimated costs of construction. This submittal shall be in the form of a letter from the CONTRACTOR signed by an officer of the company or corporation. This documentation required in this section shall be submitted to the ENGINEER and OWNER no later than seventy-two (72) hours after the actual time of the public bid opening (3 business days). Only apparent low bidders one and two shall be required to submit the documentation in this section. Apparent low bidders one and two will be notified of the preliminary results of the public bid opening. Should documentation required herein not be submitted within the time frame required, the proposals as submitted by the apparent low bidders one and two will be subject to rejection by the OWNER as non-responsive bids. HUB’s certified by cities and/or by NCTCOG or other recognized organizations are acceptable to the Trinity River Authority. 1.07 PERMITS Attention is directed to the requirements of the General Conditions regarding obtaining permits. The CONTRACTOR shall obtain and pay for all applicable permits in connection with the Work. Fees for permits required by other entities on this project will be reimbursed by the OWNER (the fee only, with no additional overhead and profit or money for the bond). CONTRACTOR shall process all paperwork relating to permits, including submission, and any costs associated with processing and preparing information for permits (including overhead, profit and any bonds) shall be included in the Bid Prices. 1.08 TAXES Job No. 1345001.00 00100 - 7 Instructions to Bidders The Authority qualifies as an exempt agency as defined in the Texas Tax Code Article 151.309. Exemption certificates can be provided by the Authority at the Contractor’s request. Contractor shall comply with all statutes of the Texas Tax Code, in particular Article 151.311. 1.09 CONTRACT TIME The Contract Time is an essential part of the contract and it will be necessary for each Bidder to satisfy Owner of his ability to complete the Work within the time set forth in the Bid Form. Provisions for delays, liquidated damages, and extensions of time are set forth in the General and Supplementary Conditions. Amounts established for liquidated damages are located in the Supplementary Conditions. The contract time is listed in the Contract Agreement in calendar days. 1.10 BID PRICING The Bidder shall complete the schedule of unit prices included in the Bid Form for each item. The total Bid will be determined as the sum of the products of the estimated quantity of each item and the unit price bid for that item. The final Contract Price will be subject to adjustment according to final measured, used, or delivered quantities as provided in the General Conditions and Supplementary Conditions, and the unit prices in the Bid will apply to such final quantities. 1.11 SUMMARY OF ITEMS REQUIRED AT THE BID OPENING 1. Acknowledgement of Addenda 2. Bid Proposal 3. 5% Bid Bond 4. Contractor’s Experience Record near the end of the Bid Proposal (or submit same day as the bid). (Subcontractor’s data sheets can be submitted 3 days after the bid.). 1.12 SUMMARY OF ITEMS REQUIRED FROM LOW BIDDERS ONE AND TWO WITHIN 72 HOURS OF THE BID OPENING 1. A summary of the amounts of the HUB participation that the Prime Contractor has obtained and information required in subarticle 1.06 “UTILIZATION OF HISTORICALLY UNDERUTILIZED BUSINESS (HUB) ENTERPRISES” above. 2. TWDB Form WRD-255, Bidder’s Certifications 3. TWDB-0459, Vendor Compliance with Reciprocity on Non-Resident Bidders 4. TWDB Form ED-103, Contractor’s Act of Assurance 5. TWDB Form ED-104, Contractor’s Resolution on Authorized Representative 6. SUBCONTRACTOR’S DATA SHEETS Instructions to Bidders 00100 - 8 Job No. 1345001.00 7. Dept. of Labor (DOL) “Statement and Acknowledgement” Standard Form 1413— the evaluated low bidder shall submit separate signed forms 1413 from each of its subcontractors stating acknowledgement that several contract clauses for Davis Bacon and related Acts have been included in their contracts/subcontracts. 1.13 EXISTING FACILITIES The Drawings show the locations of all known surface and subsurface structures, piping and conduits believed to be involved in this proposed construction. However, the OWNER assumes no responsibility for failure to show any or all of these facilities on the Drawings, or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work, unless the obstruction encountered is such as to necessitate changes in the lines or grades or requires the building of special work, provisions for which are not made in the Drawings or Specifications, in which case the provisions in the General Conditions of Agreement shall apply. 1.14 "SUBSIDIARY ITEM" OR "NO SEPARATE PAY" Any and all work specifically governed by documentary requirements of the plans, specifications, contract documents or site certificate for the project for which no specific item for bid has been provided for in the proposal shall be considered subsidiary to various bid items and not a separate pay item of work. It shall be the Contractor's responsibility to recognize these items prior to submitting his bid to the Owner. 1.15 SECURITY Because of heightened security, the Contractor should be aware that additional information and coordination WILL be required in order to enter and to bring materials and equipment into the site. Delays should be expected. All costs due to this additional information, coordination and resultant delays because of this heightened security shall be subsidiary to the cost of the project. The Contractor shall provide at the beginning of the project (and keep current on a weekly basis) with updates as necessary: 1. List of employees, list of vendor access on a daily basis. 2. Badges for employees (with current photo ID) TRA – CSS will provide the badge. The contractor shall coordinate the needed badges with TRA – CSS. Lost badges will be required to be reimbursed to TRA for the cost. 3. Copy of Driver’s License or other form of ID for each employee For the TRA- CSS to confirm when making the entry badge for the plant 4. Inform TRA Construction Services Staff of working hours 5. Copy of Department of Homeland Security, U.S. Citizenship and Immigration Services Form I-9, Employment Eligibility Verification for each employee. 6. All contractor employees must park in the TRA provided designated parking area on the east side of the plant. Only vehicles used by the contractor for construction of the project may be brought into the plant. All vehicles must have the contractor’s identification on both sides of the vehicle clearly showing the contractor’s name. All contractor vehicles (excluding large haul trucks, low boys, and delivery vehicles etc…) must enter the plant through the contractor Job No. 1345001.00 00100 - 9 Instructions to Bidders employee parking area through the contractor gate. Information on all visitors on Contractor-related business will be required from the Contractor during the project, including subcontractor employees, manufacturers’ representatives, suppliers, and truck drivers. Contractor shall escort all non-employees into the site. 1.16 RISK MANAGEMENT REQUIREMENTS – CONTRACTOR’S NOTIFICATION OF HAZARDOUS CHEMICALS (For Projects on Plant Sites Only) CONTRACTOR is hereby made aware that large quantities of hazardous chemicals such as chlorine and sulfur dioxide gas may be stored and used at the Authority’s treatment plant site. If the CONTRACTOR is performing work at the treatment plant site, the CONTRACTOR will be responsible for instructing all CONTRACTOR laborers, subcontractors, suppliers, and other personnel in safety and evacuation procedures consistent with OWNER’S risk management plan for this site. Risk management plan documents may be obtained from the treatment plant. 1.17 COMPACTION AND DENSITY REQUIREMENTS: Wherever the matters of compaction and densities are involved in the work of the contract (such as sub-grades, bases, embedment, backfills, embankments, etc.), the specified finished density requirements shall govern and prevail over any lesser results that are obtained by any given compaction procedures, whether or not such compaction procedures are suggested or required in the technical specifications. When any suggested or required compaction procedures fail to develop the required density, the Contractor shall be solely responsible for furnishing all materials, equipment, workmen and supervision and do everything additionally to obtain the specified density without extra compensation. The essence of the compaction and density requirements in the backfill of trenches constructed under this project as for water, sewer, drainage, etc. and structural excavations is to render the subject item to a condition compatible with the use of the area as it existed prior to the construction or with the planned future use if applicable. Unless other more specific requirements for densities of trench backfill are provided on the Plans for this situation, the following density criteria by general categories shall apply: (a) Undeveloped and unplanned fields, pastures, etc., as well as unimproved yards, parks, etc., within planned, platted or developed areas. All areas are to be compacted and graded as close to original contour as possible. When tested, no individual field density test shall show a condition less than 85% and the average of all field density tests in any given section or group of tests shall be not less than 90% of the maximum dry density as determined by the Standard Proctor Method (ASTM D 698). (b) Yards, street parkways outside the curb lines or shoulders, parks, etc., with improved turf or landscaped surface but not subject to wheel or similar concentrated loadings; minor settlement may be acceptable provided the surface is restored compatible with the existing improvements. When tested no individual field density test shall show a condition less than 90% and the average of all field density tests in any given section or group of tests shall be not less Instructions to Bidders 00100 - 10 Job No. 1345001.00 than 92% of the maximum dry density as determined by the Standard Proctor Method (ASTM D 698). (c) Existing streets, driveways, parking, or areas specifically identified on the plans for such uses in the future that will be subject to wheel or similar concentrated loads shall be restored suitable for the prevalent existing or identified future use as the backfill progresses, requiring additionally only the upper street replacement follow up, if applicable. When tested, no individual field density test shall show a condition less than 95% and the average of all field density tests in any given section or group of tests shall be not less than 95% of the maximum dry density as determined by the Standard Proctor Method (ASTM D 698). For densities of backfill under streets and structures, unless provided otherwise on the Plans, shall be as stated above by the general categories and the moisture content at each test location shall be not less than 1% below nor more than 3% above the optimum moisture content. END OF INSTRUCTIONS TO BIDDERS Job No. 1345001.00 00100 - 11 Instructions to Bidders THIS PAGE INTENTIONALLY BLANK Instructions to Bidders 00100 - 12 Job No. 1345001.00 Job No. 1345001.00 00101 - 1 HUB Certification Form SECTION 00101 HUB CERTIFICATION FORM HUB Certification and Participation Summary General Contractor: ________________________________________ I certify that the Historically Underutilized Businesses (HUB) participating in this project are qualified in accordance with Instructions to Bidders. Attached are: ___ Solicitation Documents ___ Contracts The attached documents outline the efforts taken in complying with the HUB qualifications. ______________________________________________ Signature and Title of Authorized Representative Total Contract Value $_____________________ Pre-selected Equipment $__________________ HUB Participation Value $__________________ HUB Firms Name and Address Contract Amount % of Total Contract Attached Total HUB Participation $_________________ ______% END OF SECTION THIS PAGE INTENTIONALLY BLANK. SECTION 00200 EMPLOYMENT REQUIREMENTS AND WAGE RATES 1.0 GENERAL A. This Contract shall be based upon payment by the Contractor and his subcontractors of wage rates not less than the general prevailing rate of per diem wages for Work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. B. The Contractor shall comply with the requirements of the prevailing wage law of the State of Texas, Texas Revised Civil Statutes, Article 519a, including the latest amendments thereto. C. The prevailing wage law does not prohibit payment of more than the general prevailing rate of wages. 2.0 RECORDS A. The Contractor and each subcontractor shall keep an accurate record showing the names and occupations of all laborers, workman, and mechanics employed, together with the actual wages paid to each worker. At all reasonable hours, such records shall be open to inspection by a representative of the Owner. 3.0 PENALTY A. In case the Contractor or any subcontractor fails to comply with the prevailing wage law, by statutory authority the Contractor shall forfeit to the Owner $10.00 per day for each labor, workman, or mechanic who is paid less than the specified rate. 4.0 HOURS OF LABOR A. The Contractor shall comply with all requirements of the hours of work on public works law of the State of Texas, Texas Revised Civil Statutes, Articles 5165.1 or 5165.3, including the latest amendments thereto. 5.0 VETERANS PREFERENCE A. Pursuant to Texas Revised Civil Statutes, Article 4413(31), the Contractor shall give preference in employment to honorably discharged veterans who were engaged in the services of the United States in time of war or conflict and who are and have been citizens of Texas for not less than five years. 6.0 WAGE DETERMINATION A. The following prevailing wage rate determination is applicable to this contract. The minimum wage rates are not set by the Trinity River Authority of Texas but were obtained from http://www.wdol.gov/dba.aspx. Contractor shall comply with all State and federal Laws applicable to such Work. These are minimum rates. Bidders shall base their bids on rates they expect to pay, if in excess of those listed. The Owner Job No. 1345001.00 00200 - 1 Employment Requirements and Wage Rates will not consider claims for extra payment to Contractor on account of payment of wages higher than those specified. WAGE DETERMINATIONS FOR THIS PROJECT SHOWN ON FOLLOWING PAGES Employment Requirements and Wage Rates 00200 - 2 Job No. 1345001.00 General Decision Number: TX140036 01/03/2014 TX36 Superseded General Decision Number: TX20130036 State: Texas Construction Type: Heavy Counties: Johnson, Parker and Tarrant Counties in Texas. Heavy Construction Projects (Including Water and Sewer Lines) Modification Number Publication Date 0 01/03/2014 * PLUM0146-002 05/01/2013 Rates Fringes PLUMBER/PIPEFITTER...............$ 27.13 7.65 ---------------------------------------------------------------- SUTX1990-041 06/01/1990 Rates Fringes CARPENTER........................$ 10.40 $3.64 Concrete Finisher................$ 9.81 ELECTRICIAN......................$ 13.26 Form Setter......................$ 7.86 Laborers: Common......................$ 7.25 Utility.....................$ 8.09 PAINTER..........................$ 10.89 Pipelayer........................$ 8.43 Power equipment operators: Backhoe.....................$ 11.89 3.30 Bulldozer...................$ 10.76 Crane.......................$ 13.16 3.30 Front End Loader............$ 10.54 Mechanic....................$ 10.93 Scraper.....................$ 10.00 Reinforcing Steel Setter.........$ 10.64 TRUCK DRIVER.....................$ 7.34 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Job No. 1345001.00 00200 - 3 Employment Requirements and Wage Rates 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS Employment Requirements and Wage Rates 00200 - 4 Job No. 1345001.00 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage 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 Job No. 1345001.00 00200 - 5 Employment Requirements and Wage Rates General Decision Number: TX140081 01/03/2014 TX81 Superseded General Decision Number: TX20130081 State: Texas Construction Type: Heavy Tunnel Counties: Bell, Bexar, Bowie, Brazoria, Brazos, Cameron, Collin, Comal, Coryell, Dallas, Denton, Ector, El Paso, Ellis, Fort Bend, Galveston, Grayson, Gregg, Guadalupe, Hardin, Harris, Harrison, Hays, Hidalgo, Jefferson, Johnson, Kaufman, Liberty, Lubbock, McLennan, Midland, Montgomery, Nueces, Orange, Parker, Potter, Randall, Rockwall, San Patricio, Smith, Tarrant, Taylor, Tom Green, Travis, Victoria, Waller, Webb, Wichita and Williamson Counties in Texas. TUNNEL CONSTRUCTION PROJECTS (BORED, 48" IN DIAMETER OR MORE) Modification Number Publication Date 0 01/03/2014 * SUTX1992-010 01/15/1992 Rates Fringes CARPENTER (Including Form Setting - Wood Forms ONLY)......$ 10.67 .92 ELECTRICIAN......................$ 12.21 .92 IRONWORKER, REINFORCING (Shaft Collar & Surface ONLY)....$ 12.03 4.09 Laborers: Miner.......................$ 11.77 1.28 Surface.....................$ 7.53 Tunnel......................$ 9.24 MECHANIC (Maintenance and repair on trucks and power equipment).......................$ 11.77 .92 Oiler (Services trucks and power equipment).................$ 9.69 1.50 Power equipment operators: Backhoe Operator (1 1/2 CY or more)....................$ 11.40 1.50 Backhoe Operator (Less than 1 1/2 CY)..............$ 10.68 Bulldozer...................$ 13.00 Crane (1 1/2 CY or more)....$ 12.82 1.50 Crane (Less than 1 1/2 CY)..$ 11.89 Front End Loader (2 1/2 CY or more)....................$ 12.17 Front End Loader (less than 2 1/2 CY)..............$ 10.16 Employment Requirements and Wage Rates 00200 - 6 Job No. 1345001.00 Locomotive Operator.........$ 9.00 1.50 Road Head Operator..........$ 14.12 1.21 Tunnel/Boring Machine Operator....................$ 13.61 Truck drivers: Semi........................$ 7.25 1.05 Single Axle, Light..........$ 7.55 WELDER...........................$ 11.58 LABORER CLASSIFICATIONS SURFACE - Air Tool Operator (Surface Only), Batch Plant Laborer, Changehouseman, Dumpman (Outside, Tool Man). TUNNEL - Air Tool Operator (Tunnel Only), Bull Gang (Muckers/Trackmen), Cabletender, Concrete Crew (Rodders/Spreaders), Concrete Finisher in Tunnel, Concrete Screed Man, Conveyor Operator, Headerman, High Pressure Nozzleman, Hoist Operator, Jumbo Man, Loading/Unloading Agitator Cars, Nipper, Nozzleman-Slice Line, Pot Tender, Primer Man, Reboundman, Shaft/Raise Work (Below Ground), Shotcrete Man, Slusher Operator, Steel Form Raisers/Setters, (metal forms only) Swamper (Brakeman/Switchman), Timberman, Troweling/Grout Machine Operator, Tugger, Vibratorman, Jack Hammer, Pneumatic Tools (Except Driller), Vibratorman, Pavement Breakers. MINER - Drill Doctor, Bit Sharpener, Bit Grinder, Rebar (Tunnel Only), Jack Leg Miner, Shaft Drill Operator ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ 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 union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the Job No. 1345001.00 00200 - 7 Employment Requirements and Wage Rates four-digit number, 0198, that follows 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. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor Employment Requirements and Wage Rates 00200 - 8 Job No. 1345001.00 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION END OF SECTION Job No. 1345001.00 00200 - 9 Employment Requirements and Wage Rates THIS PAGE INTENTIONALLY BLANK Employment Requirements and Wage Rates 00200 - 10 Job No. 1345001.00 Job No. 1345001.00 00400 - 1 Agreement SECTION 00400 AGREEMENT STATE OF TEXAS § COUNTY OF TARRANT § THIS AGREEMENT is made and entered into as of the 28th day of June, 2017, by and between the TRINITY RIVER AUTHORITY OF TEXAS (hereinafter called ("OWNER") and S.J. Louis Construction of Texas. LTD. (hereinafter called "CONTRACTOR"). WITNESSETH: WHEREAS, in accordance with law, OWNER has caused Contract Documents to be prepared and an Invitation to Bid to be published, for and in connection with Trinity River Authority of Texas, Central Regional Wastewater System Elm Fork Interceptor Subsystem Coppell Interceptor Improvements Project (hereinafter called "WORK" or "PROJECT"); and WHEREAS, CONTRACTOR, in response to the Invitation to Bid, has submitted to OWNER, in the manner and at the time specified, a sealed Bid in accordance with the Instructions to Bidders; and WHEREAS, OWNER, in the manner prescribed by law, has publicly opened, examined, and tabulated the Bids submitted, and has determined CONTRACTOR to be the lowest responsive, responsible bidder for the WORK and duly awarded to CONTRACTOR a contract therefore, for the sum or sums named in CONTRACTOR'S Bid. NOW, THEREFORE, in consideration of the compensation to be paid to the CONTRACTOR and the mutual agreements herein contained, the parties to these presents have agreed and hereby agree as follows: Job No. 1345001.00 00400 - 2 Agreement ARTICLE I - WORK CONTRACTOR shall perform all WORK, including the assumption of all obligations, duties, and responsibilities necessary for the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the WORK; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the WORK, and bonds, insurance, and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by the CONTRACTOR for the WORK included in and covered by OWNER'S award of this contract to the CONTRACTOR, such award being based on the acceptance by OWNER of CONTRACTOR'S Bid. ARTICLE II - ENGINEER The PROJECT has been designed by Kennedy/Jenks Consultants who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will have the rights and authorities assigned to ENGINEER in the Contract Documents in connection with completion of the WORK in accordance with the Contract Documents. ARTICLE III - TIME OF COMPLETION The CONTRACTOR shall substantially complete the work items of the Project within 510 calendar days of receipt of written Notice to Proceed and shall complete all aspects of the work within 540 calendar days of receipt of written Notice to Proceed. ARTICLE IV - CONTRACT SUM The OWNER shall pay to the CONTRACTOR for performance of the WORK, and the CONTRACTOR shall accept as full compensation therefore the following sums (subject to adjustments for actual quantities and as provided in the Contract Documents): Total Amount for Materials and Services $4,804,289.00 for all WORK covered by and included in the contract award and designated in ARTICLE I, payment thereof to be made in current funds in the manner provided in the Contract Documents. Job No. 1345001.00 00400 - 4 Agreement THIS PAGE INTENTIONALLY BLANK THIS PAGE INTENTIONALLY BLANK. THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 00600 - 1 Performance Bond SECTION 00600 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That S.J. Louis Construction of Texas. LTD., of the City of Mansfield, County of Tarrant, and State of Texas, (PRINCIPAL), and _________________________________________________________________ authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto ____Trinity River Authority of Texas__ (OWNER), in the penal sum of four million, eight hundred and four thousand, two hundred and eighty-nine Dollars ($4,804,289.00) for the payment whereof, the said PRINCIPAL and Surety bind themselves, their heirs, administrators, executors, successors, jointly and severally, by these presents: WHEREAS, the PRINCIPAL has entered into a certain written contract with the Owner, dated the 28th day of June, 2017, for Central Regional Wastewater System Elm Fork Interceptor Subsystem Coppell Interceptor Improvements Project which contract is hereby referred to and made a part hereof as fully and to the same extent if copied at length herein. NOW THEREFORE, the condition of this obligation is such, that if the said PRINCIPAL shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the PRINCIPAL to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that is bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. AND PROVIDED that no suit shall be commenced under this bond after the expiration of one year from the accrual of the cause of action; provided, however, that if such limitation is prohibited by any law controlling the construction thereof, such limitation shall be deemed amended so as to equal the minimum period permitted by such law; but if there is any maintenance or guarantee period provided in the contract for which said Surety is liable, an action for maintenance may be brought within nine months from the expiration of the maintenance period, but not afterwards. SURETY, for value received, stipulates and agrees that no change extension of time, alteration or addition to the terms of the contract or to the work performed thereunder, or to the plans, specifications, or drawings accompanying the same, shall in any wise affect the obligation on this bond, and it does hereby waive notice of such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Job No. 1345001.00 00610 - 1 Payment Bond SECTION 00610 PAYMENT BOND STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL MEN BY THESE PRESENTS: That S.J. Louis Construction of Texas. LTD., of the City of Mansfield, County of Tarrant, and State of Texas, (PRINCIPAL), and_____________________________________ (SURETY), authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto Trinity River Authority of Texas (OWNER), in the penal sum of four million, eight hundred and four thousand, two hundred and eighty-nine Dollars ($4,804,289.00) for the payment whereof, the said PRINCIPAL and Surety bind themselves, their heirs, administrators, executors, successors, jointly and severally, by these presents: WHEREAS, the PRINCIPAL has entered into a certain written contract with the OWNER, dated the 28th day of June, 2017, to _Central Regional Wastewater System Elm Fork Interceptor Subsystem Coppell Interceptor Improvements Project which contract is hereby referred to and made a part hereof as fully and to the same extent if copied at length herein. NOW THEREFORE, the condition of this obligation is such, that if the said PRINCIPAL shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that is bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. THIS PAGE INTENTIONALLY BLANK. ABCDEGHIHolder Identifier : 7777777707070700077761616045571110774637126326455307762115750734132072761574055313100764553404226545707136332476133774075516731521237730741517646126666707604021550367520076727242035772000777777707000707007 7777777707070700073525677115456000733010513536102007675515424275461073211140702271320746232260612355507572272717572001071737723075320110703337621642205007022237352063010077756163351765540777777707000707007Certificate No :570067604416CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 07/19/2017 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). 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. PRODUCER Aon Risk Services Southwest, Inc. Dallas TX Office CityPlace Center East 2711 North Haskell Avenue Suite 800 Dallas TX 75204 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 16535Zurich American Ins CoINSURER A: 36940Indian Harbor Insurance CompanyINSURER B: 37885XL Specialty Insurance CoINSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: S.J. Louis Construction of Texas, Ltd 520 S. 6th Ave. Mansfield TX 76063 USA COVERAGES CERTIFICATE NUMBER:570067604416 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $1,000,000 $10,000 $1,000,000 $4,000,000 $4,000,000 Contractual Liability Included XCU Coverage Included A 11/01/2016 11/01/2017GLO647837603 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000A11/01/2016 11/01/2017 COMBINED SINGLE LIMIT (Ea accident) BAP 6478374-03 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $25,000,000 $25,000,000 11/01/2016 SIR applies per policy terms & conditions UMBRELLA LIABC 11/01/2017US00066034LI16A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEA11/01/2016 11/01/2017 AOS WC008239602A 11/01/2016 11/01/2017 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI Only WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC647837703 Prof Each ClaimCEO744678211/01/2016 11/01/2017 Claims Made Prof/Poll Lia $10,000,000Poll Each Claim Policy Aggregate $10,000,000 Env CPL/ProfB SIR applies per policy terms & conditions $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project Name: CRWS - Coppell Interceptor Improvements Project. Rehabilitation of approx. 5,384 LF of 33-inch diameter existing sanitary sewer pipeline utilizing cured-in-place piping (CIPP). 4,394 LF of new 30-inch, 33-inch, 36-inch, 42-inch, and 48-inch diameter sanitary sewer pipeline. Trinity River Authority of Texas, its officers, directors, employees, Schrickel, Rollins and Associates are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability and Automobile Liability policies evidenced herein are Primary to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Trinity River Authority of CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVETrinity River Authority of Texas 5300 South Collins Arlington TX 76018 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Texas, its officers, directors and employees in accordance with the policy provisions of the General Liability, Automobile Liability and Workers' Compensation policies. Excess follows form over the General Liability, Automobile Liability and Employer's Liability policies. FORM TITLE:FORM NUMBER: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER Aon Risk Services Southwest, Inc. NAMED INSUREDAGENCY LOC #: 570000066479AGENCY CUSTOMER ID: © 2008 ACORD CORPORATION. All rights reserved. See Certificate Number: See Certificate Number: The ACORD name and logo are registered marks of ACORD 570067604416 570067604416 ACORD 25 Certificate of Liability Insurance Additional Description of Operations / Locations / Vehicles: ACORD 101 (2008/01) ADDITIONAL REMARKS SCHEDULE Page _ of _ S.J. Louis Construction of Texas, Ltd Additional Insured – Automatic – Owners, Lessees Or Contractors U-GL-1175-C CW (07/10) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: S.J. Louis Construction, Inc. Address (including ZIP Code): 1351 Broadway St. W Rockville, MN 56369 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II – Who Is An Insured is amended to include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section I - Coverage A - Bodily Injury And Property Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, and resulting directly from your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement, performed for the additional insured person or organization. C. However, regardless of the provisions of Paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or written agreement. D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. U-GL-1175-C CW (07/10) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV – Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured. In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named 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 insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing 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 written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. All other terms and conditions of this policy remain unchanged. Other Insurance Amendment – Primary And Non- Contributory U-GL-1327-B CW (04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): 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 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 insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing 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 written 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. Contractors Liability Supplemental Coverages And Conditions U-GL-1060-E CW (04/13) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON-OWNED WATERCRAFT SCHEDULE Watercraft Length: _______ feet (If no amount is shown above, 51 feet applies.) A. Non-owned Watercraft Liability Extended Coverage Paragraph (2) of Exclusion 2.g. Aircraft, Auto Or Watercraft under Section I – Coverage A – Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than the length shown in the Non-Owned Watercraft Schedule of this endorsement; and (b) Not being used to carry persons or property for a charge; B. Damage To Premises Rented Or Occupied By You 1. The last paragraph under Paragraph 2. Exclusions of Section I – Coverage A – Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage to Premises Rented To You Limit of Insurance applies to this coverage as described in Section III – Limits Of Insurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I – Coverage A – Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of Insurance applies to Damage to Premises Rented to You as described in Section III – Limits Of Insurance. 3. Paragraph 6. of Section III – Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. 4. Paragraph a. of the "insured contract" definition under the Definitions Section is replaced by the following: U-GL-1060-E CW (04/13) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 5. Paragraph (ii) under Paragraph 4.b.(1) of the Other Insurance Condition under Section IV – Commercial General Liability Conditions is replaced by the following: (ii) That is property insurance providing coverage for "specific perils" for premises rented to you or temporarily occupied by you with permission of the owner; 6. The following definitions are added to the Definitions Section: "Specific perils" means fire, lightning, explosion, windstorm or hail, smoke, aircraft or vehicles, riot or civil commotion, vandalism, leakage from fire extinguishing equipment, weight of snow, ice or sleet or "water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. C. Additional Insured – Lessor Of Leased Equipment – Automatic Status When Required In Lease Agreement With You 1. Section II – Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person’s or organization’s status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. 2. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph C. shall not increase the applicable Limits of Insurance shown in the Declarations. D. Additional Insured – Managers Or Lessors Of Premises 1. Section II – Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) that you have agreed in a written contract or written agreement to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of premises leased to you and subject to the following additional exclusions: This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of the additional insured manager or lessor of the premises leased to you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and U-GL-1060-E CW (04/13) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D. shall not increase the applicable Limits of Insurance shown in the Declarations. E. Additional Insured – State Or Governmental Agency Or subdivision Or Political Subdivision – Permits Or Authorizations 1. Section II – Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision that you have agreed in a written contract or written agreement or that you are required by statute, ordinance or regulation to name as an additional insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage included within the "products-completed operations hazard". However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of Insurance shown in the Declarations. F. Personal And Advertising Injury Coverage – Assumed Under Contract Or Agreement 1. Exclusion e. of Section I – Coverage B – Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: U-GL-1060-E CW (04/13) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (a) The liability pertains to your business and is assumed in a contract or agreement that is an "insured contract"; and (b) The "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability so assumed in such "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury", provided: (i) Liability to such party for, or for the cost of, that party’s defense has also been assumed in the same contract or agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. For purposes of this "personal and advertising injury" coverage only: Paragraph d. and the second to last paragraph under Paragraph 2. of Supplementary Payments – Coverages A and B are replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interest of the indemnitee; So long as the above conditions are met, attorneys’ fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Such payments will not be deemed to be damages for "bodily injury", "property damage" or "personal and advertising injury" and will not reduce the limits of insurance. G. Insured Contract Amendment Paragraph f. and f.(1) through f.(3) of the "insured contract" definition under the Definitions Section is replaced by the following: f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury", "property damage" or "personal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily injury", "property damage" or "personal and advertising injury" arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road-beds, tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured’s rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies a person or organization for "personal and advertising injury": (a) Arising out of advertising, publishing, broadcasting or telecasting done for you or on your behalf; or (b) To an "employee" of such person or organization that does advertising, publishing, broadcasting or telecasting for you or on your behalf; or (5) That indemnifies a labor leasing firm for "bodily injury" to "leased workers". U-GL-1060-E CW (04/13) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. H. Medical Payments – Increased Reporting Period Paragraph a. of Section I – Coverage C – Medical Payments is replaced by the following: a. We will pay medical expenses as described below for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the "coverage territory" and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. I. Broad Bail Bond Coverage Paragraph 1.b. under Supplementary Payments – Coverages A And B is replaced by the following: b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. J. Amendment – Duties In The Event of Occurrence, Offense, Claim or Suit The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV – Commercial General Liability Conditions: Notice of an "occurrence" or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to your officer, manager, partner or an "employee" authorized by you to give or receive such notice. Knowledge by "employees" other than your officer, manager, partner or "employee" authorized by you to give or receive such notice of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. In the event that an insured reports an "occurrence" to your workers compensation carrier and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured’s failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. K. Unintentional Failure To Disclose Or Describe Hazards Paragraph 6. Representations of Section IV – Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: (1) Fail to disclose all hazards existing at the inception of this policy; or (2) Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. L. Bodily Injury Redefined The "bodily injury" definition under the Definitions Section is replaced by the following: U-GL-1060-E CW (04/13) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. This includes mental anguish, mental injury, shock, fright or death resulting from bodily injury, sickness or disease. M. Two Or More Of Our Coverage Parts/Policies The following is added to Section III – Limits of Insurance: 1. Subject to Paragraph 2. or 3. above, whichever applies, if this Coverage Part and any other Commercial General Liability Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same "occurrence", only the highest available Each Occurrence Limit under any such Coverage Part or policy applies to such "occurrence". 2. Subject to Paragraph 2. above, if this Coverage Part and any other Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same offense, only the highest available Personal And Advertising Injury Limit under any such Coverage Part or policy applies to such offense. 3. Under this Coverage Part and all other Zurich underwriting company Coverage Parts or policies to which Paragraphs 1. and 2. above combined apply, the most we will pay for all injury or damage because of "bodily injury" or "property damage" "occurrences", "personal and advertising injury" offenses and medical expenses is: a. The single highest Coverage Part or policy General Aggregate Limit; or b. The single highest Coverage Part or policy Products-Completed Operations Aggregate Limit, whichever applies, whether such "occurrence", offenses or medical expenses are covered by one or more than one Zurich underwriting company policy. 4. Any existing provisions under Paragraph 4. Other Insurance under Section IV – Commercial General Liability Conditions that may be contrary to the provisions of this endorsement are amended to comply with the changes in coverage as stipulated in Paragraphs 1., 2., and 3. above. This provision does not apply to any Coverage Part or policy issued by us or any other Zurich underwriting company affiliated with us specifically to apply as excess insurance over this Coverage Part. N. Your Work Redefined Paragraph a.(1) of the "your work" definition under the Definitions Section is replaced by the following: 22. "Your work": a. Means: (1) Work or operations performed by you or on your behalf, but does not include work or operations performed by another entity who joined with you to form a partnership or joint venture not shown as a Named Insured in the Declarations, which terminated or ended prior to the effective date of this policy; and All other terms and conditions of this policy remain unchanged. POLICY NUMBER: BAP 6478374-03 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Wolters Kluwer Financial Services | Uniform FormsTM DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE 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 this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: S.J. Louis Construction, Inc. Endorsement Effective Date: November 1, 2016 SCHEDULE Name Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION TO WHOM OR WHICH YOU ARE REQUIRED TO PROVIDE ADDITIONAL INSURED STATUS OR ADDITIONAL INSURED STATUS ON A PRIMARY, NON-CONTRIBUTORY BASIS, IN A WRITTEN CONTRACT OR WRITTEN AGREEMENT EXECUTED PRIOR TO LOSS, EXCEPT WHERE SUCH CONTRACT OR AGREEMENT IS PROHIBITED BY LAW. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form . Coverage Extension Endorsement U-CA-424-F CW (04/14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. BAP 6478374-03 11/1/2016 11/1/2017 11/1/2016 09122000 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-424-F CW (04/14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II – Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. 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. 2. The following is added to Paragraph 2. in the Exclusions of Section III – Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV – Physical Damage Coverage of the Motor Carrier Coverage Form: 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. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage – Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW (04/14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III – Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV – Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: W e will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW (04/14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III – Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV – Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage – Comprehensive Coverage – Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos – Physical Damage 1. The following is added to Section I – Covered Autos: Temporary Substitute Autos – Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos – Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. 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 U-CA-424-F CW (04/14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 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. P. 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. Q. Employee Hired Autos – Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance – Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official’s duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. 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. S. 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, T. 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-424-F CW (04/14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. U. 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. V. Physical Damage – Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III – Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered “auto” is stolen and recovered, we will pay the cost of transport to return the “auto” to you. We will pay only for those covered “autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. WC 99 06 43 Page 1 of 1 (Ed. 01-13) Includes copyright material of the National Council on Compensation Insurance, Inc. used with its permission. © 2012 Copyright National Council on Compensation Insurance, Inc. All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 43 BLANKET NOTIFICATION TO OTHERS OF CANCELLATION OR NONRENEWAL ENDORSEMENT This endorsement adds the following to Part Six of the policy. PART SIX CONDITIONS Blanket Notification to Others of Cancellation or Nonrenewal 1. If we cancel or non-renew this policy by written notice to you, we will mail or deliver notification that such policy has been cancelled or non-renewed to each person or organization shown in a list provided to us by you if you are required by written contract or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to you . Such list: a. Must be provided to us prior to cancellation or non-renewal; b. Must contain the names and addresses of only the persons or organizations requiring notification that such policy has been cancelled or non-renewed; and c. Must be in an electronic format that is acceptable to us. 2. Our notification as described in Paragraph 1. above will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to you. We will mail or deliver such notification to each person or organization shown in the list: a. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or b. At least 30 days prior to the effective date of: (1) Cancellation, if cancelled for any reason other than nonpayment of premium; or (2) Non-renewal, but not including conditional notice of renewal. 3. Our mailing or delivery of notification described in Paragraphs 1. and 2. above is intended as a courtesy only. Our failure to provide such mailing or delivery will not: a. Extend the policy cancellation or non-renewal date; b. Negate the cancellation or non-renewal; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 4. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs 1. and 2. above. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. Insured S.J. Louis Construction, Inc. WC 6478377-03 Premium $ Insurance Company Zurich American Insurance Company Notification to Others of Cancellation U-CA-812-A CW (05/10) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. BAP 6478374-03 11/1/2016 11/1/2017 11/1/2016 09122000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial Automobile 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 mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s) / Organization(s): Number of Days Notice: All other terms and conditions of this policy remain unchanged. Blanket Notification to Others of Cancellation or Non-Renewal U-GL-1521-A CW (10/12) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add’l. Prem Return Prem. GLO 6478376-03 11/1/2016 11/1/2017 11/1/2016 09122000 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 or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium; or 2. At least 30 days prior to the effective date of: a. Cancellation, if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A. and B. of this endorsement is intended as a courtesy only. Our failure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. W e are not responsible for the accuracy, integrity, timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. THIS PAGE INTENTIONALLY BLANK. Revised 1-19-2017 (1999 version) SECTION 00700 GENERAL CONDITIONS ARTICLE 1 DEFINITIONS 1.01 Wherever used in these General Conditions or in the other Contract Documents, the following terms have the meanings indicated which are applicable to both the singular and plural thereof. 1.01.01 Addenda. Addenda are written or graphic instruments issued by OWNER or ENGINEER prior to the opening of Bids which clarify, correct or change the Contract Documents. 1.01.2 Agreement. The Agreement is the written agreement between OWNER and CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 1.01.3 Application for Payment. The Application for Payment is the form accepted by ENGINEER which is to be used by CONTRACTOR in requesting progress or final payments and which is to include such supporting documentation as is required by the Contract Documents. 1.01.4 Bid. The Bid is the offer or proposal of the bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 1.01.5 Bonds. The Bonds are the Bid, Performance, Payment and other Special Bonds or instruments of security. 1.01.6 Change Order. A Change Order is a document recommended by ENGINEER, which is signed by OWNER and authorizes an addition, deletion or revision in the Work, or an adjustment in the Contract Sum or the Contract Time. A Change Order may be accompanied with additional or revised Drawings, sketches, or other written instructions which become and form a part of the Contract Documents upon execution of the Change Order. The Contract Sum and the Contract Time may be changed only by Change Order. A Change Order signed by CONTRACTOR indicates his agreement therewith, including the adjustment in the Contract Sum or the Contract Time. 1.01.7 Contract. The Contract is the sum of all Contract Documents and represents the entire and integrated agreement between the parties hereto. The Contract supersedes all prior negotiations, representations or agreements, either written or oral. The Contract Documents shall not be construed to create a contractual relationship of any kind (1) between ENGINEER and CONTRACTOR, (2) between OWNER and a Subcontractor or Sub-subcontractor or (3) between any persons or entities other than OWNER and CONTRACTOR. ENGINEER shall, however, be entitled to performance and enforcement of obligations under the Contract intended to facilitate performance of ENGINEER's duties. 1.01.8 Contract Documents. The Contract Documents consist of the signed Agreement, the Addenda, Change Orders, Field Orders, Notice to Proceed, the Supplementary Conditions, Site Certificate, the General Conditions, Notice of Award, Invitation to Bid, the Bid, GENERAL CONDITIONS 00700- 1 Revised 1-19-2017 (1999 version) the Specifications, the Drawings, the Performance Bond and Payment Bond, and any Special Bonds. 1.01.9 Contract Sum. The monies payable by OWNER to CONTRACTOR under the Contract Documents, after adjustments by Change Order, as stated in the Agreement. 1.01.10 Contract Time. The number of days (computed as provided in paragraph 2.07.1) or the date stated in the Agreement for the completion of the Work as adjusted by Change Orders. 1.01.11 CONTRACTOR. The person, firm or organization with whom OWNER has entered into the Agreement. The term "CONTRACTOR" includes its Superintendent and any person designated by CONTRACTOR in writing to act as its representative and who shall have authority to bind CONTRACTOR. CONTRACTOR shall have one (1) authorized representative, who may be the Superintendent, on the Job Site at all times during performance of the Work. 1.01.12 Defective. An adjective which, when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged prior to ENGINEER's recommendation of final payment. 1.01.13 Drawings. The Drawings are the graphic and pictorial portions of the Contract Documents that have been prepared or approved by ENGINEER which show the location, character, dimensions, and details of the Work wherever located and whenever issued. The Drawings generally include the plans, elevations, sections, details, schedules and diagrams. 1.01.14 Effective Date of the Agreement. The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date the Contract is awarded by OWNER. 1.01.15 ENGINEER. The person, firm, or organization named as such in the Agreement. ENGINEER includes its authorized representative as designated to OWNER and CONTRACTOR in writing. ENGINEER shall be understood to be ENGINEER of OWNER, and nothing contained in the Contract Documents shall create any contractual or agency relationship between ENGINEER and CONTRACTOR. 1.01.16 Field Order. A Field Order is a written order issued by OWNER or ENGINEER which orders minor changes in the Work in accordance with paragraph 11.03 but which does not involve a change in the Contract Sum or the Contract Time. A Field Order may include additions, deletions or other revisions to the Contract or other written instructions issued by OWNER or ENGINEER with respect to the performance of the Work and/or the activities of CONTRACTOR and its Subcontractors and Sub-subcontractors on the job Site and/or the property of OWNER. 1.01.17 Final Acceptance. Final Acceptance is the date upon which all work called for in the Contract Documents have been completed to the satisfaction of ENGINEER and OWNER, a Certificate of Final Payment has been issued by ENGINEER as provided in paragraph 14.08.2, and CONTRACTOR has submitted to ENGINEER all items called for in paragraph 14.08.3. GENERAL CONDITIONS 00700- 2 Revised 1-19-2017 (1999 version) 1.01.18 Final Completion. Final Completion is the date upon which all obligations imposed by the Contract Documents have been completed, including expiration of the one-year warranty period provided for in paragraph 6.02.2. 1.01.19 Inspector. The Inspector is the authorized representative of OWNER or OWNER's Representative assigned to observe or inspect any or all parts of the project and the materials to be used therein. 1.01.20 Invitation to Bid. The Invitation to Bid consists of those documents issued by OWNER and ENGINEER prior to bidding which may include some of the duties and responsibilities of bidders during the bidding process and provide instructions for completing and submitting the Bid, including, but not limited to, Instructions to Bidders, and Information to Bidders. 1.01.21 Job Site. The Job Site is the area or areas in which the Work is to be performed and such other areas as may be designated by OWNER for the storage of CONTRACTOR's materials and equipment including the property, right of way or easements provided by OWNER as indicated. 1.01.22 Notice of Award. The Notice of Award is the written notice given by OWNER to the apparent successful bidder. The Notice of Award will state that upon compliance by the apparent successful bidder with the conditions precedent set forth in the Notice of Award, that OWNER will sign and deliver the Agreement. 1.01.23 Notice to Proceed. The Notice to Proceed is a written notice given by OWNER to CONTRACTOR (with a copy to ENGINEER) fixing the date on which the Contract Time will commence to run and on which CONTRACTOR shall start to perform CONTRACTOR's obligations under the Contract Documents. 1.01.24 OWNER. OWNER is the Trinity River Authority of Texas, with whom CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. OWNER includes OWNER's Representative unless otherwise specified in the Contract Documents. 1.01.25 OWNER's Representative. OWNER's Representative is the Manager of Construction Services of the Trinity River Authority of Texas, who shall represent OWNER in all matters except as may be otherwise specified in the Contract Documents or as the context thereof requires. OWNER may from time- to-time designate any other person, firm, or entity to act as OWNER's Representative. When OWNER designates another to act as its representative, OWNER shall make the designation in writing to CONTRACTOR and shall state the nature and extent of the representative's responsibilities. OWNER's Representative shall have authority to bind OWNER to the terms of the Contract and to act on behalf of OWNER with respect to all matters relating to the Contract, except as may be other specified in the Contract Documents. Only those designated as OWNER's Representative are authorized to grant on behalf of OWNER any approval, consent or waiver with respect to the Contract Documents or the Work to be performed thereunder, or to other act for OWNER in any capacity whatsoever. OWNER's Representative shall be the one to receive written notice on behalf of OWNER from CONTRACTOR. GENERAL CONDITIONS 00700- 3 Revised 1-19-2017 (1999 version) 1.01.26 Payment Bond. A Payment Bond is a bond which provides OWNER with the assurance that Subcontractors, Sub-subcontractors, Suppliers, and laborers not paid by CONTRACTOR will be paid by the surety to the extent of the sum specified in the bond. 1.01.27 Performance Bond. A Performance Bond is a bond which protects OWNER against loss due to the inability or refusal of CONTRACTOR to perform any aspect of the Work under the Contract. 1.01.28 Project. The Project is the total construction designed by ENGINEER or its consulting engineer/architect, of which the Work performed under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 1.01.29 Site Certificate. The Site Certificate is a document of documents which include special conditions and requirements imposed upon OWNER and CONTRACTOR relating to the Job Site. 1.01.30 Special Bond. A Special Bond is a Bond other than the Payment, Performance, or Bid Bond which guarantees or ensures the faithful performance of a contractual duty or obligation. 1.01.31 Specifications. The Specifications are those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, procedures, and workmanship as applied to the Work and certain administrative details applicable thereto. 1.01.32 Subcontractor. A Subcontractor is a person, firm or organization having a contract with Contractor for the performance of a part of the Work according to the Drawings and Contract Documents at the Job Site or a person, firm or organization supplying any materials or equipment to be incorporated in, or utilized in connection with the Work. The term Subcontractor includes the authorized representatives of the Subcontractor. 1.01.33 Sub-subcontractor. A Sub-subcontractor is a person, firm, or organization having direct or indirect contractual privity with a Subcontractor to perform any of the Work at the Job Site. 1.01.34 Substantial Completion. Substantial Completion occurs when the Work (or a specified part thereof) has progressed to the point where, in the opinion of ENGINEER as evidenced by ENGINEER'S definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended; or if there be no such certificate issued, when final payment is due in accordance with paragraph 14.08.2. The terms "substantially complete" and "substantially completed" as applied to any Work refer to Substantial Completion thereof. 1.01.35 Superintendent. The representative of CONTRACTOR authorized to receive and fulfill instructions from ENGINEER or OWNER and who shall supervise and direct the construction. CONTRACTOR shall employ a competent Superintendent and necessary assistants who shall be in attendance at the Job Site during performance of the Work. The Superintendent shall be the representative of CONTRACTOR. GENERAL CONDITIONS 00700- 4 Revised 1-19-2017 (1999 version) 1.01.36 Supplementary Conditions. The part of the Contract Documents which amends or supplements these General Conditions. 1.01.37 Supplier. A manufacturer, fabricator, supplier, distributor, materialman, or vendor. 1.01.38 Underground Facilities. Underground Facilities are all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish, including but not limited to, any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. 1.01.39 Work. The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. The Work is the result of performing services, furnishing labor, and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents, and includes but is not limited to all materials, supplies, machinery, equipment, tools, superintendence, labor, services, insurance, and all water, light, power, fuel, transportation and other facilities necessary for the execution and completion of the Work, together with all temporary and permanent structures, installations, performance testing, literature and related services. ARTICLE 2 GENERAL MATTERS AND CONTRACT DOCUMENTS 2.01 CONTRACTOR Warrants Lack of Inducement. CONTRACTOR warrants and represents that, in undertaking to do the Work required hereunder and by executing this Agreement, it has not relied upon any oral inducement or representation as to the nature of the Work, job conditions or otherwise by OWNER, ENGINEER or any of their officers or agents. 2.02 Interpretation. The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR concerning the Work. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Words which have well known technical or trade meanings are used herein in accordance with such recognized meanings. The organization of the Specifications into divisions, sections and articles, and the arrangement of Drawings, is not intended to influence CONTRACTOR in its division of the Work amount, Subcontractors, Sub-subcontractors or the establishment of the extent of Work to be performed by any trade. 2.02.1 It is further agreed that it is the intent of this Contract that all Work must be done and all materials must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate Contract Documents, the priority of interpretation defined as follows shall govern. In case of a conflict between any of the Contract Documents, priority of interpretation shall be in the following order: signed Agreement; Addenda; Change Orders; Field Orders; Notice to Proceed; Supplementary Conditions; Site Certificate; General Conditions; Notice of Award; Invitation to Bid; Instructions to Bidders; Bid; Specifications; Drawings; Performance Bonds; Payment Bonds; and, Special Bonds. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, GENERAL CONDITIONS 00700- 5 Revised 1-19-2017 (1999 version) Specifications or Drawings, ENGINEER shall define, determine or interpret which meaning is intended to apply to the Work as provided in paragraph 2.02.2. 2.02.2 It is further agreed that it is the intent of this Contract that all Work described in the Contract Documents is to be done for the prices quoted by CONTRACTOR and that such price shall include all appurtenances necessary to complete the Work in accordance with the intent of these Contract Documents as interpreted by OWNER's Representative. If CONTRACTOR finds any discrepancies or omissions in these Contract Documents, he should notify OWNER's Representative in writing and obtain a written clarification before the bids are received, and if no such request is received by OWNER's Representative prior to the opening of bids, then it shall be considered that CONTRACTOR fully understands the Work to be included and has provided sufficient sums in his proposal to complete the Work in accordance with these Contract Documents using the most expensive method or materials in the event of a conflict. It is further understood that any request for clarification must be submitted no later than fourteen (14) days prior to the opening bids. Failure of OWNER or ENGINEER to respond to a request for clarification shall in no way constitute either an agreement or disagreement by OWNER or ENGINEER with the bidder's or CONTRACTOR's interpretation of the meaning of any of the Contract Documents. A written clarification or interpretation which occurs prior to the bid opening will be issued by Addendum only. If during the performance of the Work, CONTRACTOR finds a conflict, error or discrepancy in the Contract Documents, CONTRACTOR shall so report to ENGINEER in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from ENGINEER; however, CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict, error or discrepancy in the Contract Documents unless CONTRACTOR had actual knowledge thereof or should reasonably have known thereof. A written clarification or interpretation which occurs after the award of the Contract will be issued by Field Order or Change Order only. 2.03 Intent. It is the intent of the Contract Documents to describe a functionally complete Project to be constructed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. 2.04 Amending and Supplementing Contract Documents. The Contract Documents may be amended to provide for additions, deletions and revisions in the Work, or to modify the terms and conditions thereof only by Change Order or Field Order. As indicated in paragraphs 1.01.6 and 11.03, the Contract Sum or Contract Time may be changed only by Change Order. In addition, the requirements of the Contract Documents may be supplemented and minor variations and deviations in the Work may be authorized in the following ways; a) a Field Order (pursuant to paragraphs 11.02 and 11.03); or b) ENGINEER's written interpretation or clarification (pursuant to paragraph 2.02.2). 2.05 Reuse of Documents. Neither CONTRACTOR nor any Subcontractor, Sub- subcontractor, or Supplier, or other person or organization performing or furnishing any of the Work under a direct or indirect contract with OWNER shall have or acquire any title to or ownership rights in any of the Contract Documents, Drawings, Specifications or other documents, or copies thereof, prepared by or bearing the seal of ENGINEER or OWNER, and they shall not reuse any of them without the written consent of OWNER and ENGINEER and specific written verification or adaptation by ENGINEER. GENERAL CONDITIONS 00700- 6 Revised 1-19-2017 (1999 version) 2.06 Applicable Law. The Contract Documents will be construed in accordance with the laws of the State of Texas, and the place of the Project. 2.07 Time and Substantial Completion. 2.07.01 Whenever the word "day" is used in the Contract Documents, it shall mean a calendar day, being any 24-hour day of the week or month, no days being excepted. 2.07.2 The Date of Commencement of the Work is the date established in a Notice to Proceed. If there is no Notice to Proceed, it shall be the date of the Agreement or such other date as may be established therein. 2.07.3 The Date of Substantial Completion of the Work, or specified portion thereof, is the date that ENGINEER issued its Certificate of Substantial Completion, or if there is no such certificate issued, when final payment is due in accordance with paragraph 14.08.2. See paragraph 1.01.34 for the definition of Substantial Completion. 2.08 Unenforceability of Any Clause. If any clause of this Contract is held as a matter of law to be unenforceable or unconscionable, the remainder of the Contract shall be enforceable without such cause. 2.09 Applicable Federal Regulations in Federally Funded Projects. In the event that this Contract is federally funded in whole or in part, and therefore subject to federal regulations, and further, if there is a direct conflict between any provision of the Contract Documents and any applicable federal regulation, the federal regulation shall govern the performance of the parties under the Contract. 2.10 Standard Specifications. 2.10.1 When words which have a well-known technical or trade meaning are used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of Bids, except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of OWNER, CONTRACTOR or ENGINEER, or any of their consultants, agents or employees from those set forth in the Contract Documents, nor shall it be effective to assign to ENGINEER, or any of ENGINEER's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 5.07 or 5.08. CONTRACTOR shall determine and ascertain, prior to placing purchase orders, that the Suppliers of required materials either have such specifications available for reference or are fully familiar with the requirements thereof as they pertain to their product or material. 2.10.2 All capacities, sizes, methods of construction and installation as specified in standard or technical specifications are the minimum which are acceptable regardless of whether such capacities, sizes or methods of construction and installation are or are not specified in any Supplier's published literature. In the event that different standards or technical GENERAL CONDITIONS 00700- 7 Revised 1-19-2017 (1999 version) specifications set forth different requirements for the same aspect of the Work, the stricter requirements shall govern CONTRACTOR's performance. 2.11 Written Notice. Written notice shall be deemed to have been duly served if delivered in person to the representative authorized to receive such notice, or if sent by registered or certified mail to the last business address known to the party who gives notice. 2.12 Substitutions. Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the naming of the item is intended to establish the type, function and quality required. If the name of the Supplier is followed by the words "or equal" or "or approved equal", then the materials or equipment of other Suppliers may be accepted by ENGINEER, if approved in writing by OWNER, and if sufficient information is submitted by CONTRACTOR to allow ENGINEER to determine that the material or equipment proposed is equivalent or equal to that named. The procedure for review by ENGINEER will include the following. Requests for review of substitute items of material and equipment will not be accepted by ENGINEER from anyone other than CONTRACTOR. If CONTRACTOR wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall make written application to ENGINEER for acceptance thereof, certifying that the proposed substitute will adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified, and be suited to the same use as that specified. The application will state that the evaluation and acceptance of the proposed substitute will not prejudice CONTRACTOR's achievement of Substantial Completion on time; that acceptance of the substitute for use in the Work will or will not require a change in any of the Contract Documents (or in the provisions of any other direct contract with OWNER for work on the Project) so as to adapt the design to the proposed substitute; and that the incorporation or use of the substitute in connection with the Work is or is not subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application, and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which shall be considered by ENGINEER in evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish, at CONTRACTOR's expense, additional data about the proposed substitute. If specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, CONTRACTOR may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to ENGINEER, if CONTRACTOR submits sufficient information to allow ENGINEER to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. ENGINEER will be allowed a reasonable time within which to evaluate each proposed substitute. Approval of a substitute, if authorized by OWNER, shall be in the form of a Change Order or Field Order with no exceptions. OWNER may require CONTRACTOR to furnish, at CONTRACTOR'S expense, a special performance guarantee or other surety with respect to any substitute. No substitute will be ordered, installed or utilized without ENGINEER's prior written recommendation and OWNER's approval, which will be evidenced by either a Change Order or a Field Order. ENGINEER will record time required by ENGINEER and ENGINEER's consultants in evaluating substitutions proposed by CONTRACTOR and in making changes in the Contract Documents occasioned thereby. Whether or not ENGINEER GENERAL CONDITIONS 00700- 8 1-19-2017 (2-24-1999 revised) accepts a proposed substitute, CONTRACTOR shall reimburse OWNER for the charges of ENGINEER and ENGINEER's consultants for evaluating each proposed substitute. ARTICLE 3 GENERAL RESPONSIBILITIES AND OBLIGATIONS - OWNER 3.01 OWNER's Representative. OWNER's Representative will provide administrative assistance on behalf of OWNER for the development of the Project in accordance with the Contract Documents. These services may include, but not be limited to, the following: (1) Provide observers or inspectors at the Job Site for the limited purpose of daily observation or inspection of construction work in progress and reporting back to OWNER and ENGINEER on the extent, nature, manner, and performance of the Work so that ENGINEER and OWNER may more effectively perform their duties. Notwithstanding any other provision of this Contract, neither OWNER nor OWNER's Representative shall be responsible or liable for any acts, errors, omissions, discrepancies or negligence of CONTRACTOR, any Subcontractor or Sub-subcontractor, or any of the CONTRACTOR's, Subcontractor's or Sub-subcontractor's agents, servants or employees, or any other person, firm or corporation performing or attempting to perform any of the Work. (2) Verify conformance of materials by either providing or reviewing results from testing of concrete materials, soils material, and roadway materials as may be required by the Contract Documents, and verify all other materials by whatever means necessary. HOWEVER, NEITHER OWNER NOR OWNER'S REPRESENTATIVE SHALL BE RESPONSIBLE OR LIABLE FOR VERIFYING OR FAILING TO VERIFY THE CONFORMANCE OF MATERIALS. THE CONTRACTOR SHALL NOT BE RELIEVED OF RESPONSIBILITY FOR ANY DEVIATION FROM THE REQUIREMENTS SET FORTH IN THE CONTRACT DOCUMENTS. (3) Receive written notice from CONTRACTOR. CONTRACTOR SHALL NOT BE RELIEVED OF RESPONSIBILITY FOR ANY DEVIATION FROM THE REQUIREMENTS IN THE CONTRACT DOCUMENTS ON ACCOUNT OF OWNER'S PERFORMANCE OF, OR FAILURE TO PERFORM, ANY OF THE FUNCTIONS LISTED IN THIS PARAGRAPH. IN NO EVENT SHALL THE PROVISIONS OF THIS PARAGRAPH BE CONSTRUED TO IMPOSE ANY OBLIGATION UPON OWNER BY EITHER CONTRACTOR OR HIS SURETY. 3.02 Authority and Duties of Inspectors. Personnel of OWNER and OWNER's Representative will be authorized to inspect or observe all materials, equipment and work done. Such inspection or observation may extend to all or to any part of the Work and to the preparation or manufacture of the materials to be used. An Inspector will be assigned to the Work to report to OWNER and ENGINEER as to the progress of the Work and the manner in which it is being performed, to report whenever it appears that the materials furnished and the GENERAL CONDITIONS 00700- 9 1-19-2017 (2-24-1999 revised) Work performed by CONTRACTOR fail to fulfill the requirements of the Contract, and to call the attention of CONTRACTOR to any such failure or other infringement. Such inspection will not relieve CONTRACTOR from any obligation to perform the Work in accordance with the requirements of the Contract. In case of any dispute arising between CONTRACTOR and the Inspector as to materials furnished or the manner of performing the Work, the Inspector will have authority to reject materials or suspend that Work until the question at issue can be referred to ENGINEER who will make recommendations to OWNER's Representative. OWNER's Representative will make the final decision. The Inspector will not be authorized to revoke, alter, enlarge, or release any requirement of the Contract, nor to approve or accept any portion of Work, not to issue instructions contrary to the Contract. He will in no case act as foreman or perform other duties for CONTRACTOR, nor interfere with the management of the Work. 3.03 OWNER's Right to Carry Out the Work. If CONTRACTOR defaults or neglects to carry out the Work in whole or in part in accordance with the Contract Documents, or fails to perform any provisions of the Contract, OWNER may, after seven (7) days written notice to CONTRACTOR (except in the case of emergency, in which event no notice shall be required), and without prejudice to any other remedy OWNER may have, make good such deficiencies. In such case, an appropriate Change Order shall be issued deducting from the Contract Sum the cost of correcting such deficiencies, including the cost of additional engineering services made necessary by such default, neglect or failure to perform. If such payments and reimbursements then or thereafter due CONTRACTOR are not sufficient to cover such amount, CONTRACTOR or its surety shall, upon demand, pay the difference to OWNER. ARTICLE 4 GENERAL RESPONSIBILITIES AND OBLIGATIONS - CONTRACTOR 4.01 CONTRACTOR's Understanding. The Contract Documents show conditions as they are believed to exist, but it is not intended nor to be inferred that these conditions as shown thereon constitute a representation by or on behalf of OWNER or ENGINEER that such conditions actually exist. It is understood and agreed that CONTRACTOR has, by careful examination, inspection, and having visited the Job Site, satisfied itself as to the nature and location of the Work, the conformation of the ground, its subsurface and Underground Facilities, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the Work, the general and local conditions, and all other matters which can in any way affect the Work under this Contract. 4.02 Character of Workmen. CONTRACTOR shall provide competent, orderly, and suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. CONTRACTOR agrees that whenever ENGINEER or OWNER shall inform CONTRACTOR in writing that any person or persons on the Work are, in the opinion of either, incompetent, unfaithful, or disorderly, such person or persons shall be discharged from the Work and shall not again be employed on the Work without the written consent of the complaining party. 4.03 Access to and Inspection of the Work. CONTRACTOR shall provide sufficient, safe, and proper facilities at all reasonable times for the observation and/or inspection of the Work by OWNER and ENGINEER. OWNER and ENGINEER will make periodic visits to GENERAL CONDITIONS 00700- 10 1-19-2017 (2-24-1999 revised) the site to familiarize themselves with the progress and quality of the Work and to determine if the Work is proceeding in accordance with the Contract Documents. However, neither OWNER nor ENGINEER shall be responsible for making any detailed, exhaustive, comprehensive or continuous on site inspection of the quality or quantity of the Work or be in any way responsible, directly or indirectly, for the construction means, methods, techniques, sequences, quality, procedures, programs, safety precautions or lack of same incident thereto or in connection therewith. Notwithstanding any other provision of this Agreement or any other Contract Document to the contrary, OWNER and ENGINEER shall not be in any way responsible or liable for any acts, errors, omissions or negligence of CONTRACTOR, any Subcontractor or Sub-subcontractor, or any of CONTRACTOR's, Subcontractor's or Sub-subcontractor's agents, servants or employees, or any other person, firm or corporation performing or attempting to perform any of the Work. OWNER's Representative and ENGINEER shall at all times have access to the Work wherever it is in preparation and progress. The word "inspection," or other like words as used in regard to OWNER or ENGINEER in the Contract Documents for this Project shall be understood as meaning OWNER or ENGINEER will observe and inspect the construction in sufficient detail to satisfy themselves that the Work is proceeding in general compliance with the Contract Documents. OWNER and ENGINEER will not be guarantors of CONTRACTOR's performance. CONTRACTOR shall have complete responsibility to supervise its Work and other operations in order to accomplish the detailed and specified Work. 4.04 CONTRACTOR's Duties and Superintendence. CONTRACTOR is and at all times shall remain an independent contractor, solely responsible for the manner and method of completing the Work under this Contract, with full power and authority to select the means, method and manner of performing such Work, so long as such methods do not adversely affect the completed improvements, OWNER and ENGINEER being interested only in the result obtained and conformity of such completed improvements to the Drawings, Specifications, and the Contract. CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this Contract. CONTRACTOR shall employ a competent Superintendent and necessary assistants who shall be in attendance at the Job Site during the progress of the Work. The Superintendent shall be satisfactory to OWNER, and shall not be changed except with the consent of OWNER, unless the Superintendent proves to be unsatisfactory to CONTRACTOR or ceases to be in its employ. The Superintendent shall represent CONTRACTOR in its absence, and all directions and communications given to the Superintendent shall be as binding as if given to CONTRACTOR. CONTRACTOR shall have one (1) authorized representative on the Job Site at all times during performance of the Work. 4.04.1 The Superintendent shall remain on the Project at all times during the progress of the Work, and for not less than the number of hours and days necessary to complete the Project within the Contract Time (unless all the Work is stopped due to a general strike or conditions beyond the control of CONTRACTOR) until Termination or Substantial Completion of the Contract in accordance with the Contract Documents. The Superintendent shall not be employed on any other project during the course of this Contract. 4.04.2 At all times, and particularly in the event that any of the following conditions shall exist, CONTRACTOR shall, at CONTRACTOR's sole expense, required that its Superintendent and an adequate work force be at the Job Site not less than the number of hours and days necessary to complete the Project within the Contract Time: (a) Should Substantial Completion not be accomplished on schedule. GENERAL CONDITIONS 00700- 11 1-19-2017 (2-24-1999 revised) (b) Should Final Acceptance or Final Completion not be accomplished on schedule. (c) Should the updated schedule as set forth in paragraph 12.06 show CONTRACTOR to be fourteen (14) or more days behind the updated schedule at any time during construction up until thirty (30) days before the Contract Time indicated in the Agreement, as adjusted by an extension of Contract Time. (d) Should the updated schedule required by Article 12 show CONTRACTOR to be seven (7) or more days behind the adjusted schedule at any time during the last thirty (30) days before the Contract Time as adjusted by an extension of Contract Time. (e) Should the updated schedule required by Article 12 contain major or minor changes which may affect Contract Time. (f) Should OWNER have reason to believe that the Project will not be completed within the Contract Time, or any granted extensions thereto. In the event CONTRACTOR does not comply with the requirements of this paragraph 4.04.2, OWNER may carry out the Work in accordance with paragraph 3.03. 4.04.3 CONTRACTOR shall be responsible to OWNER for the acts and omissions of all its employees and all Subcontractors, Sub-subcontractors, and their agents and employees, and other persons performing portions of the Work under a contract with CONTRACTOR. 4.04.4 Any review of Work in process, or any visit or observation during construction, or any clarification of the Contract Documents by OWNER or ENGINEER, or any agent, employee, or representative of OWNER and ENGINEER, whether through personal observation on the Job Site or by means of approval of Shop Drawings for temporary construction or construction processes, or by other means or methods, is agreed by CONTRACTOR to be for the purpose of observing the extent and nature of Work completed or being performed, as measured against the Contract Documents or for the purpose of enabling CONTRACTOR to more fully understand the Contract Documents so that the completed construction Work will conform thereto, and shall in no way relieve CONTRACTOR from full and complete responsibility for the proper performance of the Work, including, but without limitation, the propriety of means and methods of CONTRACTOR in performing the Contract. Deviation by CONTRACTOR from the Contract Documents, whether called to CONTRACTOR's attention or not shall in no way relieve CONTRACTOR from its responsibility to complete all Work in accordance with the Contract Documents. 4.04.5 Unless otherwise specifically noted, CONTRACTOR shall provide and pay for all appliances, labor, materials, tests, equipment, tools, construction equipment and machinery, water, heat, utilities, telephone, fuel, transportation, and other facilities and services necessary for the proper execution, completion and start up of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. GENERAL CONDITIONS 00700- 12 1-19-2017 (2-24-1999 revised) 4.04.6 CONTRACTOR shall at all times enforce strict discipline and good order among its employees and shall not employ on the Work any unfit person or anyone not skilled in the task assigned to him. 4.05 Temporary Facilities and Services. Except as otherwise provided herein, OWNER shall not be liable to CONTRACTOR or any Subcontractor or Sub-subcontractor for the furnishing of any temporary facilities or services of any nature whatsoever, or for the costs thereof, required by them, or any of them, in the performance of the Work. 4.05.1 CONTRACTOR shall provide, or cause to be provided, such temporary facilities, utilities and services as may be required or desirable for the proper, efficient and safe performance of the Work; provided, however, that the location of any facilities and the extent of the facilities and services to be so provided by CONTRACTOR shall be subject to the approval of OWNER and to such conditions as OWNER may prescribe. Such temporary facilities and services shall include, but not necessarily be limited to: (a) office trailer or facility and storage facilities (any such temporary structures shall be properly secured and anchored and shall also be weather-tight, painted, adequately lighted and vented, and have raised floors and solid sheathed composition roofs); (b) electric power, the distribution point for which shall be at the approximate location indicated in the Contract Documents; (c) sanitary toilet facilities; (d) barricades and fences; (e) water supply; and (f) flood lights, clusters and spot illumination if operations are performed during the hours of darkness (permanently installed lighting fixtures, lamps, and tubes will not be permitted for construction work without the prior approval of OWNER). 4.06 Samples and Shop Drawings. 4.06.1 Samples. Samples are physical examples furnished by CONTRACTOR to illustrate materials, equipment or workmanship, and to establish standards by which the Work will be judged. 4.06.2 Shop Drawings. Shop Drawings are all drawings, diagrams, illustrations, schedules and other data which are specifically prepared by or for CONTRACTOR to illustrate some portion of the Work, and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other information prepared by a Supplier and submitted by CONTRACTOR to illustrate material or equipment for some portion of the Work. 4.06.3 CONTRACTOR shall review, approve and submit to ENGINEER Shop Drawings, Samples and similar submittals required by the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of OWNER or of separate contractors. Submittals made by CONTRACTOR which are not required by Contract Documents may be returned without action. All samples will have been checked by and accompanied by a specific written indication that CONTRACTOR has satisfied CONTRACTOR's responsibilities under the Contract Documents with respect to the review of the submission and will be identified clearly as to material, Supplier, pertinent data, such as catalog numbers, and the use for which intended. 4.06.4 All Shop Drawings shall be in strict compliance with the Contract Documents. The CONTRACTOR may seek a deviation by requesting a Change Order or Field Order. All approved Change Orders and Field Orders shall be incorporated into the Shop Drawings. All Shop Drawings shall bear a duly executed statement by the CONTRACTOR that: GENERAL CONDITIONS 00700- 13 1-19-2017 (2-24-1999 revised) THIS SHOP DRAWING HAS BEEN REVIEWED AND DETERMINED TO BE IN COMPLIANCE WITH THE CONTRACT DOCUMENTS INCLUDING DRAWINGS AND SPECIFICATIONS AS MODIFIED BY ADDENDA, CHANGE ORDERS AND FIELD ORDERS. CONTRACTOR'S AUTHORIZED REPRESENTATIVE: ______________________________________ SIGNATURE BY: _______________________________ DATE: _____________________ By approving and submitting Shop Drawings or Samples or similar submittals, CONTRACTOR represents that it has determined and verified all materials, field measurements, and field construction criteria related thereto, or will do so, and that it has checked and coordinated the information contained within such submittals with the requirements of the Work and the Contract Documents. The data shown on the Shop Drawings submitted by CONTRACTOR is required to be complete with respect to quantities, dimensions, specified performance and design criteria, materials and similar data to enable ENGINEER to review the information. 4.06.5 ENGINEER will review and approve with reasonable promptness Shop Drawings and Samples, but ENGINEER's review and approval will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences or procedures of construction (except where a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. CONTRACTOR shall make corrections required by ENGINEER, and shall return the required number of corrected copies of Shop Drawings and submit as required new Samples for review and approval. 4.06.6 CONTRACTOR shall not be relieved of responsibility for any deviation from the requirements of the Contract Documents by ENGINEER's approval of the Shop Drawings, Samples or similar submittals under paragraph 4.06.5 unless CONTRACTOR has specifically informed ENGINEER in writing in such deviation prior to submission and ENGINEER has given specific approval to the specific deviation, by Change Order or by Field Order. CONTRACTOR shall not be relieved from responsibility for errors or omissions in the Shop Drawings, Samples or similar submittals by ENGINEER's approval thereof, unless specifically approved by Change Order or Field Order. 4.06.7 No portion of the Work requiring a Shop Drawing or Sample shall be commenced until the submission has been approved by ENGINEER. All portions of the Work shall be in accordance with approved Shop Drawings, Samples and other similar submittals. 4.07 Equipment, Materials and Construction of Project. CONTRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatuses, accessories, facilities, all means of construction, and any and all parts of the Work, whether CONTRACTOR has been paid, partially paid, or not paid for such Work, until the entire Work is completed and Final Acceptance has been achieved. GENERAL CONDITIONS 00700- 14 1-19-2017 (2-24-1999 revised) 4.08 Safety Precautions and Programs. CONTRACTOR shall be responsible for initiating, maintaining and supervising safety precautions and programs, including any trench safety system and shoring requirements required by federal, state, or local law, in connection with the Work at the Job Site. CONTRACTOR shall take all necessary precautions for the safety of, and shall provide protection to prevent damage, injury or loss to: (1) All employees on the Work and all other persons who may be affected thereby. (2) All the Work and all materials to be incorporated therein, whether in storage on or off the site. (3) Other property at the site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, and utilities not designated for removal, relocation, or replacement in the course of construction. CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks and other safety devices as are required for proper safety. The safety precautions actually taken and their adequacy shall be the sole responsibility of CONTRACTOR, acting at its discretion as an independent contractor. CONTRACTOR shall be fully and completely liable, at its own expense, for design, construction, installation and use, or nonuse, of all items and methods incident to performance of the Contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, trench safety, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by it during construction, and shall indemnify OWNER and ENGINEER under paragraphs 4.13, 4.15.1, 6.13, 9.03, and 14.08.3 from any related claim. In the event there is an accident involving injury to any individual on or near the Work, CONTRACTOR shall immediately notify OWNER and ENGINEER of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through the use of photographs, interviewing witnesses, obtaining of medical reports and other documentation that defines the event. Copies of such documentation shall be provided to OWNER and ENGINEER for their records. 4.09 Compliance with Applicable Safety Laws. CONTRACTOR and all Subcontractors and Sub-subcontractors shall comply with all applicable federal, state, and local laws, ordinances, rules, regulations, and orders of any public authority having jurisdiction for the safety of persons or property to protect them from damage, injury, or loss, including all requirements of Public Law 91-596, 29 U.S.C. Section 651, et. seq., the Occupational Safety and Health Act of 1970, and all amendments thereto and the trench safety standards enumerated in 29 C.F.R. Section 1926.650 et. seq., (1988) and all amendments thereto. On projects in which the trench excavation will exceed five feet in depth, the CONTRACTOR and all Subcontractors and Sub-subcontractors shall comply with the trench safety and shoring requirements, which are more fully described in the Supplementary Conditions, and Specifications. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America, except where incompatible with federal, state, or municipal laws or GENERAL CONDITIONS 00700- 15 1-19-2017 (2-24-1999 revised) regulations. Pursuant to H.B. 1569, these General Conditions require that the bid documents provided to all bidders and the Contract include: (1) a reference to the Occupational Safety and Health Administration's standards for trench safety that will be in effect during the period of construction of the project; (2) a copy of the special shoring requirements, if any, of the state, with a separate pay item for such special shoring requirements; (3) a copy of any geotechnical information that was obtained by the owner for use by the contractor in the design of the trench safety system; and (4) a separate pay item for trench excavation safety protection. 4.10 Emergencies. In any emergency affecting the safety of persons or property, CONTRACTOR shall act to prevent threatened damage, injury or loss. Any additional compensation or extension of Contract Time claimed by CONTRACTOR resulting from emergency work shall be considered in accordance with Article 11 - Change Orders and Minor Changes. Should CONTRACTOR and his agents fail to respond and take action to alleviate such an emergency situation, ENGINEER may recommend OWNER's forces to take action as necessary to remedy the emergency condition. In such a case, OWNER may proceed under paragraph 3.03. 4.11 CONTRACTOR Remedy of Damage. CONTRACTOR shall promptly remedy all damages and loss (other than damage or loss insured under property insurance required by the Contract Documents) to any property caused in whole or in part by CONTRACTOR, Subcontractor, Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable and for which CONTRACTOR is responsible, except damage or loss attributable to OWNER or ENGINEER or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to the fault or negligence of CONTRACTOR. The foregoing obligations of CONTRACTOR are in addition to its obligations elsewhere in the Contract Documents. 4.12 Protection Against Royalties or Patented Invention. CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letter patent or copyright by suitable legal agreement with the patentee or owner of the copyright. CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright rights, and shall indemnify and save OWNER and ENGINEER harmless from any loss on account thereof, including court costs, reasonable attorneys' fees, and expenses. 4.13 Laws and Ordinances. CONTRACTOR shall at all times observe and comply with all federal, state, and local laws, ordinances, rules, regulations, and orders of any public authority, which in any manner affect the Contract or the Work. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments, and costs, including reasonable attorneys' fees and expenses arising from the violation of any such laws, ordinances, rules, regulations, and orders of any public authority whether by CONTRACTOR or its employees, except where such violations are called for by the provisions GENERAL CONDITIONS 00700- 16 1-19-2017 (2-24-1999 revised) of the Contract Documents. If CONTRACTOR observes that the Plans and Specifications are at variance therewith, it shall promptly notify ENGINEER in writing, and, if appropriate, a Change Order shall be issued for any necessary changes. If CONTRACTOR performs any Work knowing it to be contrary to such laws, ordinances, rules, and regulations, and without such notice to ENGINEER, it shall assume full responsibility therefore and shall bear all costs attributable thereto. OWNER is a political subdivision of the State of Texas. The law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which OWNER may enter into contract, shall be controlling, and shall be considered as part of this Contract, to the same effect as though embodied herein. Maintaining clean water, air and earth, or improving thereon, shall be regarded as of prime importance. CONTRACTOR shall plan and execute his operations in compliance with applicable federal, state, and local laws and regulations concerning the control and abatement of water pollution and the prevention and control of air pollution. CONTRACTOR shall exercise care to preserve the natural landscape within the Job Site and shall conduct its construction operations so as to prevent any unnecessary destruction, scarring or defacing of the natural surroundings in the vicinity of the Work. Except where clearing is required for permanent construction, trees and vegetation shall be preserved and protected from damage which may be caused by equipment and construction operations. Where unnecessary destruction or damage occurs as a result of CONTRACTOR's operations to trees, replacement or correction shall be made at CONTRACTOR's expense as directed by ENGINEER. Prevention of noise pollution shall be a responsibility of CONTRACTOR. Garbage, trash, and material debris shall be picked up daily and deposited in a suitable receptacle provided and maintained by CONTRACTOR. Measures shall also be implemented to prevent the escape of mud and excess concrete. 4.14 Assignment and Subletting. CONTRACTOR further agrees to retain personal control and to give personal attention to the fulfillment of this Contract and not to assign or sublet the Contract without the written consent of OWNER, and that no part or feature of the Work will be sublet to anyone objectionable to ENGINEER or OWNER. CONTRACTOR further agrees that the subletting of any portion or feature of the Work, or materials required in the performance of this Contract, shall not relieve CONTRACTOR from its obligations to OWNER, as provided by this Agreement. Neither this Agreement, nor any right, privilege or cause of action arising hereunder may be assigned in whole or in part for any purpose, and whether in settlement of litigation or not, and any purported assignment shall be null, void and unenforceable without the written consent of the OWNER. The OWNER and the CONTRACTOR each binds itself and its successors and assigns to the other party with respect to all covenants of this Agreement. 4.15 Indemnification. 4.15.1 Notwithstanding any of the insurance requirements or limits of liability set forth in Article 8, CONTRACTOR shall defend, indemnify and hold harmless OWNER and ENGINEER and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, arising out of or resulting from the performance of the Work, provided that any such damage, claim, loss, demand, suit, judgment, cost, or expense: (a) Is attributable to bodily injury, sickness, disease or death to any person including CONTRACTOR's employees and any Subcontractor's or Sub- GENERAL CONDITIONS 00700- 17 1-19-2017 (2-24-1999 revised) subcontractor's employees or to injury to or destruction of tangible property including CONTRACTOR's property (other than the Work itself) and the property of any Subcontractor or Sub-subcontractor, including the loss of use resulting therefrom; or (b) Is caused in whole or in part by any intentional or negligent act or omission of CONTRACTOR, any Subcontractor, any Sub-subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 4.15.2 The obligations of CONTRACTOR under this paragraph 4.15 shall not extend to the liability of ENGINEER, ENGINEER's consultants, and agents and employees of any of them arising out of (1) the preparation of maps, drawings, opinions, reports, surveys, Change Orders, designs or Specifications, or (2) the giving of or the failure to give directions or instructions by ENGINEER, ENGINEER's consultants, and agents and employees of any of them provided such giving or failure to give is the primary cause of the injury or damage. 4.15.3 In any and all claims against OWNER or ENGINEER, or any of their agents or employees, by any employee of CONTRACTOR, any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them or anyone of whose acts any of them may be liable, the indemnification obligation under this paragraph 4.15 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for CONTRACTOR or any Subcontractor or Sub-subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. 4.15.4 Especially in consideration of CONTRACTOR's right to control of the Job Site and the actual execution of construction, it is covenanted that CONTRACTOR shall be liable for all claims, suits and actions for damages to property based on inverse condemnation, trespass, or otherwise, resulting from actions of CONTRACTOR, any employee of CONTRACTOR, any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, and shall indemnify OWNER for any debts, charges or costs arising therefrom, including reasonable attorneys' fees and expenses. 4.15.5 Notwithstanding anything herein to the contrary, CONTRACTOR hereby agrees to indemnify, defend and hold harmless OWNER, its officers, employees, directors and agents, from and against all claims, causes of action, losses, damages, suits, liability, costs and expenses, including expenses of litigation, such as court costs and OWNER’s attorney’s fees, (a) for loss of or damage to any property and for injuries to or sickness or death to any person(s), including but not limited to, employees of OWNER, caused by, arising out of, or which are related, directly or indirectly, to any work or services performed from time to time by CONTRACTOR, and (b) for damage to any property of, or for injuries to or sickness or death of any of CONTRACTOR’s employees or invitees, or of any of its Subcontractor’s employees or invitees of any of them, from any cause, which damage, injury, sickness or death occurs from time to time on or in the vicinity of OWNER’s premises. THIS INDEMNITY SHALL APPLY EVEN THOUGH THE LOSS OF OR DAMAGE TO PROPERTY OR THE INJURY TO OR SICKNESS OR DEATH OF A PERSON IS CAUSED BY, ARISES OUT OF OR IS RELATED, DIRECTLY OR INDIRECTLY, TO ANY DEFECT IN OR THE CONDITION OF OWNER’S PREMISES OR TO ANY DEFECT IN OR THE CONDITION OF ANY FACILITIES, EQUIPMENT, TOOLS OR OTHER ITEMS WHICH MAY BE PROVIDED GENERAL CONDITIONS 00700- 18 1-19-2017 (2-24-1999 revised) BY OWNER, WHETHER OR NOT SUCH DEFECT OR CONDITION WAS KNOWN BY OWNER. THIS INDEMNITY SHALL APPLY REGARDLESS OF WHETHER OR NOT ANY SUCH DAMAGE TO OR LOSS OF ANY PROPERTY OR ANY SUCH INJURY TO OR SICKNESS OR DEATH OF ANY PERSON IS CAUSED BY THE CONTRIBUTING OR CONCURRENT NEGLIGENCE OR FAULT OF OWNER, ITS EMPLOYEES, OFFICERS, DIRECTORS OR AGENTS AND ALSO EVEN THOUGH OWNER IS STRICTLY LIABLE FOR ANY SUCH INJURY, SICKNESS, DEATH OR DAMAGE. UNDER THE PROVISIONS OF THIS INDEMNITY, CONTRACTOR IS AGREEING TO INDEMNIFY OWNER AND ITS EMPLOYEES, OFFICERS, DIRECTORS AND AGENTS FROM THEIR OWN NEGLIGENCE OR FAULT. 4.16 CONTRACTOR's Warranty. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all materials and equipment furnished under this Contract will be of good quality and new unless otherwise required or permitted by the Contract Documents, and that all Work will be good quality, free from faults and defects in material, equipment, and workmanship, and that all Work will be in accordance with the Contract Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, will be considered Defective Work. Prompt written notice of all defects shall be given to CONTRACTOR by OWNER or ENGINEER. All Defective Work, whether or not in place, may be rejected, corrected, or accepted as provided in paragraphs 6.02 and 6.04. This warranty is not limited by the provisions of paragraph 6.02. CONTRACTOR shall, if requested by OWNER or ENGINEER, furnish satisfactory evidence as to the kind and quality of materials and equipment. Materials described in works which have a well known technical or trade meaning shall be held to refer to recognized standards. CONTRACTOR warrants and guarantees to OWNER and ENGINEER that Work constructed, and equipment provided, by CONTRACTOR is suitable for its intended purpose as designed by ENGINEER. CONTRACTOR does not warrant that the design of ENGINEER is suitable for its intended purpose. 4.17 Lines and Grades. Unless otherwise specified, all horizontal and vertical controls shall be furnished by ENGINEER or its Representative, the remaining lines and grades shall be established by CONTRACTOR using ENGINEER's furnished horizontal and vertical controls. Whenever necessary, construction work shall be suspended to permit performance of this Work, but such suspension will be as brief as practicable and CONTRACTOR shall be allowed no change to the Contract Sum or Contract Time therefor. CONTRACTOR shall give ENGINEER ample notice of the time and place where horizontal and vertical controls will be needed. All stakes, marks, etc., shall be carefully preserved by CONTRACTOR, and in case of careless destruction or removal by it or its employees, such stakes, marks, etc., shall be replaced at CONTRACTOR's expense. ARTICLE 5 GENERAL RESPONSIBILITIES AND OBLIGATIONS - ENGINEER 5.01 Adequacy of Design. Design professionals have prepared and sealed the Drawings. The adequacy of the design, sufficiency of the Contract, and the practicability of the operations of the completed project are not warranted by OWNER. ANY REVIEW OR APPROVAL OF THE DRAWINGS AND SPECIFICATIONS OR THE CONTRACT GENERAL CONDITIONS 00700- 19 1-19-2017 (2-24-1999 revised) DOCUMENTS BY OWNER, ITS EMPLOYEES, CONSULTANTS OR AGENTS, IS SOLELY FOR THE BENEFIT OF OWNER, IS NOT FOR THE BENEFIT OF ANY THIRD PARTIES, AND IS NOT INTENDED TO CREATE ANY EXPRESS OR IMPLIED WARRANTIES OF THE ADEQUACY OF THE DESIGN OR SUFFICIENCY OF THE CONTRACT OR TO IMPOSE ANY ADDITIONAL DUTIES OR RESPONSIBILITIES UPON OWNER. ENGINEER remains liable for damage that is caused by, or results from defects in the Drawings design or Specifications prepared, approved or used by ENGINEER. CONTRACTOR and OWNER are not responsible for design errors or omissions of ENGINEER. 5.02 Review of Applications for Payment. ENGINEER shall review CONTRACTOR's Applications for Payment and supporting data, determine the amount owed to CONTRACTOR and approve, in writing, payment to CONTRACTOR in such amounts; such approval of payment to CONTRACTOR constitutes a representation to OWNER of ENGINEER's professional judgment that the Work has progressed to the point indicated, to the best of its knowledge, information and belief, but such approval of an Application for Payment to CONTRACTOR shall not be deemed as a representation by ENGINEER that ENGINEER has made any examination to determine how or for what purpose CONTRACTOR has used the monies paid on accounts of the Contract Sum. Unless otherwise indicated, retainage is to be determined as set forth in paragraph 14.03. 5.03 Horizontal and Vertical Controls. Unless otherwise specified, all horizontal and vertical controls shall be furnished by ENGINEER or its representative, the remaining lines and grades shall be established by CONTRACTOR using ENGINEER's furnished horizontal and vertical controls. 5.04 No Employment of ENGINEER by CONTRACTOR. ENGINEER shall not accept nor shall CONTRACTOR offer employment or a subcontract to ENGINEER or ENGINEER's consultants, employees or subcontractors for any portions of the Work to be performed by CONTRACTOR on this Project. 5.05 ENGINEER's Authority. Neither ENGINEER's authority to act under this Article 5 or elsewhere in the Contract Documents nor any decision made by ENGINEER in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of ENGINEER to CONTRACTOR, any Subcontractor, any Sub-subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. 5.06 ENGINEER's Review of Work. Whenever in the Contract Documents the terms "as ordered", "as directed", "as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper" or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review or judgment of ENGINEER as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents unless there is a specific statement indicating otherwise. The use of any such term or adjective shall not be effective to assign to ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of paragraph 5.07. 5.07 ENGINEER's Responsibility. ENGINEER will not be responsible for CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, and ENGINEER will not be responsible for CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract GENERAL CONDITIONS 00700- 20 1-19-2017 (2-24-1999 revised) Documents. ENGINEER will not be responsible for the acts or omissions of CONTRACTOR or of any Subcontractor, any Sub-subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. ARTICLE 6 UNCOVERING, CORRECTION AND TESTING OF WORK 6.01 Uncovering of Work. 6.01.1 If any Work should be covered contrary to the request of OWNER or ENGINEER, it must, if required by OWNER or ENGINEER, be uncovered for its observation and replaced at CONTRACTOR's expense without any change to the Contract Time or Contract Sum. 6.01.2 If any Work has been covered which has not been specifically requested for observation prior to being covered, OWNER or ENGINEER may request to see such Work, and it shall be uncovered by CONTRACTOR. If such is found to be in accordance with the Contract Documents, the cost and time of uncovering and replacement shall, by appropriate Change Order, be charged to OWNER. If such Work is found to be not in accordance with the Contract Documents, CONTRACTOR shall pay such costs and shall not be entitled to any extension of Contract Time or increase in Contract Sum for any resulting delay. 6.02 Rejection and Correction of Work. 6.02.1 OWNER and ENGINEER shall each have the authority to reject Work which does not conform to the Contract Documents, and CONTRACTOR shall promptly correct all Work so rejected, whether observed before or after Final Acceptance and whether or not fabricated, installed or completed. CONTRACTOR shall bear all costs of correcting such rejected Work, and shall not be entitled to any increase in Contract Time or increase in Contract Sum for resulting delay, and shall, by appropriate Change Order, be charged for the cost of additional engineering services incurred by OWNER. 6.02.2 If, within one (1) year after Substantial Completion of the Work by OWNER or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be Defective or not in accordance with the Contract Documents, CONTRACTOR shall correct it promptly after receipt of a written notice from OWNER or ENGINEER. This obligation shall survive any termination of the Contract. 6.02.3 All such Defective or non-conforming Work shall be removed from the Job Site, and the Work shall be promptly corrected to comply with the Contract Documents without cost to OWNER. 6.02.4 CONTRACTOR shall bear the cost of making good all Work, as well as damage to any other structures or facilities destroyed or damaged by such removal or correction. 6.02.5 If CONTRACTOR fails within a reasonable time after written notice by OWNER or ENGINEER to proceed to correct and to correct Defective or non-conforming Work or to remove and replace rejected Work as required by OWNER or ENGINEER in accordance with GENERAL CONDITIONS 00700- 21 1-19-2017 (2-24-1999 revised) paragraph 6.02.1, or if CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if CONTRACTOR fails to comply with any other provision of the Contract Documents, OWNER may, after seven (7) days' written notice to CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this paragraph, OWNER shall proceed expeditiously. To the extent necessary to complete corrective and remedial action, OWNER may exclude CONTRACTOR from all or part of the Job Site, take possession of all or part of the Work and suspend CONTRACTOR's services related thereto, take possession of CONTRACTOR's tools, appliances, construction equipment and machinery at the Job Site, and incorporate in the Work all materials and equipment stored at the site or for which OWNER has paid CONTRACTOR but which are stored elsewhere. CONTRACTOR shall allow OWNER, OWNER's Representative, agents, and employees such access to the site as may be necessary to enable OWNER to exercise the rights and remedies under this paragraph. All reasonable direct, indirect and consequential costs of OWNER in exercising such rights and remedies will be charged against CONTRACTOR in an amount approved by ENGINEER, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and OWNER shall be entitled to an appropriate decrease in the Contract Sum, and, if the parties are unable to agree as to the amount thereof, OWNER may make a claim therefor as provided in Article 11. Such direct, indirect and consequential costs will include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals; all court costs; and all costs of repair and replacement of Work of others destroyed or damaged by correction, removal or replacement of CONTRACTOR's Defective Work. CONTRACTOR shall not be allowed an extension of Contract Time or increase in Contract Sum because of any delay in performance of the Work attributable to the exercise by OWNER of OWNER's rights and remedies hereunder. 6.02.6 If CONTRACTOR fails to correct such Defective or nonconforming Work, OWNER may correct it in accordance with paragraph 3.03 hereof. In the event of a defect found after the Final Acceptance of the Work by OWNER or ENGINEER which CONTRACTOR is obligated to correct pursuant to this paragraph, OWNER may, at its option and in lieu of giving CONTRACTOR an opportunity to correct such defect, cause such corrective work to be done by others or itself and charge CONTRACTOR with the cost thereof. Such charge shall be due and payable upon presentation. 6.03 Tests. If the Contract Documents, laws, ordinances, rules, regulations, or orders of any public authority having jurisdiction require any work to be inspected, tested or approved, CONTRACTOR shall assume full responsibility therefor, pay all costs in connection therewith, and furnish to OWNER the required certificates of inspection, testing or approval, CONTRACTOR shall give OWNER and ENGINEER timely notice of its readiness and of the date arranged so OWNER and ENGINEER may observe such inspection, testing or approval. In addition, OWNER or ENGINEER may require special inspection, testing or approval of material or Work for compliance with the requirements of the Contract Documents. Upon OWNER-authorized direction of ENGINEER, CONTRACTOR shall promptly arrange for such special testing, inspection, or approval procedure. CONTRACTOR shall bear all costs of the testing, inspection, or approval as well as the cost of replacement of unsatisfactory material or Work as provided by paragraph 6.02. Additionally, CONTRACTOR shall be responsible for the cost of material tested. When directed by OWNER, material compliance with the specifications shall be made by one of the following: 1. Manufacturer's certificate of compliance. 2. Mill certificate. GENERAL CONDITIONS 00700- 22 1-19-2017 (2-24-1999 revised) 3. Testing laboratory certification. 4. Report of actual laboratory test from OWNER's laboratory or from a laboratory satisfactory to OWNER. Samples tested shall be selected by or in the presence of OWNER and the method of testing shall comply with the appropriate testing standards. Neither observations nor inspections, tests or approvals by others shall relieve CONTRACTOR from CONTRACTOR's obligations to perform the Work in accordance with the Contract Documents, and in no event shall the provisions of this paragraph be construed to impose any obligation upon OWNER by CONTRACTOR or his surety. 6.04 Acceptance of Defective or Non-conforming Work. If OWNER prefers to accept Defective or non-conforming Work, it may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect an appropriate reduction in the Contract Sum; or, if the amount is determined after Final Payment, it shall be paid to OWNER by CONTRACTOR. CONTRACTOR shall bear all direct, indirect and consequential costs attributable to OWNER's evaluation of and determination to accept such Defective Work. 6.05 OWNER's Right to Stop Work. If CONTRACTOR fails to correct Defective Work or persistently fails to supply sufficient skilled workmen or suitable materials or equipment in accordance with the Contract Documents, or fails to comply with any of the requirements of the Contract Documents, OWNER may direct CONTRACTOR to stop the Work, or any portion thereof, until the cause for stopping the Work has been eliminated, and CONTRACTOR shall have no right or claim against OWNER for an extension of Contract Time or increase in Contract Sum for the resulting delay. However, this right of OWNER to stop the Work shall not give rise to any duty on the part of OWNER to exercise this right for the benefit of CONTRACTOR or any other party. 6.06 Use of Job Site. CONTRACTOR shall confine operations at the Job Site to areas permitted by law, ordinances, permits, and the Contract Documents and shall not unreasonably encumber the site with any materials or equipment. 6.07 Cutting and Patching of Work. CONTRACTOR shall be responsible for all cutting, fitting or patching of its Work that may be required to complete the Work or to make its several parts fit together properly with the work of OWNER or other contractors, except as otherwise specifically provided in the Contract Documents. CONTRACTOR shall not damage or endanger any portion of the Work or the work of OWNER or any separate contractor by cutting, or otherwise altering any Work by excavation. CONTRACTOR shall not cut or otherwise alter the Work of OWNER or any separate contractor except with the written consent of ENGINEER, OWNER, and of any such separate contractor. CONTRACTOR shall not unreasonably withhold from OWNER or any separate contractor its consent to cutting or otherwise altering the Work. OWNER shall coordinate the Work of others, and any costs caused by Defective or ill-timed Work shall be borne by the party responsible therefor, as may be determined by OWNER. 6.08 Cleaning Up. CONTRACTOR at all times shall keep the Job Site free from accumulation of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, or earlier if directed by OWNER, CONTRACTOR shall remove all its waste materials, rubbish and other debris from and about the Job Site for disposal as required GENERAL CONDITIONS 00700- 23 1-19-2017 (2-24-1999 revised) by law, and remove its tools, construction equipment, machinery and surplus materials. CONTRACTOR shall clean all glass surfaces and leave the Work "broom-clean" or its equivalent, except as otherwise specified. CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. If CONTRACTOR fails to clean up at the completion of the Work, or when directed to do so by OWNER, or restore the property not designated for alteration, OWNER may do so, and the cost thereof shall be charged to CONTRACTOR as provided in paragraph 3.03. 6.09 Record Drawings and Specifications at the Job Site. CONTRACTOR shall maintain, at the Job Site, one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, Change Orders and Field Orders, in good order and marked to record all changes made during construction. These shall be referred to as the Record Drawings and shall be available to OWNER and ENGINEER. The Record Drawings, marked to record all changes made during construction, shall be delivered to OWNER's Representative upon completion of the Work as required by paragraph 14.08.3. Record Drawings shall be updated daily. Failure of CONTRACTOR to maintain Record Drawings shall be grounds for withholding CONTRACTOR's progress payments until Record Drawings are properly updated. 6.10 Copies of Contract Documents Furnished and Ownership. 6.10.1 Unless otherwise provided in the Contract Documents, ENGINEER will furnish to CONTRACTOR, free of charge, all copies of Drawings and Specifications as specified in the Supplementary Conditions. Additional copies of Drawings and Specifications will be provided to CONTRACTOR at the cost of reproducing the Drawings and Specifications. 6.10.2 All Drawings, Specifications and copies thereof furnished to CONTRACTOR by ENGINEER are and shall remain OWNER's property. They are not to be used on any other project, and, with the exception of one contract set for each party to the Contract, are to be returned to OWNER's Representative at the completion of the Work. 6.11 Right of Entry and Right of Way. 6.11.1 OWNER reserves the right to enter the Job Site, by such agent or agents as it may elect, for the purpose of inspecting the Work, or for the purpose of constructing or installing such collateral Work as OWNER may desire. 6.11.2 OWNER will furnish, as indicated in the Contract Documents or in Site Certificates, and without cost to CONTRACTOR, the land upon which the Work is to be performed and rights-of-way and easements for the proposed construction, to the extent indicated by the Drawings or in the Site Certificates. Any additional right-of-way or easement area needed by or for the convenience of CONTRACTOR shall be obtained by and at the expense of CONTRACTOR. 6.12 Losses From Natural Causes. Unless otherwise specified, all loss or damage to CONTRACTOR arising out of the nature of the Work to be done, the action of the elements or from the weather or other natural causes except as set forth in paragraph 10.03.1, 10.03.2, and 10.03.3, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstruction or difficulties which may be encountered in the prosecution of the Work, shall be sustained and borne by CONTRACTOR at its own cost and expense. 6.13 Protection of Adjoining Property. CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be GENERAL CONDITIONS 00700- 24 1-19-2017 (2-24-1999 revised) injured or seriously affected by any process of construction to be undertaken under this Contract, from any damage or injury by reason of the process of construction. CONTRACTOR shall be liable for any and all claims for such damage on account of its failure to fully protect all adjoining property. CONTRACTOR agrees to indemnify, save and hold harmless OWNER and ENGINEER against any claim or claims for damages, including reasonable attorneys' fees and expenses, due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the Contract, regardless of whether or not it is caused wholly or in part by a party indemnified hereunder. In the event of injury, the requirements of paragraph 4.15 shall apply. ARTICLE 7 OTHER WORK 7.01 OWNER May Perform Other Work. OWNER may, at its discretion, perform other work related to the project at the Job Site by OWNER's own forces, have work performed by utility owners or let direct contracts therefor. When separate contracts are awarded for other portions of the Project, "CONTRACTOR" in the Contract Documents in each case is CONTRACTOR who signs each separate contract. 7.02 Opportunity to Work. CONTRACTOR shall afford other contractors (or OWNER, if OWNER is performing the additional work with OWNER's employees) reasonable opportunity for the introduction and storage of their materials and equipment and the execution of their work, and shall properly connect and coordinate its Work with others. CONTRACTOR expressly recognizes that it is the intended beneficiary of the proper and timely performance of any other contractors, and that they are the intended beneficiaries of CONTRACTOR's proper and timely performance. 7.03 Acceptance of Others' Work. If any part of CONTRACTOR's Work depends on the proper execution or results of the work of any other separate contractor, including OWNER, this CONTRACTOR shall inspect and promptly report to ENGINEER any apparent discrepancies or defects in such other work that renders it unsuitable for the proper execution and results of CONTRACTOR's Work. Failure of CONTRACTOR to inspect and report shall constitute an acceptance of the other contractor's or OWNER's work as fit and proper to receive its Work, except as to defects which may develop in the other separate contractor's or OWNER's work after the execution of CONTRACTOR's Work. 7.04 Damage to Other Contractors. Should CONTRACTOR cause damage to the work or property of any separate contractor, CONTRACTOR shall, upon due notice, settle with such other contractor by agreement or arbitration, if it will so settle. If such separate contractor sues OWNER or initiates an arbitration proceeding on account of any damage alleged to have been so sustained, OWNER shall notify this CONTRACTOR, who shall defend such proceedings at its own expense, and if any judgment or award against OWNER arises therefrom, this CONTRACTOR shall pay or satisfy it and reimburse OWNER for all attorneys' fees, expenses, and court or arbitration costs which OWNER has incurred. 7.05 Damage by Other Contractors. Should a separate contractor cause damage to the Work or to the property of CONTRACTOR or cause delay or interference with CONTRACTOR's performance of the Work, CONTRACTOR shall present to the separate contractor any claims it may have as a result of such damage, delay or interference (with an GENERAL CONDITIONS 00700- 25 1-19-2017 (2-24-1999 revised) information copy to OWNER), and shall attempt to settle the claim against the separate contractor prior to the institution of litigation or arbitration. In no event shall this CONTRACTOR seek to recover from OWNER and/or ENGINEER, and CONTRACTOR hereby represents to OWNER and ENGINEER that it will not seek to recover from them, jointly or severally, any costs, expenses (including, but not limited to, attorneys' fees), or losses of profit incurred by CONTRACTOR as a result of any damage to the Work or property of CONTRACTOR or any delay or interference caused or allegedly caused by any separate contractor. CONTRACTOR shall not be entitled an extension of Contract Time or an increase in Contract Sum on account of any delay caused by a separate contractor. 7.06 OWNER's Right to Clean Up. If a dispute arises between the separate contractors as to their responsibility for cleaning up as required by paragraph 6.08, OWNER may clean up and charge the cost thereof to the several contractors by appropriate Change Order. ARTICLE 8 BONDS AND INSURANCE 8.01 Bid, Performance, Payment and Special Bonds 8.01.1 Unless otherwise specified, it is further agreed by the parties to this Contract that CONTRACTOR will execute separate Performance and Payment Bonds, each in the sum of one hundred percent (100%) of the total Contract Sum, in standard forms for this purpose, guaranteeing faithful performance of the Work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing CONTRACTOR any equipment in the execution of the Contract, and it is agreed that this Contract shall not be in effect until such Performance and Payment Bonds are furnished and approved by OWNER. The performance and Payment Bonds shall contain the following endorsement: The Surety for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or work to be performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and that it does hereby waive notice of any such change, extension of time, alteration or addition of the terms of the contract, or to the work to be performed thereunder. The Performance and Payment Bonds shall remain in effect at least until one year after Final Completion, except as otherwise required by law. CONTRACTOR shall also furnish such other Bonds as are required by the Supplementary Conditions. 8.01.2 Unless otherwise approved in writing by OWNER, the surety company underwriting the Bonds shall be acceptable according to the current 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 Audit Staff Bureau of Accounts, U. S. Treasury Department. Additionally, each Bond shall be executed by a surety company duly authorized and admitted to do business in the State of Texas, licensed by the State of Texas to issue surety bonds, and acceptable to OWNER. All Bonds signed by an GENERAL CONDITIONS 00700- 26 1-19-2017 (2-24-1999 revised) agency must be accompanied by a certified copy of the authority to act. If any surety upon any Bond furnished in connection with the Contract becomes insolvent, or no longer is authorized to do business in Texas, CONTRACTOR shall, within five (5) days, furnish equivalent security acceptable to OWNER to protect the interests of OWNER and of persons supplying labor and materials in the prosecution of the Work contemplated by the Contract. 8.01.3 Unless otherwise specified, the cost of the premium for the Bid, Performance, Payment, and Special Bonds shall be included in CONTRACTOR's Bid. 8.01.4 If the surety on any Bond furnished by CONTRACTOR is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraphs 8.01 and 8.01.2, CONTRACTOR shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to OWNER. 8.02 CONTRACTOR's Liability Insurance. CONTRACTOR, at its own expense, shall purchase, maintain and keep in force, until the work covered in this Contract is completed and accepted by OWNER, such comprehensive general liability and other insurance as is appropriate for the Work being performed and furnished and as will provide protection from claims set forth below which may arise out of or result from CONTRACTOR's operations under the Contract, whether such operations be by CONTRACTOR or by a Subcontractor, Sub- subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. CONTRACTOR's insurer shall be duly authorized to do business in the State of Texas and be satisfactory to OWNER under the provisions of paragraphs 8.01.2 and 8.10: (1) Worker's compensation claims, disability benefit and other similar employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of CONTRACTOR's employees; (3) Claims for damages because of bodily injury, sickness or disease, or death of any person other than CONTRACTOR's employees; (4) Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by CONTRACTOR, or (b) by any other person for any other reason; (5) Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use resulting therefrom; (6) Claims arising out of operation of laws or regulations for damages because of bodily injury or death of any person or for damage to property; and (7) 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. GENERAL CONDITIONS 00700- 27 1-19-2017 (2-24-1999 revised) (8) Claims for damages to the Work, including materials not in place at the site, caused but not limited to fires, lightning, windstorm, hurricane, hail, explosion, riot, civil commotion, smoke, aircraft, land vehicles, vandalism, and malicious mischief as set forth in paragraph 8.04; (9) Claims for all damages caused by the use or storage of explosives or other hazardous materials as set forth in paragraph 16.05; (10) Claims for all damages applicable to CONTRACTOR's contractual obligations under paragraphs 4.15, 8.04, 8.09; and (11) Claims for all damages caused by floods when specified in the Supplementary Conditions. The CONTRACTOR's comprehensive general liability insurance shall include completed operations insurance, and any endorsements necessary to cover partial occupancy by OWNER prior to the completion of the Work covered in this Contract and acceptance by OWNER. Such use and occupancy by OWNER shall not commence before CONTRACTOR's insurers have acknowledged notice and effected necessary changes in coverages in writing. CONTRACTOR's insurers shall consent by endorsement on the applicable policy. CONTRACTOR's property insurance shall not be cancelled or lapse because of any partial occupancy or use by OWNER. 8.03 No Commencement of Work Without Insurance. CONTRACTOR shall not commence Work under this Contract until it has obtained all the insurance required hereunder and certificates of such insurance have been filed with OWNER and ENGINEER and they are satisfactory to OWNER. CONTRACTOR shall also file with OWNER valid Certificates of Insurance covering all Subcontractors and Sub-subcontractors. 8.04 Insurance Coverage. Unless otherwise provided for in the Supplementary Conditions, CONTRACTOR at its own expense, shall purchase, provide and maintain, until the Work covered in this Contract is completed and accepted by OWNER, the following minimum insurance coverages specified in this paragraph and endorsements, if necessary, for partial occupancy or use by OWNER prior to completion of the Work covered in this Contract and acceptance by OWNER. CONTRACTOR's insurer shall be duly authorized to do business in the State of Texas and be satisfactory to OWNER under the provisions of paragraphs 8.01.2 and 8.10. The following specified amounts are minimum coverages and CONTRACTOR shall carry coverage amounts in excess of the specified minimums as necessary to provide full coverage: Type of Coverage Limits of Liability 1. Workers' Compensation Statutory 2. Employer's Liability $100,000 $300,000 each occurrence aggregate GENERAL CONDITIONS 00700- 28 1-19-2017 (2-24-1999 revised) 3. Comprehensive General Liability a. Bodily Injury $500,000 each occurrence b. Property Damage $100,000 $300,000 each occurrence 4. Comprehensive Automobile Liability a. Bodily Injury $300,000 $500,000 each person each occurrence b. Property Damage $300,000 each occurrence 5. Owner's Protective Liability Insurance: CONTRACTOR shall obtain, at its expense, an Owner's Protective Liability Insurance Policy naming OWNER, its employees, and ENGINEER as insured with the following limits: a. Bodily Injury $100,000 $300,000 each person each occurrence 6. Builder's Risk Insurance: CONTRACTOR shall obtain, at its expense, Builder's Risk Insurance upon the Work, including materials not in place at the site, which shall include but not be limited to insurance against the perils of fire, lightning, windstorm, hurricane, hail, explosion, riot, civil commotion, smoke, aircraft, land vehicles, vandalism and malicious mischief in an amount of insurance equal, at all times, to the insurable value of materials delivered and labor performed. The policy so issued in the name of CONTRACTOR shall also name its Subcontractors and Sub-subcontractors and OWNER as additional insureds, as their respective interests may appear. The policy shall have endorsements as follow: This insurance shall be specific as to coverage and not considered as contributing insurance with any permanent insurance maintained on the present premises. 7. Flood insurance, when specified, in the Supplementary Conditions. 8. Blasting Insurance: When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, CONTRACTOR shall obtain, at its expense, blasting insurance and furnish OWNER with a certificate of blasting insurance in the GENERAL CONDITIONS 00700- 29 1-19-2017 (2-24-1999 revised) amount of $300,000 for each contract at least twenty-four (24) hours prior to using explosives or other hazardous materials pursuant to the requirements of paragraph 16.05. 9. Contractual liability insurance pursuant to CONTRACTOR's obligations under paragraph 4.15 and the requirements set forth in paragraphs 8.02 and 8.09. 8.04.1 CONTRACTOR shall be responsible for payment of any deductibles stated in the policies. 8.04.2 All policies shall be endorsed to waive any rights of subrogation the insurance company may acquire, against OWNER, its officers, directors and employees, by reason of the payment of any claim. 8.04.3 In no event shall the procurement and maintenance of the insurance coverage provided for herein modify, reduce, limit or otherwise restrict CONTRACTOR’s indemnification obligations provided for above. 8.04.4 The provisions of the above-referenced insurance agreement are solely for the benefit of OWNER and CONTRACTOR. Accordingly, third parties shall have no rights under or by reason of the provisions of this continuing insurance agreement. 8.05 Certificate of Insurance. CONTRACTOR shall not allow the insurance to expire, terminate or lapse unless new coverage is obtained that is satisfactory to OWNER and the new certificates are filed with OWNER. In the event CONTRACTOR allows the insurance to expire, terminate or lapse, OWNER may, upon discovery, acquire insurance to replace the expired, terminated or lapsed policy, and charge the cost thereof to CONTRACTOR by appropriate Change Order. 8.05.1 Contractor shall furnish to OWNER a certificate or certificates of insurance signed by a duly authorized agent of the company issuing such insurance coverages, detailing the coverages, limits and expiration thereof, and specifying that the same shall not be canceled or materially changed until after 10 days’ notice in writing has been given to OWNER by such insurance company. The certificate, with respect to such general public liability insurance policy, shall also certify that such policy has a “Separation of Insureds” provision in the form which shall be attached to such certificate. 8.06 Cancellation Additional Insured. All policies of insurance required under paragraph 8.04 shall contain a provision or endorsement that the insurance coverage afforded will not be cancelled, materially changed or renewal refused until at least thirty (30) days prior written notice has been given to OWNER and ENGINEER by certified mail. Each liability insurance policy required under the Contract shall name, as additional insureds, OWNER, ENGINEER, and the employees of each. The insurance required by paragraph 8.04 shall be primary with respect to any other insurance available to said additional insureds. All insurance shall remain in effect until Final Payment and at all times thereafter when CONTRACTOR may be correcting, removing or replacing Defective Work. In addition, CONTRACTOR shall maintain completed operations insurance for at least two years after Final Completion and furnish OWNER with evidence of such insurance at Final Payment and one year thereafter. 8.07 Waivers. OWNER and CONTRACTOR waive all rights against each other for all losses and damages caused by any of the perils covered by any property insurance applicable to the Work, and also waive all such rights against the Subcontractors, ENGINEER, GENERAL CONDITIONS 00700- 30 1-19-2017 (2-24-1999 revised) ENGINEER's consultants and all other parties named as insureds in such policies for losses and damages so caused. Each subcontract between CONTRACTOR and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of OWNER, CONTRACTOR, ENGINEER, ENGINEER's consultants and all other parties named as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by OWNER as trustee or otherwise payable under any policy so issued. OWNER and CONTRACTOR intend that any policies of property insurance required by the Contract Documents shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties names as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by ENGINEER or ENGINEER's consultant OWNER will obtain the same, and if such waiver forms are required of any Subcontractor, CONTRACTOR will obtain the same. 8.08 Claims. CONTRACTOR and its Subcontractors or Sub-subcontractors shall assist and cooperate in every manner possible in connection with the adjustment of all claims arising out of the operations conducted under or in connection with the Work, and shall cooperate with the insurance carrier or carriers of OWNER and of CONTRACTOR and its Subcontractors or Sub-subcontractors in all litigated claims and demands which arise out of the operations and which the insurance carrier or carriers are called upon to adjust or resist. 8.09 Contractual Liability Insurance. The comprehensive general liability insurance required by paragraph 8.02 will include contractual liability insurance applicable to CONTRACTOR's obligations under paragraph 4.15.1 through 4.15.5 of this Contract and the Supplemental Conditions. 8.10 Acceptance of Insurance. OWNER has the right to review and reject CONTRACTOR's insurance at all times. OWNER and CONTRACTOR shall each provide to the other such additional information in respect of insurance provided by each as the other may reasonably request. The review of CONTRACTOR's insurance by OWNER or OWNER's Representative shall in no way relieve CONTRACTOR or his insurance responsibilities under the Contract Documents. ARTICLE 9 SUBCONTRACTUAL RESPONSIBILITIES AND RELATIONS 9.01 Subcontracts in Writing Requirements. All subcontracts shall be in writing and shall require all sub-subcontracts to be in writing. Unless otherwise specifically required, CONTRACTOR shall require each Subcontractor, by its subcontract, to the extent of the Work to be performed by the Subcontractor, to be bound to CONTRACTOR by the terms of the Contract Documents and to assume toward CONTRACTOR all the obligations and responsibilities which CONTRACTOR, by the Contract Documents, assumes toward OWNER and ENGINEER. Each subcontract shall preserve and protect the rights of OWNER under the Contract Documents with respect to the Work to be performed by the Subcontractor so that the subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract, the benefit of all rights, remedies and redress GENERAL CONDITIONS 00700- 31 1-19-2017 (2-24-1999 revised) against CONTRACTOR that CONTRACTOR, by the Contract Documents, has against OWNER. CONTRACTOR shall require each Subcontractor to enter into similar written agreements with its Sub-subcontractors. CONTRACTOR shall make available to each proposed Subcontractor, prior to the execution of the Subcontract, copies of the Contract Documents to which the Subcontractor will be bound by this paragraph, and shall identify to the Subcontractor any terms and conditions of the proposed subcontract which may be at variance with the Contract Documents. Each Subcontractor shall similarly make copies of such Contract Documents available to its Sub-subcontractors. CONTRACTOR is bound to see that all Work performed by Subcontractors complies with the Contract Documents. 9.02 No Privity of Contract. Nothing contained in this Contract is intended to, nor shall it, create any contractual relationship between OWNER or ENGINEER and any Subcontractor, Sub-subcontractor, or any other third party. 9.03 Protection Against Claims of Subcontractors, Sub-subcontractors, Laborers, Materialman and Furnishers of Machinery, Equipment and Supplies. CONTRACTOR shall be fully responsible to OWNER and ENGINEER for all acts and omissions of the Subcontractors, Sub-subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with CONTRACTOR, just as CONTRACTOR is responsible for CONTRACTOR's own acts and omission. CONTRACTOR agrees that it will indemnify and save OWNER and ENGINEER harmless from all claims growing out of the lawful demands of Subcontractors, Sub-subcontractors, laborers, workmen, mechanics, materialmen, and of furnishers of machinery and parts thereof, equipment, power tools, and all Suppliers, including commissary, incurred in the furtherance of the performance of this Contract. When so desired by OWNER, CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If CONTRACTOR fails to do so, then OWNER may, at the option of CONTRACTOR, either pay directly any unpaid bills of which OWNER has written notice, or withhold from CONTRACTOR's unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to CONTRACTOR shall be resumed in full in accordance with the terms of this Contract, but in no event shall the provisions of this paragraph be construed to impose any obligation upon OWNER by either CONTRACTOR or its surety. 9.04 Award of Subcontracts and Other Contracts for Portions of the Work. CONTRACTOR shall, prior to the awarding of any subcontract, notify OWNER in writing of the names of all Subcontractors and Sub-subcontractors proposed for the several parts of the Work. CONTRACTOR shall also advise OWNER in writing of any Subcontractors or Sub- subcontractors in which it has a financial interest, and of any Subcontractors or Sub- subcontractors which have a financial interest in it, and the extent of such interests. No Subcontractor or Sub-subcontractor shall be engaged if objected to by OWNER; provided, however, that if OWNER does not take exception to a Subcontractor or Sub-subcontractor in writing within fifteen (15) days of its receipt of such notification, such Subcontractor or Sub- subcontractor shall be deemed acceptable to OWNER. OWNER shall not be liable to CONTRACTOR in any manner arising out of OWNER's objection to a proposed Subcontractor or Sub-subcontractor. Any Work performed on behalf of CONTRACTOR by a Subcontractor or Sub-subcontractor to whom OWNER has objected shall be at CONTRACTOR's risk. CONTRACTOR shall not terminate the employment of a Subcontractor or Sub-subcontractor engaged in the Work prior to the expiration of that Subcontractor's or Sub-subcontractor's contract without good cause shown and OWNER's prior approval. Nothing contained in the GENERAL CONDITIONS 00700- 32 1-19-2017 (2-24-1999 revised) Contract Documents shall create any contractual relationship between OWNER or ENGINEER and any Subcontractor or Sub-subcontractor. 9.05 Subcontracting Does Not Relieve Obligations. CONTRACTOR agrees that the subletting of any portion or feature of the Work or materials required in the performance of this Contract shall not relieve CONTRACTOR from his full obligations to OWNER as provided by this Contract. ARTICLE 10 PROSECUTION AND PROGRESS 10.01 Time of the Essence. Time is of the essence in this Contract and all Work shall be completed to the satisfaction of OWNER within the number or days set forth in the Supplementary Conditions. The time allotted for completion shall be measured in consecutive calendar days. 10.02 Time of Performance. Within the time required, CONTRACTOR shall begin the Work on or before the tenth (10th) day after issuance of the Notice to Proceed, which will consist of a written request by OWNER's Representative or ENGINEER for CONTRACTOR to proceed with construction of the Project. CONTRACTOR shall perform the Work diligently, expeditiously and with adequate resources so as to complete the Work within the Contract Time. 10.03 Time Extension. There will be no extensions of Contract Time except under one or more of the circumstances listed in this paragraph below. Such extensions shall be granted only in accordance with the provisions of paragraphs 10.04 and 11.01. 10.03.1 Delay due to labor strikes beyond the control of CONTRACTOR (including strikes affecting transportation), that do, in fact, directly and critically affect the progress of the Work. However, an extension of Contract Time on account of a labor strike shall not exceed the number of calendar days of work stoppage resulting from that strike. 10.03.2 Delays due to acts of God, tornado, hurricane, lightning, blizzard, earthquake, typhoon, flood, or fire, provided that a negligent act or omission of CONTRACTOR did not contribute to such damage. Except for these circumstances, there will be no extension of Contract Time due to inclement weather, unless CONTRACTOR can substantiate that there was greater than normal inclement weather using ACCUMULATE RECORD MEAN VALUES from climatological data compiled by the U. S. Dept. of Commerce National Oceanic and Atmospheric Administration for the locale for the preceding ten (10) years. 10.03.3 Delays caused by specific orders given by OWNER or ENGINEER to stop Work when the work stoppage is not caused by the fault of the CONTRACTOR, under paragraph 10.05, or to perform extra work pursuant to a Change Order. 10.03.4 Delays caused by use of completed portions of the Work by OWNER under paragraph 14.05. 10.03.5 Delays caused by an act or neglect of OWNER or ENGINEER, or an employee of either which is beyond CONTRACTOR's control. GENERAL CONDITIONS 00700- 33 1-19-2017 (2-24-1999 revised) 10.04 Notice and Extensions of Time. The Contract Time shall be extended by the time during which CONTRACTOR is delayed in the performance of the Work by the causes enumerated in paragraph 10.03 which CONTRACTOR could not reasonably have foreseen and provided against; provided, however, that no claim by CONTRACTOR for an extension of Contract Time for delays shall be considered unless the claim is in writing, contains complete documentation, and delivered to ENGINEER with a copy to OWNER's Representative. No claim will be considered unless it is filed between the first (1st) and fifteenth (15th) day of the month following the month in which the asserted delay was occasioned. ENGINEER shall consider the claim and recommend approval or disapproval to OWNER, and OWNER shall make the final decision. No such extension of Contract Time shall release CONTRACTOR or the surety on its Performance Bond, Payment Bond, or any Special Bonds from all its obligations hereunder, which shall remain in full force until the discharge of the Contract. 10.05 Damages for Delay and Stop Work Orders by OWNER. In executing the contract agreement, CONTRACTOR agrees that in undertaking to complete the work within the time herein fixed, he has taken into consideration and made allowances for all hindrances and delays incident to such work, whether growing out of delays in securing material or workmen or otherwise. No charge shall be made by CONTRACTOR for hindrance or delays from any cause during the progress of any part of the work embraced in this contract except where the work is stopped by order of the OWNER or ENGINEER for OWNER's convenience and when such work stoppage is due to no fault of CONTRACTOR, in which event such expense as in the judgment of OWNER's Representative that is caused by such stoppage may be paid by OWNER to CONTRACTOR, if CONTRACTOR makes a claim pursuant to Article 11. The Contract Time will be extended in an amount equal to time lost due to delays resulting from a stop work order issued by order of OWNER or ENGINEER for OWNER's convenience and when such work stoppage is due to no fault of CONTRACTOR, if a claim is made by CONTRACTOR pursuant to paragraph 10.04. 10.06 OWNER's Right to Accelerate the Work. OWNER shall have the right, in its sole discretion, to require CONTRACTOR to accelerate its performance in lieu of granting any extension of Contract Time under the Contract Documents or for any other reason. OWNER may require CONTRACTOR to increase its labor force, to increase the number of shifts per day, or to provide overtime, Saturday, Sunday, and/or holiday work, and/or by having all or any Subcontractors or Sub-subcontractors to increase their labor force, to increase the number of shifts per day, or to provide overtime, Saturday, Sunday, and/or holiday work. In the event OWNER requires CONTRACTOR to increase its labor force, to increase the number of shifts per day, or to provide overtime, Saturday, Sunday, and/or holiday work by CONTRACTOR's own forces pursuant to this paragraph, and provided that the acceleration is not CONTRACTOR's responsibility pursuant to paragraph 4.04.2; OWNER shall reimburse CONTRACTOR for the direct cost to CONTRACTOR of the premium time for all labor utilized by CONTRACTOR in such overtime, Saturday, Sunday, and/or holiday work (but not for the straight time costs of such labor), together with any Social Security and Unemployment Insurance Taxes, state or federal, in connection with such premium time, plus fifteen percent (15%) of such total amount of reimbursable cost to cover all of CONTRACTOR's overhead, profit, and other costs and expenses in connection therewith. In the event of overtime, Saturday, Sunday, and/or holiday work by a Subcontractor or a Sub-subcontractor pursuant to this paragraph, OWNER shall reimburse CONTRACTOR for the premium time of all labor utilized in such overtime, Saturday, Sunday, and/or holiday work (but not for the straight time cost of such labor), together with any Social Security and Unemployment Insurance Taxes, state or federal, in connection with such premium time, plus fifteen percent (15%) of such total GENERAL CONDITIONS 00700- 34 1-19-2017 (2-24-1999 revised) amount of reimbursable cost to cover all of the Subcontractor's or Sub-subcontractor's overhead, profit, and other costs and expenses in connection therewith, and five percent (5%) of the total amount of reimbursable costs to cover all of CONTRACTOR's overhead, profit, and other costs and expenses in connection therewith. The obligation of OWNER as set forth in this paragraph shall be the sole and exclusive obligation of OWNER on account of overtime, Saturday, Sunday, and/or holiday work ordered pursuant to this paragraph; however, that OWNER shall have no obligation to make payments on account thereof unless: (a) CONTRACTOR shall submit to OWNER duly authenticated time tickets, and one (1) duplicated copy of each, evidencing the hours of overtime, Saturday, Sunday, and/or holiday work performed pursuant to this paragraph within twenty-four (24) hours of the end of the day on which performed; and (b) CONTRACTOR shall include with its request for reimbursement such other substantiation of costs as OWNER may reasonably require. Acceleration shall be ordered by Change Order only, with no exceptions. 10.07 Liquidated Damages. It is hereby understood and mutually agreed that time is of the essence and CONTRACTOR shall complete the Work hereunder within the period of time stated in this Agreement. From the compensation otherwise to be paid, OWNER may retain the sum indicated in the Supplementary Conditions for each calendar day that the Work remains uncompleted beyond the specified period, which sum is agreed on as a proper measure of liquidated damages that OWNER will sustain per day upon the failure of CONTRACTOR to complete the Work in the time stipulated, and this sum is not to be construed in any sense as a penalty. ARTICLE 11 CHANGE ORDERS AND MINOR CHANGES 11.01 Change Orders. OWNER may, without affecting the validity of the Contract Documents or any terms or condition thereof, and without notice to the surety, order, in writing, extra work or other changes in the Work by altering, adding to, or deducting from the Work, modifying the method or manner of its performance, or otherwise (herein sometimes referred to as "Change in the Work") by issuing a Change Order. The amount to be paid to CONTRACTOR pursuant to the Contract Documents shall, as applicable, be increased or decreased, and the Contract Time shall, if and as applicable, be extended or reduced, as provided in the Contract Documents. OWNER may issue to CONTRACTOR a notice of intent to issue a Change Order to CONTRACTOR, or a Change Order. Within seven (7) days from the date of a notice of intent to issue a Change Order, CONTRACTOR's quotation for any Change in the Work shall be forwarded to ENGINEER with a copy to OWNER's Representative, and shall include the updated schedule required by paragraph 12.05, and shall be accompanied by CONTRACTOR's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which CONTRACTOR is entitled as a result of the occurrence of said event. ENGINEER shall consider the quotation, and submit a recommendation to OWNER, and OWNER's decision thereon shall be incorporated in the Change Order. In lieu of a notice of intent to issue a Change Order, OWNER may issue a Change Order. Within seven (7) days from the date of the Change Order, CONTRACTOR's quotation for any Change in the Work, whether it differs from the amount in the Change Order or not, shall be forwarded to ENGINEER, with a copy to OWNER's Representative, and shall include the updated schedule required by paragraph 12.05, and shall be accompanied by GENERAL CONDITIONS 00700- 35 1-19-2017 (2-24-1999 revised) CONTRACTOR's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which CONTRACTOR is entitled as a result of the occurrence of said event. ENGINEER shall consider the quotation, and submit a recommendation to OWNER, and OWNER's decision thereon shall be incorporated in the Change Order. Upon receipt of a Change Order, CONTRACTOR shall promptly proceed with the Change in the Work. In no event shall CONTRACTOR suspend performance of the Change in the Work because of the inability of the parties to agree on the terms of the Change Order unless otherwise so ordered by OWNER. The issuance of a Change Order shall be a condition precedent to payment to CONTRACTOR on account of Change in the Work. Any Change Order which modifies the Contract Sum shall be reflected on CONTRACTOR's schedule of values as a separate pay item and progress payments will be made therefor. 11.02 Minor Changes in the Work. ENGINEER and OWNER's Representative may authorize a minor Change in the Work not inconsistent with the overall intent of the Contract Documents and not involving an adjustment in the Contract Sum or an extension of Contract Time. Such changes may be effected by Field Orders. Such changes shall be binding on OWNER and CONTRACTOR. 11.03 Field Orders. ENGINEER and OWNER's Representative may issue written Field Orders which interpret the Contract Documents in accordance with paragraph 2.02 or which order a minor Change in the Work in accordance with paragraph 11.02 without change in Contract Sum or Contract Time. CONTRACTOR shall carry out such Field Orders promptly. 11.04 Claims for Increases in the Contract Sum. Except as otherwise provided in paragraph 11.01, no claim by CONTRACTOR for an increase in Contract Sum shall be considered unless made in accordance with this paragraph, and this paragraph shall not allow, nor be construed to allow, a claim otherwise disallowed by the Contract Documents. CONTRACTOR shall give written notice of any claim to ENGINEER with a copy to OWNER's Representative not later than seven (7) days after the occurrence of the event giving rise to the claim, but prior to the incurring of any expenses to CONTRACTOR. Claims shall be made in writing and shall identify the instructions or other circumstances that are the basis of the claim and shall set forth CONTRACTOR's best current estimate of the dollar amount claimed, if any is claimed. ENGINEER shall consider the claim and submit a recommendation to OWNER. Any change in the Contract Sum allowed as a result of such claim shall become the subject matter of a Change Order. Any Change Order which modified the Contract Sum shall be reflected on CONTRACTOR's schedule of values as a separate pay item. CONTRACTOR's failure to make a claim(s) in accordance with the requirements of this paragraph shall constitute a waiver of the claim(s) by CONTRACTOR. 11.05 Differing Site Conditions. CONTRACTOR agrees and warrants that it will make no claim against OWNER or ENGINEER for an extension of Contract Time or an increase in Contract Sum for differing Job Site, site or subsurface conditions if, in the prosecution of the Work, the actual Job Site, site or subsurface conditions encountered do not conform to those conditions shown in the Drawings, Specifications, or other Contract Documents, any soils report made or prepared by or on behalf of OWNER or ENGINEER, or to those actual site or subsurface conditions indicated by excavation, test excavation, test procedures, borings, explorations, or other subsurface excavations, whether made or prepared by OWNER, ENGINEER, or CONTRACTOR. OWNER AND ENGINEER MAKE NO WARRANTIES, EITHER EXPRESS OR IMPLIED, CONCERNING THE JOB SITE OR SUBSURFACE CONDITIONS. No verbal agreement or conversation with any officer, agent, or employee of GENERAL CONDITIONS 00700- 36 1-19-2017 (2-24-1999 revised) OWNER or ENGINEER before or after the execution of the Contract, shall affect or modify any of the terms or obligations herein contained. Neither the Contract Sum nor the Contract Time shall be increased by reason of any differing site condition. The failure to show any or all of the facilities on the Drawings, or to show them in their exact location, shall not be considered a differing site condition under this provision. 11.06 Compensation for Changes in the Work. It is agreed that the basis of compensation to CONTRACTOR for extra work or other changes in the Work by altering, adding to, or deducting from the Work, modifying the method or manner of performance, or otherwise, ordered by a Change Order shall be determined by one or more of the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum; or Method (C) - If neither Method (A) nor Method (B) be agreed upon before the changed Work is commenced, then the Contractor shall be paid the "actual field cost" of the Work, plus fifteen percent (15%) as an allowance for overhead and profit. In the event said Work is performed and paid for under Method (C), then the provisions of this paragraph shall apply and the "actual field cost" is hereby defined to include the cost to CONTRACTOR of all workmen, such as foreman, timekeepers, mechanics and laborers, and materials, supplies, trucks, rentals on machinery and equipment for the time actually employed or used on such Work, plus actual transportation charges necessarily incurred, together with all power, fuel, lubricants, water and similar operating expenses; all necessary incidental expenses incurred directly on account of such Work, including Social Security Old Age Benefits and other payroll taxes; and a rateable proportion of premiums on Performance and Payment Bonds and Maintenance Bonds, Public Liability and Property Damage and Workers' Compensation, and all other insurance as may be required by any law or ordinance, or directed by OWNER, or by them agreed to. ENGINEER may direct the form in which accounts of the "actual field cost" shall be kept and the records of these accounts shall be made available to ENGINEER and OWNER. Unless otherwise agreed upon, the prices for the use of machinery and equipment shall be determined by using one hundred percent (100%), unless otherwise specified, of the latest schedule of equipment Ownership Expense adopted by the Associated General Contractors of America. Where practicable, the terms and prices for the use of machinery and equipment shall be incorporated in the Change Order. The fifteen percent (15%) of the actual field cost to be paid CONTRACTOR shall cover and compensate it for its profit, overhead, general superintendence and field office expense; general and administrative home office expense; and all other elements of cost and expense not embraced within the "actual field cost" as herein defined. The compensation agreed upon in a Change Order is as full, complete and final payment for all costs CONTRACTOR incurs as a result or relating to the Change in the Work. GENERAL CONDITIONS 00700- 37 1-19-2017 (2-24-1999 revised) ARTICLE 12 SCHEDULING REQUIREMENTS 12.01 Critical Path Method. The Work under this Contract will be scheduled and reported by CONTRACTOR based on the Critical Path Method, using the activity on arrow "I-J" format. CONTRACTOR acknowledges, assures, and warrants to OWNER that appropriate project personnel are trained in the use and application of the use of the Critical Path Method or that it will employ a consultant who is so qualified. CONTRACTOR shall submit to OWNER in writing prior to the award of the Contract the construction projects to which CONTRACTOR or its consultant has successfully applied the Critical Path Method and shall include at least two projects valued at at least one-half (1/2) the expected value of this Project, at least one project which was controlled throughout by means of the Critical Path Method, and shall set forth the location of the Project and provide examples of the schedules submitted. The Contract Time and Contract Sum may be changed only as set forth in Articles 10 and 11, and any schedule under Article 12 shall not constitute a change or extension of Contract Time and Contract Sum. Review of a schedule, report, or other document under this Article by OWNER's Representative or ENGINEER shall not constitute a warranty or representation to CONTRACTOR that the Project, or portions of the Project, can be completed within the times or for the amounts indicated in the schedule, report, or other document under this Article. Submission of a schedule, report, or other document under this Article by CONTRACTOR to OWNER constitutes a representation and warranty by CONTRACTOR to OWNER, that to the best of CONTRACTOR's knowledge, information and belief, the Project can be completed within the times and for the amounts indicated in the schedule, report, or other document. The failure of CONTRACTOR to submit to OWNER's Representative any of the schedules, reports or other documents in the correct form and with the contents required by this Article, shall be grounds for withholding CONTRACTOR's progress payments until such schedules are submitted. 12.02 Preliminary Schedule and Complete Schedule. A Preliminary Schedule, defining in detail CONTRACTOR's planned operations during the first ninety (90) calendar days of Work effort shall be submitted to OWNER's Representative within ten (10) days after Notice to Proceed. CONTRACTOR's general approach, in nontime scaled summary, for the balance of the Project shall be indicated on the Preliminary Schedule. Cost of activities expected to be completed or partially completed before submission and review of the whole schedule shall be included. The Complete Schedule consisting of the detailed network mathematical analyses and network diagrams, for the entire Project, shall be submitted within sixty (60) calendar days after receipt of Notice to Proceed. No payment will be made during the first ninety (90) days without a Preliminary Schedule, nor after the first ninety (90) days without a Complete Schedule which has been reviewed and tested by OWNER's Representative. 12.03 Review of Schedule and Revisions of Schedule. CONTRACTOR shall participate in a review and evaluation of the proposed network diagrams and analyses by OWNER's Representative. Any revisions necessary as a result of their review shall be resubmitted for review to OWNER's Representative within ten (10) calendar days after the review. The Complete Schedule as reviewed by OWNER's Representative shall then be the schedule to be used by CONTRACTOR for planning, organizing, and directing the work and for reporting progress and, in accordance with paragraph 14.02, when requesting payment for GENERAL CONDITIONS 00700- 38 1-19-2017 (2-24-1999 revised) Work accomplished. Progress payment values will be awarded based on amount judged complete in conjunction with the scheduled activity. Progress payment on Work out of sequence will not be allowed unless logic changes are made and reviewed by OWNER's Representative. CONTRACTOR shall indicate in writing to OWNER's Representative any major changes in logic or durations, and submit to OWNER's Representative all of the affected portions of the detailed diagrams and mathematical analyses, and the summary diagram to show the effect on the entire Project. A change will be considered of a major nature if the time estimated to be required or actually used for an activity or the logic of sequence of activities is varied from the original plan to a degree that there is a reasonable doubt as to the effect on the Contract Time or scheduled payments. Changes which affect activities with adequate float time shall be considered as minor changes, except that an accumulation of minor changes will be considered a major change when their cumulative effect affects the Contract Time or schedule payments. The effect of minor changes on logic shall be shown on each monthly update and described fully in the accompanying narrative report. OWNER's review of major or minor changes shall not constitute approval of the changes, and shall not constitute an extension of Contract Time or an increase in scheduled payments. 12.04 CONTRACTOR's Schedule. The schedule shall consist of time-scaled diagrams and accompanying computerized mathematical analyses. CONTRACTOR shall submit with the Complete Schedule which has been reviewed by OWNER's Representative, a copy of the program capabilities, details, functions and operation. Upon completion of review of the schedule by OWNER's Representative, CONTRACTOR shall provide to OWNER a complete input listing of the reviewed Complete Schedule and a duplicate of the computer tape containing the schedule. 12.04.1 Diagrams shall show the order and interdependence of activities and the sequence in which the Work is to be accomplished, as planned by CONTRACTOR. The basic concept of the Critical Path Method will be followed to show how the start of a given activity is dependent on the completion of preceding activities and how its completion restricts the start of following activities. 12.04.2 Detailed network activities shown on a detailed or sub-network diagram shall include, in addition to construction activities, the submittal of Samples of materials and Shop Drawings, the procurement of critical materials and equipment, fabrication of special material and equipment, and their installation and testing. All activities that affect progress and contractually required dates for completion of all or parts of the Work will be shown. The detail of information shall be such that duration time of the activities will range from three (3) to thirty (30) days and that no activity will have a dollar value of over $200,000 with exceptions for major pieces of equipment granted in writing by OWNER's Representative on a case-by-case basis. Should the total network exceed 3,000 activities (including dummies), it shall be structured into independent sub-networks containing not more than 3,000 activities each. The selection and number of activities shall be subject to the review by OWNER's Representative and ENGINEER. Detailed networks, when summary networks are also furnished, shall be drafted to show a continuous time scaled flow left to right with no activity arrows from right to left and top to bottom. The following information shall be shown on the diagrams for each activity: preceding and succeeding event numbers, description of the activity involved (responsibility), and activity duration in calendar days. One critical path shall be determined and shall be clearly indicated on the diagram. Network activity Node Numbers shall be selected and assigned in ascending sequence so that preceding event numbers are smaller numerically than following event numbers. GENERAL CONDITIONS 00700- 39 1-19-2017 (2-24-1999 revised) 12.04.3 If the Project is of such size that the entire schedule cannot be readily shown on a single sheet, a summary network diagram shall be provided. The summary network diagram shall consist of a minimum of 50 activities and a maximum of 150 activities and shall display Work item summaries and highlight interdependencies between adjacent Work items. Related activities shall be grouped on the network. The critical path shall be plotted generally along the center of the sheet with channels with increasing float placed towards the top or bottom. The summary network shall be time scaled using units of approximately one-half inch equals one week or other acceptable suitable scale. Weekends and holidays shall be indicated. Where float time exists, the activities shall be shown on their early schedule; early start and early finish. 12.04.4 The mathematical analyses of the schedule shall include a tabulation of each activity shown on the detailed network diagrams. The following information will be furnished as a minimum for each activity including activities resulting from time modifications: (i) preceding and following events numbers; (ii) activity description; (iii) estimated remaining duration of activities (the best estimated time available at the time of computation); (iv) earliest start date (by calendar date); (v) earliest finish date (by calendar date); (vi) actual start date (by calendar date); (vii) actual finish date (by calendar date); (viii) latest start date (by calendar date); (ix) latest finish date (by calendar date); (x) float time (both total and free); (xi) monetary value of activity; (xii) responsibility for activity (CONTRACTOR, each of the Subcontractors or Sub-subcontractors, Suppliers, government, or other individuals or entities); (xiii) percentage of activity completed; and remaining duration in actual days remaining to complete the activity; (xiv) CONTRACTOR's earnings based on portion of activity completed; (xv) the Work item or phase from the schedule of values used for progress payments of which the activity is a part. 12.04.5 CONTRACTOR's schedule shall include a dollars value (cost) for each Work activity. The cost shall include all cost related to that activity including prorata contribution to overhead and profit. The sum of all activity costs shall be equal to the total Contract Sum. GENERAL CONDITIONS 00700- 40 1-19-2017 (2-24-1999 revised) Each activity cost shall be coded with a cost code corresponding to a line item on the Schedule of Values. The updated CPM schedule shall be used as the itemized Application for Payment. The program used in making the mathematical computation shall compile the total dollar value of completed and partially completed activities and provide scheduled and actual percentages of Work in place based on late finish date. Progress reporting format will be reflected in accordance with the Schedule of Values. 12.04.6 The mathematical analyses shall list the activities in sorts or groups as follows: (I) A cost report per paragraph 12.04.5. (ii) I-J Sort by the preceding event number, from lowest to highest, and then in the order of the following event number. No activities shall be omitted. (iii) Activity ES-TF-I-J Sort by activity code, by early start date, total float, by the preceding event number, (from lowest to highest), and then in the order of the following numbers. (iv) Total Float Sort by the amount of float time then in order of preceding event number reflecting all activities having zero or up to +90 days float. (v) Monthly Work Log by responsibility, in order of earliest allowable start date, then in order of total float, then in order of preceding event number and then in order of following event number; reflecting a 90-day period from the date of the report. (vi) Barchart by activity in order of earliest allowable start date; then in order of total float, then preceding event number and then in order of following event number reflecting activity remaining duration, respective starts and finishes, float, and criticality for project duration. A similar barchart representing a period of 90 days from the date of the report shall also be provided. 12.05 Quotations for Change Orders or Quotations for a Notice of Intent to Issue a Change Order. CONTRACTOR shall indicate in its quotations for a Change Order or in its quotations for a Notice of Intent to Issue a Change Order by node number, the activities affected, activities added, or activities deleted. The effect shall be indicated for each activity in both time and money. Resubmission of the entire network diagram will not necessarily be required. CONTRACTOR shall furnish OWNER's Representative in its quotations for a Change Order or in its quotations for a Notice of Intent to Issue a Change Order, within seven (7) calendar days, suggested changes in the network logic and/or duration time of all activities affected by the modifications. Activities will be identified by node numbers. Each monthly updating of the mathematical analyses shall include revisions incorporated into the system by all approved or negotiated modifications. The monthly revision will use the duration for all completed activities in determining job status. The program shall "Time Tract." "Time Tract" means to accept revised completion dates for activities by incorporating time extensions for activities, and extensions to Contract Time previously approved by Change Order, and recomputing all schedule dates, durations, and floats accordingly. Time Tract shall under no circumstances be used to revise the Contract Time. Contract Time may be changed only as set forth in Articles 10 and 11. GENERAL CONDITIONS 00700- 41 1-19-2017 (2-24-1999 revised) Modification activity times are to be used to Time Track and determine the revised project completion dates, based on the Complete Schedule which has been reviewed by OWNER's Representative and time extensions, which may be incorporated into the Change Order. In the event that agreement on modified activity times cannot be reached, the ENGINEER may make a recommendation, and OWNER's Representative will make the final decision and direct the specific time adjustments, if any, which shall be entered into the program analysis, and into the Change Order. Each month prior to updating under paragraph 12.06, CONTRACTOR shall adjust the schedule by applying extensions to Contract Time which were made by Change Order since the last update to the CPM system with actual start/finish dates excluded. These monthly scheduling adjustments shall be cumulative in effect, each monthly adjustment being made to the originally Complete Schedule reviewed by OWNER's Representative, as adjusted for all prior monthly adjustments. Work on Change Orders shall comprise a scheduled activity item. This procedure shall be utilized to determine revised completion dates and time extensions for activities; however, this procedure shall under no circumstance be used to revise Contract Time. Contract Time may be changed only as set forth in Articles 10 and 11. Upon review of these revised dates by OWNER's Representative, the CPM system shall be updated with actual start/finish dates and activity percentages to reflect the actual status of the Project. A comparison of the actual percentages of Work activities completed as reflected on the updated schedule with the planned percentages completed as reflected on the adjusted schedule shall be used as the basis of calculation of percentages complete for purposes of progress payments, in accordance with paragraph 12.04.5. The Preliminary Schedule shall be tested by CONTRACTOR to insure that it will accurately reflect the effects of Time Tracking on the network logic. Testing will be reviewed by OWNER's Representative prior to the first updating. Future major changes in the CPM schedule shall also be tested and reviewed by OWNER's Representative prior to implementation to insure proper reflection of contract dates due to modification time adjustments. 12.06 Updating and As-Built Progress Reports. CONTRACTOR shall submit to OWNER's Representative, by the last day of each month, in two copies, a report of the actual construction progress by updating the mathematical analyses. Revisions causing changes in the detailed network shall be noted on the summary network, and a revised issue of affected portions of the detailed network will be furnished. The summary network shall be revised as necessary for the sake of clarity at the option of OWNER's Representative. However, only the initial submission or complete revisions need be time scaled. Subsequent minor revisions need not be time scaled. For each completed phase, the monthly report need only show total value of Work. The Progress Update Data Date will be the last day of the progress month. The Progress Report shall show the activities or portions of activities completed during the reporting period and their total value as a basis for CONTRACTOR's periodic request for payment. Payment made to CONTRACTOR will be based on the total value of such activities completed or partially completed after review by OWNER's Representative and ENGINEER. The report shall state the percentage of the Work actually completed and scheduled to be complete, as of the report date, and the progress along the critical path in terms of days ahead or behind the allowable dates. If the Project is behind the Complete Schedule which was reviewed by OWNER's Representative, progress along all paths with negative float shall also be reported. CONTRACTOR shall also submit a narrative report with the updated analysis which shall include, but not be limited to, a description of the problem areas (current GENERAL CONDITIONS 00700- 42 1-19-2017 (2-24-1999 revised) and anticipated), delaying factors and their impacts, and an explanation of corrective actions taken or proposed. This report is mandatory as indicated in paragraph 12.01. 12.07 Diagrams. 12.07.1 The sheet size of diagrams shall be 30 inches by 42 inches. Each updated copy shall show a date of the latest revisions. 12.07.2 CONTRACTOR's initial submittal of the Preliminary and the Complete Schedules and of complete revisions shall be submitted in eight (8) copies (one reproducible full size, two full size prints, one reproducible half size, four half size prints). Periodic revisions shall be submitted in four (4) half size. 12.08 Modification Status Report. The monthly progress reports will include a separate modification status report showing for each modification the following: (1) Change Order Number. (2) The activity numbers for each modification activity as required by paragraph 12.02.4. (3) The respective activity duration. (4) The total modification negotiated price by activities. 12.09 Submittals Schedule. CONTRACTOR's Complete Schedule shall include a schedule for submittals. The Complete Schedule shall indicate, among other things, CONTRACTOR's proposed schedule for submitting Shop Drawings, manufacturer's literature, certificates of compliance, material Samples, computations, test results, design mixes, mill reports, layouts, guarantees, and other similar submittals. Additionally, the Complete Schedule shall reflect the following information for each item: (1) Description. (2) Reference to the applicable paragraph in the Contract Specifications and/or plate number in numerical order of the Contract Drawings that requires the submittal. (3) The dates CONTRACTOR proposes to furnish the submittals. (4) The date the approval is needed by CONTRACTOR. A minimum of twenty-one (21) days or more should be allowed for review and possible resubmittal of Shop Drawings. OWNER and ENGINEER are not bound by CONTRACTOR's requested approval dates. (5) The dates the materials, equipment, supplies, and other similar items are needed at the Job Site. (6) The dates which CONTRACTOR needs action on those features which it has designated to vary from Contract requirements. GENERAL CONDITIONS 00700- 43 1-19-2017 (2-24-1999 revised) This schedule shall be updated monthly along with all other activities on CONTRACTOR's schedule. ARTICLE 13 DISPUTES 13.01 Place of Performance. All amounts due under this Contract, including damages for its breach, shall be paid in Tarrant County, Texas which is the place of performance agreed to by the parties to this Contract. In the event that any legal proceeding is brought to enforce this Contract or any provision hereof, the same shall be brought in a District Court of the State of Texas in Tarrant County, Texas. The provisions of this Contract shall be governed by the laws of the State of Texas. 13.02 OWNER's Option to Arbitrate. CONTRACTOR agrees that OWNER may, at OWNER's sole option, and only in writing, agree to the submission to arbitration for final and binding resolution any disputes arising from any of the provisions of the Contract Documents. The procedures of each arbitration shall be mutually agreed upon in writing by OWNER and CONTRACTOR prior to any proceeding of that arbitration. 13.03 Duty to Carry On the Work. CONTRACTOR shall carry on the Work and adhere to the progress schedule during any dispute, disagreement, negotiation, litigation or arbitration with OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements unless CONTRACTOR and OWNER may otherwise agree in writing. CONTRACTOR's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by ENGINEER, nor the issuance of a certificate of Substantial Completion, nor any payment by OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the Work or any part thereof by OWNER, nor any act of acceptance by OWNER nor any failure to do so, nor any review and approval of a Shop Drawing or sample submission, nor the issuance of a notice of acceptability by ENGINEER, nor any correction of Defective Work by OWNER will constitute an acceptance of Work not in accordance with the Contract Documents or a release of CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents. ARTICLE 14 MEASUREMENT AND PAYMENT 14.01 Price of Work. In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all Work by CONTRACTOR, and on the completion of all Work and of the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations herein contained, OWNER agrees to pay CONTRACTOR the prices set forth in CONTRACTOR's Bid hereto attached, which has been made a part of this Contract. CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid Work, also for all expense incurred by it, and for well and truly performing the same and the whole thereof in the manner and according to this Contract. 14.02 Schedule of Values. Consistent with Article 12 and before the first Application for Payment, CONTRACTOR shall submit to OWNER's Representative and ENGINEER a schedule of values of the various portions of the Work, including quantities if required by ENGINEER or OWNER's Representative, aggregating the total Contract Sum, divided so as to GENERAL CONDITIONS 00700- 44 1-19-2017 (2-24-1999 revised) facilitate payments to Subcontractors in accordance with paragraph 14.05, prepared in such form as specified or as ENGINEER and CONTRACTOR may agree upon, and supported by such data to substantiate its accuracy as ENGINEER and OWNER's Representative may require. Each item in the schedule of values shall include its proper share of overhead and profit. This schedule of values, unless objected to by ENGINEER, shall be used only as a basis for CONTRACTOR's Applications for Payment. 14.03 Progress Payments and Retainage. On or before the 10th day of each month, CONTRACTOR shall prepare and submit to ENGINEER for approval or modification, an itemized Application for Payment showing as completely as practicable the total value of the work done by CONTRACTOR up to and including the last day of the preceding month. The Application for Payment shall include the value of all sound materials delivered on the site of the Work that are to be fabricated into the Work and such other data substantiating CONTRACTOR's right to payment. OWNER or ENGINEER may require further documentation from CONTRACTOR in order to evaluate the Application for Payment. Subject to the receipt of further documentation, if required, and approval thereof, progress payments shall fall due to CONTRACTOR twenty (20) days following the submission of the itemized Application for Payment for Work performed during the preceding month. Retainage amounts shall be governed by Texas Water Code § 49.276 (d). OWNER will retain ten percent (10%) of the periodic contract payments until the Work is completed and Final Acceptance occurs. OWNER or ENGINEER may reduce the amount of money requested in the Application for Payment if CONTRACTOR fails to supply the required documentation in reviewable form prior to the date the Progress Payment is due. 14.03.1 If payments are to be made on account of materials or equipment not incorporated in the Work but delivered and suitably stored at the Job Site, or at some other location agreed upon in writing, such payments shall be conditioned upon submission by CONTRACTOR of bills of sale or such other procedures satisfactory to OWNER to establish OWNER's title to such materials or equipment or otherwise protect OWNER's interest, including applicable insurance, storage and transportation to the Job Site. Each Application for Payment shall also include an affidavit of CONTRACTOR stating that all previous progress payments received on account of the Work have been applied to discharge in full all of CONTRACTOR's obligations reflected on prior Applications for Payment. The CONTRACTOR shall certify on each Application for Payment that the Work performed to date complies with the Contract Documents. 14.03.2 CONTRACTOR warrants and guarantees that title to all Work, materials and equipment covered by an Application for Payment, whether incorporated in the Work or not, will pass to OWNER upon the receipt of such payment by CONTRACTOR, free and clear of all liens, claims, security interests or encumbrances, hereinafter referred to as "liens"; and that no Work, materials or equipment covered by an Application for Payment will have been acquired by CONTRACTOR or by any other person performing the Work at the Job Site or furnishing materials and equipment for the Work subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by CONTRACTOR or such other person. 14.04 Certificates for Payment. If CONTRACTOR has made Application for Payment as above, ENGINEER will, with reasonable promptness, but not more than seven (7) days after the receipt of the Application, issue a Certificate for Payment to OWNER, with a copy to CONTRACTOR, for such amount as ENGINEER determines to be properly due, or return the Application to CONTRACTOR indicating in writing ENGINEER's reasons for refusing to GENERAL CONDITIONS 00700- 45 1-19-2017 (2-24-1999 revised) recommend payment. If ENGINEER issues its certificate for an amount less than the amount submitted in the Application for Payment, ENGINEER shall state in writing ENGINEER's basis for reducing CONTRACTOR's Application. If ENGINEER returns the Application, CONTRACTOR may make the necessary corrections and resubmit the Application. 14.04.1 The issuance of a Certificate of Payment will constitute a representation by ENGINEER to OWNER, based on ENGINEER's observations at the Job Site as provided in paragraph 5.02 and the date comprising the Application for Payment, that the Work has progressed to the point indicated; that, to the best of ENGINEER's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to the results of any subsequent tests required by the Contract Documents, to minor deviations from the Contract Documents correctable prior to completion, and to any specific qualifications stated in its Certificate); and that CONTRACTOR is entitled to payment in the amount certified. In addition, ENGINEER's final Certificate for Payment will constitute a further representation that the conditions precedent to CONTRACTOR's being entitled to final payment as set forth in paragraph 14.08 have been fulfilled. However, by issuing a Certificate for Payment, ENGINEER shall not thereby be deemed to represent that it has made exhaustive or continuous on-site inspections to check the quality or quantity of the Work, or that it has reviewed the construction means, methods, techniques, sequences or procedures, or that it has made any examination to ascertain how or for what purpose CONTRACTOR has used the monies previously paid on account of the Contract Sum. 14.04.2 After ENGINEER has issued a Certificate for Payment, OWNER will make payment in the manner provided in this Agreement. OWNER may refuse to make payment in the full amount recommended by ENGINEER if claims have been made against OWNER on account of CONTRACTOR's performance or furnishing of the Work, or if there are other items entitling OWNER to a set-off against the amount recommended, but OWNER must give CONTRACTOR immediate written notice (with a copy to ENGINEER) stating the reasons for such action. 14.04.3 No Certificate of Substantial Completion, Certificate for Payment, Progress Payment, nor any partial or entire use or occupancy of the Project by OWNER, shall constitute an acceptance of any Work not in accordance with the Contract Documents. 14.05 Payments to Subcontractors. 14.05.1 CONTRACTOR shall pay each Subcontractor, upon receipt of payment from OWNER, an amount equal to the percentage of completion allowed to CONTRACTOR on account of such Subcontractor's Work, less the percentage retained from payments to CONTRACTOR. CONTRACTOR shall also require each Subcontractor to make similar payments to its Sub-subcontractors. 14.05.2 If ENGINEER fails to issue a Certificate for Payment for any cause which is the fault of CONTRACTOR and not the fault of a particular Subcontractor, CONTRACTOR shall pay that Subcontractor on demand, made at any time after the Certificate for Payment should otherwise have been issued, for the Subcontractor's Work to the extent completed, less the retained percentage. 14.05.3 On request of any Subcontractor or Sub-subcontractor to ENGINEER, ENGINEER may, and at its own discretion, furnish to the Subcontractor or Sub-subcontractor, if GENERAL CONDITIONS 00700- 46 1-19-2017 (2-24-1999 revised) practicable, information regarding percentages of completion certified to CONTRACTOR on account of Work done by such Subcontractor or Sub-subcontractor, and the action taken thereon by ENGINEER on account of Work done by such Subcontractor or Sub-subcontractor. 14.05.4 Neither OWNER nor ENGINEER shall have any obligation to pay or to see to the payment of any moneys to any Subcontractor or Sub-subcontractor except as may otherwise be required by law. 14.05.5 Claims by Subcontractor or Sub-subcontractor must be sent direct to CONTRACTOR and its surety in accordance with TEX. REV. CIV. STAT. art. 5160. OWNER will furnish in accordance with such statute, a copy of the Payment Bond as provided therein to claimants upon request. All claimants are cautioned that no liens exist on the funds unpaid to CONTRACTOR or on such CONTRACTOR, and that reliance on notices sent to OWNER may result in loss of their rights against CONTRACTOR and/or surety. OWNER is not responsible in any manner to a claimant for collection of unpaid bills, and accepts no such responsibility because of any representation by any agent or employee. 14.06 Unit Prices. To the extent that any of the Work is to be paid for according to unit prices, the following limitations apply: 14.06.1 No extra or customary measurements of any kind will be allowed, but the measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 14.06.2 This Contract, including the Specifications and Drawings are intended to show clearly all Work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various classes of Work to be done and material to be furnished under this Contract, they are approximate and are to be used only as a basis for estimating the probable cost of the Work and for comparing the proposals offered for the Work. It is understood and agreed that the actual amount of Work to be done and material to be furnished under this Contract may differ somewhat from these estimates, and that where the basis for payment under this Contract is the unit price method, payment shall be for the actual amount of such Work done and the material furnished. Where payment is based on the unit price method, CONTRACTOR agrees that it will make no claim for damages, anticipated profits, or otherwise, on account of any differences which may be found between the quantities of Work actually done, the material actually furnished under this Contract, and the estimated quantities contemplated and contained in the proposal; provided, however, that in case the actual quantity of any major item should become as much as twenty percent (20%) more than, or twenty percent (20%) less than the estimated or contemplated quantity, then either party to this Contract, upon demand, shall be entitled to a revised consideration upon the portion of the Work, based on the portion of the Work above or below twenty percent (20%) of the estimated quantity. A "Major Item" shall be construed to be any individual Bid item incurred in the proposal that has a total cost equal to or greater than five percent (5%) of the total Contract Sum, computed on the basis of the Bid quantities and the Contract unit prices. 14.07 Use of Completed Portions of the Work. Use by OWNER of any finished part of the Work, which has been specifically identified in the Contract Documents, or which OWNER, ENGINEER and CONTRACTOR agree constitutes a separate functioning and usable GENERAL CONDITIONS 00700- 47 1-19-2017 (2-24-1999 revised) part of the Work that can be used by OWNER without significant interference with CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all of the Work. If such prior use occurs prior to the expiration of the Contract Time and increases the cost of or delays in the Work, CONTRACTOR shall be entitled to an appropriate Change Order and extension of Contract Time as determined in accordance with Articles 10 and 11. OWNER at any time may request CONTRACTOR in writing to permit OWNER to use any such part of the Work which OWNER believes to be ready for its intended use and substantially complete. If CONTRACTOR agrees, CONTRACTOR will certify to OWNER and ENGINEER that said part of the Work is substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. CONTRACTOR at any time may notify OWNER and ENGINEER in writing that CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request ENGINEER to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If ENGINEER does not consider that part of the Work to be substantially complete, ENGINEER will notify OWNER and CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers that part of the Work to be substantially complete, the provisions of paragraph 14.08 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. OWNER may at any time request CONTRACTOR in writing to permit OWNER to take over operations of any such part of the Work although it is not substantially complete. A copy of such request will be sent to ENGINEER and, within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If CONTRACTOR does not object in writing to OWNER and ENGINEER that such part of the Work is not ready for separate operation by OWNER, ENGINEER will finalize the list of items to be completed or corrected and will deliver such list to OWNER and CONTRACTOR, together with a written recommendation as to the division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, utilities, insurance, warranties and guarantees for that part of the Work, which will become binding upon OWNER and CONTRACTOR at the time when OWNER takes over such operation (unless they shall have otherwise agreed in writing and so informed ENGINEER). During such operation and prior to Substantial Completion of such part of the Work, OWNER will allow CONTRACTOR reasonable access to complete or correct items on the list and to complete other related work. 14.08 Substantial Completion and Final Payment. 14.08.1 When CONTRACTOR considers the entire Work ready for its intended use CONTRACTOR shall notify OWNER and ENGINEER in writing that the entire Work is substantially complete (except for items specifically listed by CONTRACTOR as incomplete) and request that ENGINEER issue a certificate of Substantial Completion. Within a reasonable time thereafter, OWNER, CONTRACTOR and ENGINEER shall make an inspection of the Work to determine the status of completion. If ENGINEER does not consider the Work substantially complete, ENGINEER will notify CONTRACTOR in writing giving the reasons therefor. If ENGINEER considers the Work substantially complete, ENGINEER will prepare and deliver to OWNER a tentative certificate of Substantial Completion which shall fix the date of Substantial GENERAL CONDITIONS 00700- 48 1-19-2017 (2-24-1999 revised) Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. OWNER shall have seven days after receipt of the tentative certificate during which to make written objection to ENGINEER as to any provisions of the certificate or attached list. If, after considering such objections, ENGINEER concludes that the Work is not substantially complete, ENGINEER will within fourteen days after submission of the tentative certificate to OWNER notify CONTRACTOR in writing, stating the reasons therefor. If, after consideration of OWNER's objections, ENGINEER still considers the Work substantially complete, ENGINEER will within said fourteen days execute and deliver to OWNER and CONTRACTOR a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as ENGINEER believes justified. At the time of delivery of the tentative certificate of Substantial Completion, ENGINEER will deliver to OWNER and CONTRACTOR a written recommendation as to division of responsibilities pending final payment between OWNER and CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties, unless OWNER and CONTRACTOR agree otherwise in writing and so inform ENGINEER prior to ENGINEER's issuing the definitive certificate of Substantial Completion. ENGINEER's aforesaid recommendation will be binding on OWNER and CONTRACTOR until final payment. 14.08.2 Upon receipt of written notice from CONTRACTOR that the Work is ready for final inspection and Final Acceptance and upon receipt of a final Application for Payment, OWNER and ENGINEER will promptly make an inspection, and if ENGINEER finds the Work acceptable under the Contract Documents and that the Contract has been fully performed, ENGINEER will promptly issue a final Certificate for Payment stating that to the best of its knowledge, information and belief, and on the basis of its observations and inspections, the Work has been completed in accordance with the terms and conditions of the Contract Documents and that the entire balance found to be due under the Contract, and noted in the final Certificate, is due and payable. 14.08.3 Neither the final payment nor the remaining retained percentage shall become due until CONTRACTOR submits to ENGINEER: (1) Record Drawings as required by paragraph 6.09, (2) an Affidavit that all payrolls, bills for materials and equipment, and other indebtedness connected with the Work for which OWNER or its property might in any way be responsible, have been paid or otherwise satisfied, (3) an Affidavit that all equipment, machinery and supplies of CONTRACTOR and all Subcontractors and Sub-subcontractors are removed from the Job Site, (4) a consent of surety to final payment, and (5), if required by OWNER, other data establishing payment or satisfaction of all such obligations, such as receipts, releases and waivers of claims arising out of the Contract, to the extent and in such form as may be designated by OWNER. If any Subcontractor or Sub-subcontractor refuses to furnish a release or waiver required by OWNER, CONTRACTOR may furnish a Bond which conforms to the requirements of current law, and is satisfactory to OWNER, to indemnify it against any such claims. If any such claims remain unsatisfied after all payments are made, CONTRACTOR shall refund to OWNER all monies that the latter may be compelled to pay in discharging such claims, including all costs and reasonable attorneys' fees. 14.08.4 If, after Substantial Completion of the Work, Final Completion thereof is materially delayed through no fault of CONTRACTOR, or by issuance of Change Orders affecting Final Completion and ENGINEER so confirms, OWNER shall, upon certification by ENGINEER, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance for Work not fully completed or corrected is less than the retainage stipulated in the Contract Documents, and if Bonds have been furnished as required in paragraph 8.01, the written consent of the surety to GENERAL CONDITIONS 00700- 49 1-19-2017 (2-24-1999 revised) the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by CONTRACTOR to ENGINEER prior to certification of such payment. 14.08.5 The making of Final Payment shall constitute a waiver of any claims or rights by OWNER, except those arising from: a. Faulty or Defective Work appearing after Final Acceptance, b. Latent failures of the Work to comply with the requirements of the Contract Documents, c. Terms of any special warranties required by the Contract Documents; or d. Failure of the Work to comply with the Contract Documents. 14.08.6 The acceptance of Final Payment shall constitute a waiver of all claims by CONTRACTOR except those previously made in writing in accordance with the Contract Documents which are still unsettled at the time of the final Application for Payment, which claims shall be attached to, and specifically referred to in, the final Application for Payment. Failure by CONTRACTOR to attach and specifically refer to claims in the Application for Final Payment, or failure by CONTRACTOR to submit claims in accordance with the Contract Documents, shall constitute a waiver of all such claims by CONTRACTOR. 14.09 Payments Withheld. OWNER may withhold or nullify the whole or part of any Certificate of Payment to such extent as may be necessary on account of: (1) Defective Work not remedied, including, but not limited to, faulty or Defective Work appearing after Substantial Completion, Work that fails to comply with the Contract Documents, and the terms of any special warranties required by the Contract Documents. (2) Claims filed or reasonable evidence indicating probable filing of claims. (3) Failure of CONTRACTOR to make payments properly to Subcontractors or for material or labor. (4) Damage to OWNER or another contractor's work, material, or equipment. (5) Reasonable doubt that the Work can be completed for the unpaid balance of the Contract Sum. (6) Reasonable indication that the Work will not be completed within the Contract Time. (7) Failure of CONTRACTOR to submit a progress schedule, schedule of values, Preliminary Schedule or Complete Schedule in accordance with Article 12 and paragraph 14.02. (8) Failure of CONTRACTOR to submit any of the schedules, reports, or other documents in the correct form and with the contents required by Article 12. GENERAL CONDITIONS 00700- 50 1-19-2017 (2-24-1999 revised) (9) Other causes affecting the performance of the Contract. (10) Failure of CONTRACTOR to maintain Records Drawings in accordance with paragraph 6.09. When the above grounds are removed or CONTRACTOR provides a Surety Bond which relates specifically to the grounds for withholding or nullifying payment, which is satisfactory to OWNER, and which will protect OWNER in the amount withheld, payment shall be made for amounts withheld because of them. ARTICLE 15 TERMINATION 15.01 Default Upon Bankruptcy. It is recognized that if CONTRACTOR becomes insolvent, or institutes or has instituted against it a case under Title 11 of the United States Code, such event could impair or frustrate CONTRACTOR's performance under the Contract. The institution of a case under Title 11 of the United States Code by or against CONTRACTOR is hereby declared to be a default of the Contract, and OWNER shall be entitled to request of CONTRACTOR or its Trustee in Bankruptcy adequate assurance of future performance of CONTRACTOR's obligations under this Contract. OWNER is further entitled to request the cure of, or adequate assurance that CONTRACTOR or its Trustee in Bankruptcy will promptly cure, any default by CONTRACTOR of CONTRACTOR's obligations under this Contract. Failure to comply with any such request under this paragraph within ten (10) days of the delivery of such request shall entitle OWNER to terminate this Contract. 15.02 Rights and Remedies Not Affected. Where CONTRACTOR's services have been terminated by OWNER, the termination will not affect any rights or remedies of OWNER against CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of monies due CONTRACTOR by OWNER will not release CONTRACTOR from liability. 15.03 Termination by OWNER Without Cause. Without limitation on the provisions of paragraph 15.01, OWNER shall have the right at any time, on not less than seven (7) days' notice to CONTRACTOR, to terminate this Contract without cause and/or for OWNER's convenience. Upon receipt of such notice of termination, CONTRACTOR shall forthwith discontinue the Work and remove its equipment and employees from the Job Site. In the event of termination under this paragraph, CONTRACTOR shall have the right, as its sole and exclusive remedy, to recover from OWNER payment for all Work executed and costs incurred up to the date of termination (less any payments theretofore made to CONTRACTOR by OWNER on account thereof), to be determined in the same manner as the cost of the Work is determined for Changes in the Work pursuant to paragraph 11.06 of the Contract (less any payments theretofore made to CONTRACTOR by OWNER on account thereof). 15.04 Termination by OWNER for Cause. If, after seven (7) days' written notification by ENGINEER of any of the following failures to perform, CONTRACTOR continues to fail to supply enough properly skilled workmen or proper materials; continues to fail to make prompt payment to Subcontractors or for materials or labor; continues to fail to perform its Work in accordance with the Contract Documents; continues to disregard laws, ordinances, rules, regulations, or orders of any federal, state, or local authority having jurisdiction; or fails to comply with the instructions of ENGINEER or OWNER when such instructions are consistent with the Contract Documents, then, and in the event that Performance, Payment, or other GENERAL CONDITIONS 00700- 51 1-19-2017 (2-24-1999 revised) Special Bonds exist, the sureties on the Bonds shall be notified in writing and directed to complete the Work and a copy of said notice shall be delivered to CONTRACTOR. After receiving said notice of termination, CONTRACTOR shall not remove from the Work any machinery, equipment, tools, materials or supplies then on the Job Site, but the same, together with any materials and equipment under contract for the Work, may be held for use on the Work by OWNER or the surety on the Performance Bond, or another contractor in completion of the Work; and CONTRACTOR shall not receive any rental or credit therefor (except when used in connection with a Change in the Work, where credit shall be allowed as provided for under paragraph 11.06), it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the Work and be reflected in the final settlement. Where there is no Performance Bond provided or in case the surety should fail to commence compliance with the notice for completion hereinbefore provided for, within ten (10) days after service of such notice, then OWNER may provide for completion of the Work in either of the following manners: (a) OWNER may thereupon employ such force of workers and use such machinery, equipment, tools, materials and supplies as said OWNER may deem necessary to complete the Work and charge the expense of such labor, machinery, equipment, tools, materials and supplies to said CONTRACTOR, and the expense so charged shall be deducted and paid by OWNER out of such monies as may be due, or that may thereafter, at any time, become due to CONTRACTOR under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract, if the same had been completed by CONTRACTOR, then said CONTRACTOR shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract, if the same had been completed by said CONTRACTOR, then CONTRACTOR and/or his surety shall pay the amount of such excess to OWNER, or (b) OWNER under competitive bids, taken after notice published as required by law, may let the contract for the completion of the Work under substantially the same terms and conditions which are provided in this Contract. In case there is an increase in cost to OWNER under the new contract as compared to what would have been the cost under this Contract, such increase shall be charged to CONTRACTOR and the surety shall be and remain bound therefor. However, should the cost to complete any such contract prove to be less than would have been the cost to complete under this Contract, CONTRACTOR and/or his surety shall be credited therewith. When the Work has been completed, CONTRACTOR and his surety shall be so notified ("Letter of Notification"). A complete itemized statement of the Contract accounts, prepared and certified by ENGINEER as being correct, shall then be delivered to CONTRACTOR and his surety, whereupon CONTRACTOR and/or his surety, or OWNER as the case may be, shall pay the balance due as reflected by said statement within thirty (30) days after the date of such Letter of Notification. In the event the cost to complete the Work is less than that which would have been the cost to OWNER had the Work been completed by CONTRACTOR under the terms of this Contract; or when CONTRACTOR and/or his surety shall pay the balance shown to be due by them to OWNER, then all machinery, equipment, tools, materials or supplies left on the Job Site shall be turned over to CONTRACTOR and/or his surety. Should the cost to complete the GENERAL CONDITIONS 00700- 52 1-19-2017 (2-24-1999 revised) Work exceed the Contract Sum; and CONTRACTOR and/or his surety fail to pay the amount due OWNER within the time designated hereinabove, and there remains any machinery, equipment, tools, materials or supplies on the Job Site, notice thereof, together with an itemized list of such equipment and materials, shall be sent by certified mail to CONTRACTOR and his surety at the respective addresses designated in this Contract; provided, however, that actual written notice given in any manner will satisfy this condition. After mailing or other giving of such notice, such property shall be held at the risk of CONTRACTOR and his surety subject only to the duty of OWNER to exercise ordinary care to protect such property. After fifteen (15) days from the date of said notice, OWNER may sell such machinery, equipment, tools, materials or supplies, and apply the net sum derived from such sale to the credit of CONTRACTOR and his surety. Such sale may be public or private, with or without notice, as OWNER may elect. OWNER shall release any machinery, equipment, tools, materials or supplies which remain on the Work and belong to persons other than CONTRACTOR or his surety to their proper owners. The books on all operations provided herein shall be opened to CONTRACTOR and his surety. 15.05 Termination by CONTRACTOR. If, through no fault or act of CONTRACTOR, the Work is suspended for a period of more than ninety (90) days by OWNER, or ENGINEER fails to act on any Application for Payment within thirty (30) days after it is submitted, or OWNER fails for thirty (30) days after it is submitted, or OWNER fails for thirty (30) days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR may, upon seven (7) days' written notice to OWNER, terminate the Contract and recover from OWNER payment for all Work executed and any expenses sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if ENGINEER has failed to act on an Application for Payment or OWNER has failed to make any payment as aforesaid, CONTRACTOR may upon seven (7) days' written notice to OWNER and ENGINEER stop the Work until payment of all amounts due. The provisions of this paragraph shall not relieve CONTRACTOR of the obligations under paragraph 13.03 and under Article 12 to carry on the Work in accordance with the progress schedule and without delay during disputes and disagreements with OWNER. Except as otherwise specifically indicated in this paragraph 15.05, CONTRACTOR agrees that it can be adequately compensated by money damages for any breach of this Contract which may be committed by OWNER or ENGINEER and no default, act or omission of OWNER or ENGINEER shall entitle CONTRACTOR to terminate the Contract or to suspend or abandon any of the Work. ARTICLE 16 MISCELLANEOUS PROVISIONS 16.01 No Oral Waiver. The provisions of this Contract cannot be amended, modified, varied or waived in any respect except in writing signed by OWNER. CONTRACTOR agrees that no person has authority to orally waive, or release CONTRACTOR from, any of CONTRACTOR's duties or obligations under or arising out of this Contract. Any written waiver, approval or consent granted to CONTRACTOR pursuant to this paragraph shall be limited to those matters specifically and expressly stated thereby to be waived, approved or consented to, and shall not obligate OWNER to grant any such waiver, approval or consent in the future, or relieve CONTRACTOR of the obligation to obtain any future waiver, approval or consent. 16.02 State Sales Taxes. OWNER qualifies for exemption from state and local sales taxes pursuant to the provisions of the Texas Limited Sales, Excise and Use Tax Act (TEX. TAX CODE Sec. 151.309(5)). CONTRACTOR may claim exemption from payment of applicable GENERAL CONDITIONS 00700- 53 1-19-2017 (2-24-1999 revised) state sales taxes by complying with such procedures as may be prescribed by the State Comptroller of Public Accounts. 16.03 Emergency Facilities. Free access shall at all times be maintained to all fire lanes and emergency and utility control facilities such as fire hydrants, fire alarm boxes, police call boxes, and utility valves, manholes, junction boxes, etc. In the event that it is necessary to make one of these facilities temporarily inaccessible, CONTRACTOR shall obtain approval of such action from ENGINEER. CONTRACTOR shall also give at least twenty-four (24) hours prior notice to the appropriate Fire Department, Police Department, the city department governing the affected utility and the affected utility. The same department(s) or utility shall be promptly notified by CONTRACTOR when such facilities are placed back in unobstructed service. 16.04 Emergency Work. Authorized agents of CONTRACTOR shall respond immediately to call-out at any time of day or night when circumstances warrant the presence, on the Job Site, of any agent of CONTRACTOR to protect the Work or adjacent property from damage, restriction or limitation, or to take such action or measures pertaining to the Work as may be necessary to provide for the safety of the public. Any additional compensation or extension of Contract Time claimed by CONTRACTOR resulting from emergency work shall be considered in accordance with Article 11 - Change Orders and Minor Changes. Should CONTRACTOR and his agents fail to respond and take action to alleviate such an emergency situation, ENGINEER may recommend OWNER's forces to take action as necessary to remedy the emergency condition. In such a case, OWNER may proceed under paragraph 3.03. 16.05 Blasting. When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the Work, CONTRACTOR shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel. CONTRACTOR, pursuant to paragraphs 8.02 and 8.04, shall at its own expense purchase blasting insurance. All blasting, including methods of storing and handling explosives and highly flammable materials, shall conform to federal, state and applicable local laws and ordinances. The following is a partial list of requirements in addition to federal, state and applicable local laws and ordinances: (1) CONTRACTOR shall furnish OWNER with a Certificate of Blasting Insurance in the amount of $300,000.00 for each contract, at least twenty-four (24) hours prior to using explosives. If blasting is covered under CONTRACTOR's General Insurance Certificate for each contract, a separate blasting certificate will not be required. (2) During blasting, all reasonable precautions shall be taken to protect pedestrians, passing vehicles and public or private property. Ground vibrations shall be measured by appropriate instrumentation adjacent to side of structures nearest the shot location, and shall not exceed 1.0 inches per second peak particle velocity. GENERAL CONDITIONS 00700- 54 1-19-2017 (2-24-1999 revised) (3) CONTRACTOR, at its expense, shall promptly repair or replace all items known to be damaged as a result of blasting. (4) CONTRACTOR shall maintain accurate records throughout the blasting operations showing the location of shots relative to nearby structures, type of explosive used, number of holes, pounds per hole, depth of holes, total pounds per shot, delays used, date and time of blasts, and initials of the Inspector. CONTRACTOR is fully responsible for all claims resulting from its blasting conditions. 16.06 Existing Facilities. 16.06.1 The Drawings show the locations of all known surface and subsurface structures, piping, and conduits believed to be involved in this proposed construction. THE INFORMATION SHOWN IS NOT GUARANTEED TO BE ACCURATE OR ALL INCLUSIVE, AND OWNER AND ENGINEER ASSUME NO RESPONSIBILITY FOR FAILURE TO SHOW ANY OR ALL OF THESE FACILITIES ON THE DRAWINGS, OR TO SHOW THEM IN THEIR EXACT LOCATION. 16.06.2 It is mutually agreed that the failure to show any or all of the facilities on the Drawings, or to show them in their exact location, will not be considered sufficient basis for claims for additional compensation for extra work or a change in the Work, unless the obstruction encountered is such as to necessitate changes in the lines or grades or requires the building of special work, provisions for which are not made in the Drawings or Specifications, in which case the provisions of Article 11 shall apply. 16.06.3 CONTRACTOR is responsible for making its own determinations as to the type and location of Underground Facilities and other utilities as may be necessary to avoid damage thereto. The failure of an Underground Facility or utility to be shown on the Drawings and Specifications does not relieve CONTRACTOR of the responsibility to protect the facility or utility lines. 16.06.4 In case it is necessary to change or move the property of any owner or of a public utility, such property shall not be moved or interfered with until ordered to do so by ENGINEER. Care shall be exercised in excavation near Underground Facilities. If at any time CONTRACTOR damages the facilities or utilities in place, CONTRACTOR shall notify the appropriate person in repairing the damages. CONTRACTOR shall notify the appropriate person in the office of any utility whose lines may be affected. All facility or utility adjustments necessary to complete this Contract will be done by the owners of the various Underground Facilities or utilities. Trenching or tunneling under existing facilities, utilities, culverts, etc., and providing temporary support, shall be done at no additional expense to OWNER. 16.07 Soil Investigation Reports. 16.07.1 A soil investigation report or survey may have been obtained by OWNER for the use by ENGINEER in design. THE REPORT AND LOG OF BORINGS, IF MADE, MAY BE OBTAINED BY CONTRACTOR FOR ITS INFORMATION, BUT IS NOT INTENDED TO BE ANYTHING OTHER THAN A GUIDE AND ARE NOT A WARRANTY OF SUBSURFACE CONDITIONS. NEITHER OWNER NOR ENGINEER WARRANT THE ADEQUACY OF ANY SOIL INVESTIGATION REPORT OR LOG OF BORINGS. GENERAL CONDITIONS 00700- 55 1-19-2017 (2-24-1999 revised) 16.07.2 Additional Investigation: (a) Acceptance of the soils report shall in no way relieve CONTRACTOR of its responsibility to inquire, investigate and inspect the underground conditions at the Job Site. CONTRACTOR is required to visit the Job Site and acquaint itself with site and subsurface conditions. (b) Prior to bidding, CONTRACTOR should make its own subsurface investigations to satisfy itself with the site and subsurface conditions. 16.08 Location and Protection of Survey Pipes and Monuments. CONTRACTOR shall exercise care to preserve and not disturb existing survey pipes, monuments and property corner markers. Any pipes or monuments disturbed shall be reset by a registered Public Surveyor at no cost to OWNER. 16.09 Public Safety and Convenience. CONTRACTOR shall maintain reasonable, dust-free local vehicular and pedestrian traffic, including driveways, to proceed safely with minimum inconvenience, except during actual construction operations. Flagpersons shall assist traffic when the street is operating under a single lane. Two-way traffic shall be maintained at all other times. CONTRACTOR shall maintain traffic by placing steel plates, temporary fill or bridging and temporary surfacing with gravel or paving. Sidewalks must not be obstructed, except by special permission of ENGINEER. Access to private dwellings and to commercial establishments must be provided at all times. The safety of the public and the convenience of traffic shall be regarded as the prime importance. Unless otherwise directed, all portions of the streets in the project shall be kept open and provide a dust-free, smooth comfortable ride to traffic. It shall be the responsibility of CONTRACTOR to insure that two-way traffic may safely bypass the Job Site and that access is provided to abutting private property. CONTRACTOR shall plan and execute its operations in a manner that will cause a minimum interference with traffic. CONTRACTOR shall place and maintain in good condition, standard barricades at each end of the project and at other locations where traffic is rerouted or blocked from using regular traffic lanes. Barricades and warning signs shall be in accordance with the latest edition of the Texas Manual on Uniform Traffic Control Devices. Signs, barricades and warning devices informing the public of construction features will be placed and maintained by CONTRACTOR, who shall be solely responsible for their maintenance. 16.09.1 It shall be the sole responsibility of CONTRACTOR to furnish, install, and maintain barricades, detour signs, warning signs, flashers and all regulatory traffic control devices of the size and type specified, at locations indicated, or as directed or approved by ENGINEER, conforming to the Texas Manual on Uniform Traffic Control Devices, 1980, Part VI, Traffic Control for Street and Highway Construction and Maintenance Operations and any subsequent editions, and applicable state and local laws. GENERAL CONDITIONS 00700- 56 1-19-2017 (2-24-1999 revised) All barricades placed in the roadway for the purpose of warning or directing traffic shall have flashers attached for use during the hours of darkness. Throughout the life of the Contract, all existing roads included in its scope will be maintained by CONTRACTOR to a condition, in the opinion of ENGINEER, which is equal to or better than that which existed as of the Notice to Proceed date. The maintenance of the existing roads will take priority over all other Work items and will be subject to a 7-day-a-week, 24-hours-per-day time frame. It is the intent of this specification to provide a smooth and safe riding surface for all vehicles. This could include, but not be limited to, small cars, motorcycles, mopeds, and bicycles. If the conditions of the street surface deteriorates, for any reason, the necessary steps shall be taken to insure immediate restoration. CONTRACTOR shall notify the appropriate Police Department, Sheriff's Office, Fire Department, and any other city, county, or state department affected, of its intent to close or partially block any street, highway, or road, and will comply with any and all applicable city, county, or state rules and regulations concerning the closing or partial blocking of streets, highways, and roads. Adequate barricades and warning devices will be provided. A flagman will be required any time it is necessary for CONTRACTOR's equipment to move into or across an open traffic lane or at other such times as directed by ENGINEER. A flagman shall be utilized to aid the exit of hauling equipment from the Work area to open traffic lanes. Flagmen will be dressed and operate in accordance with the Texas Manual on Uniform Traffic Control Devices. 16.10 Permits. CONTRACTOR shall pay for and secure all permits, licenses, governmental fees and inspections necessary for the proper execution and completion of the Work. CONTRACTOR shall comply with all the requirements of the permits and licenses. 16.11 CONTRACTOR'S Continuing Performance. CONTRACTOR shall continue performance of the Contract during all disputes or disagreements with OWNER. The production or delivery of goods, the furnishing of services, and the construction of the Project shall not be delayed, prejudiced or postponed pending resolution of any disputes or disagreements, except as OWNER may otherwise agree in writing. 16.12 Attorney's Fees. Should OWNER employ an attorney to enforce any of the provisions hereof, to protect its interest in any matter arising under this Contract, to collect damages for the breach of this Contract, or to recover on the Performance or any Special Bond given by CONTRACTOR under this Contract CONTRACTOR and his surety jointly and severally agree to pay OWNER all reasonable costs, charges, expenses and attorney's fees expended or incurred therein. 16.13 Audits. 16.13.1 CONTRACTOR's records which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available), written policies and procedures; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, etc.); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance debates and dividends; and any other supporting evidence deemed necessary by the OWNER to substantiate charges related to this contract (all foregoing hereinafter referred to as GENERAL CONDITIONS 00700- 57 1-19-2017 (2-24-1999 revised) "records") shall be open to inspection and subject to audit and/or reproduction by OWNER's agent or its authorized representative to the extent necessary to adequately permit evaluation and verification of Cost of the Work, and any invoices, change orders, payments or claims submitted by the CONTRACTOR or any of his payees pursuant to the execution of the contract. 16.13.2 Such audits may require inspection and copying from time to time and at reasonable times and places of any and all information, materials and data of every kind and character, including without limitation, records, books, papers, documents, subscriptions, recordings, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, superintendent reports, drawings, receipts, vouchers and memoranda, and any and all other agreements, sources of information and matters that may in OWNER's judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Contract Document. Such records subject to audit shall also include, but not be limited to, those records necessary to evaluate and verify direct and indirect costs, (including overhead allocations) as they may apply to costs associated with this contract. 16.13.3 The OWNER or designee shall be afforded access to all of the CONTRACTOR's records pursuant to the provisions of this article throughout the term of this contract and for a period of three years after final payment or longer if required by law. 16.13.4 CONTRACTOR shall require all subcontractors, insurance agents, and material suppliers (payees) to comply with the provisions of this article by insertion of the requirements hereof in a written contract agreement between CONTRACTOR and payee. Such requirements will also apply to Subcontractors and Sub-Subcontractors, etc. CONTRACTOR will cooperate fully and will cause all Related Parties and all of CONTRACTOR's subcontractors (including those entering into lump sum subcontracts) to cooperate fully in furnishing or in making available to OWNER from time to time whenever requested in an expeditious manner any and all such information, materials and data. 16.13.5 OWNER's agent or its authorized representative shall have access to the CONTRACTOR's facilities, shall have access to all necessary records, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with this article. 16.13.6 If an audit inspection or examination in accordance with this article, discloses overcharges (of any nature) by the CONTRACTOR to the OWNER in excess of one percent (1%) of the total contract billings, the actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and/or records shall be made within a reasonable amount of time (not to exceed 90 days) from presentation of OWNER's findings to CONTRACTOR. 16.14 Modifications. The inclusion in this Contract of provisions not included in, or deletion of provisions previously included in, prior drafts of this Contract shall not be considered in interpreting the provisions of the final executed version of this Contract. END OF GENERAL CONDITIONS GENERAL CONDITIONS 00700- 58 SECTION 00800 SUPPLEMENTARY CONDITIONS Table of Contents 1.0 GENERAL 2.0 APPLICABLE PARTS OF SPECIFICATIONS 3.0 PROJECT SUPERINTENDENT 4.0 PHYSICAL CONDITIONS – SURVEYS AND REPORTS 5.0 REQUESTS FOR CLARIFICATION BEFORE BID 6.0 PERFORMANCE AND PAYMENT BONDS “A’ MINIMUM RATING 7.0 TIME ALLOTTED FOR COMPLETION AND NOTICE TO PROCEED 8.0 WORK HOURS AND WORK DAYS 9.0 NO WORK ON HOLIDAYS 10.0 LIQUIDATED DAMAGES 11.0 PROJECT SCHEDULE TO BE KEPT UPDATED 12.0 STATE SALES TAX 13.0 ACCESS TO AND INSPECTION OF THE WORK, CONFINED SPACE ENTRY, AND VENTILATION 14.0 SITE CERTIFICATE, RIGHTS-OF-ENTRY, AND RIGHTS-OF-WAY REGULATIONS 15.0 LOCATION AND PROTECTION OF EXISTING STRUCTURES AND UTILITIES 16.0 SUBSIDARY WORK 17.0 80% PAYMENT FOR MAINLINE PIPE INSTALLATION BY OPEN-CUT, 70% PAYMENT FOR MAINLINE PIPE INSTALLED BY OTHER THAN OPEN-CUT METHOD (TUNNELING) 18.0 COPIES OF PLANS AND SPECIFICATIONS 19.0 APPLICATION FOR PAYMENT 20.0 USE OF NEW FACILITIES BY OWNER DURING CONSTRUCTION 21.0 PAYMENTS WITHHELD 22.0 TEXAS WORKERS’ COMPENSATION INSURANCE 23.0 COMPENSATION FOR CHANGES IN THE WORK 24.0 TEXAS TORT CLAIMS ACT 25.0 CERTIFICATES OF INSURANCE 26.0 AS-BUILT DIMENSIONS 27.0 RECORD DOCUMENTS 00800-1 1.0 GENERAL The General Conditions are general in scope and may refer to conditions not encountered on the work covered by this Contract. Any provisions in the General Conditions which pertain to a non-existent condition and which are not applicable to the work to be performed hereunder, or which conflict with any portion of the Supplementary Conditions, shall have no meaning in the Contract and shall be disregarded. 2.0 APPLICABLE PARTS OF SPECIFICATIONS The Contract Documents are made of several sections which, taken together, are intended to describe and provide for a complete and useful project. Any requirement appearing in one of these sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimensions shall govern over scaled dimensions and Supplementary Conditions shall govern over General Conditions. The CONTRACTOR shall not take advantage of any apparent error or omission in the Contract Documents, and the OWNER shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 3.0 PROJECT SUPERINTENDENT In paragraph 1.01.35 of the General Conditions, add the following sentences: "Contractor's superintendent shall be on-site at all times that work is being performed by the Contractor or one of the Contractor's subcontractors. The duties of the contractor's superintendent shall not include operation of equipment." Written data stating the Bidder’s Qualifications in accordance with the Instruction to Bidders must include a resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects. This resident superintendent, if found to be acceptable, shall not be replaced without written notice to and consent from the OWNER except under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a request is made for the replacement of the superintendent and shall be approved by the OWNER and ENGINEER. During the construction of the Project, the resident superintendent shall demonstrate an ability to properly execute the work outlined in the Contract Documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the Contract Documents. If the ENGINEER or OWNER shall have a reasonable objection to the performance of the resident superintendent, the CONTRACTOR shall replace the resident superintendent upon written notice from the OWNER. The resident superintendent is to be replaced with a superintendent acceptable to the OWNER. No extension of time will be allowed for delays caused by the replacement of a resident superintendent. 4.0 PHYSICAL CONDITIONS – SURVEYS AND REPORTS Subsurface exploration to ascertain the nature of soils, including the amount of rock, if any, and geotechnical information necessary to develop a trench safety program is the responsibility of any and all prospective bidders. If the OWNER has made test borings 00800-2 at selected locations for this project, this information is not intended to be, nor shall it be construed to be, a part of the Contract Documents. Prospective Bidders may review copies of the Geotechnical Engineering Study at the engineer’s office or the OWNER’s office, or may obtain a copy from the ENGINEER upon request. It is specifically understood, however, that this information is furnished for the CONTRACTOR’s convenience only and neither the OWNER nor the ENGINEER by making such information available make any representation as to its accuracy or adequacy. In preparing the Bid (Proposal), the prospective bidders (and the CONTRACTOR) shall make such additional explorations, analyses and other investigations as they deem necessary to inform themselves of the actual conditions to be encountered in performing the Work required by the Contract Documents, including but not limited to information necessary to develop a trench safety program to comply with all requirements of OSHA, federal, state, and local laws, rules and regulations. Compliance with these laws, rules and regulations, shall rest solely with the CONTRACTOR. Such exploration shall be coordinated with the Construction Services Manager, Trinity River Authority of Texas. No additional compensation will be allowed to the CONTRACTOR during construction because of the subsurface material encountered during construction. The only additional compensation allowed to the CONTRACTOR during construction because of the subsurface material encountered during construction is when the subgrade is soft, spongy or disintegrated, and compensation will be allowed to the CONTRACTOR for trench or foundation stabilizing material per cubic yard under the rock for foundation bid item, if in the Bid (Proposal). 5.0 REQUESTS FOR CLARIFICATION BEFORE BID In paragraph 2.02.2 of the General Conditions, revise the third sentence to read as follows: "It is further understood that any request for clarification must be received no later than seventy-two (72) hours (3 business days) prior to the opening of the bids." 6.0 PERFORMANCE AND PAYMENT BONDS “A” MINIMUM RATING In paragraph 8.01.2 of the General Conditions after the first sentence, add "The surety shall have an "A" minimum rating of performance and a financial rating strength of five times the Contract Price, all as stated in current "Best's Key Rating Guide, Property- Liability"." 7.0 TIME ALLOTTED FOR COMPLETION AND NOTICE TO PROCEED At the end of paragraph 10.02 of the General Conditions, add, "The Contract Time for Substantial Completion and for Final Acceptance shall be as indicated in the Contract Agreement.” Notice to Proceed shall consist of a written request issued by the OWNER (or by the ENGINEER on the OWNER’s behalf) for the CONTRACTOR to proceed with the construction of the Project. 8.0 WORK HOURS AND WORK DAYS Working hours may be affected by local government ordinances and conditions, and can be determined on a case-by-case basis. Contractor’s work hours must comply with local 00800-3 ordinances. If local ordinances allow, work hours shall be as follows: Weekdays 7:00 a.m. to 7:00 p.m. on Monday through Thursday; and 7:00 a.m. to 4:00 p.m. on Friday. Cleanup work may be performed on Friday from 4:00 p.m. to 6:00 p.m. Contractor shall notify TRA Inspector in writing 48 hours in advance of any weekend work. If authorized, Saturday work hours would be 8:00a.m to 5:00 p.m., and Sunday work, other than emergency situations, is not allowed. EXCEPTIONS: (1) Concrete work shall be scheduled so that all pouring and finishing shall be finished during standard daylight hours. When under emergency conditions, work that must be concluded under artificial lighting, lighting shall be erected and directed so that they shall not shine upon any residence or create a traffic visual hazard. (2) Certain traffic congestion areas will require that modified standard work hours will be enforced where street blockage, traffic flow, channelization and/or flagmen are required. The contractor will be notified of these areas during the pre- construction conference. (3) Lane closures in school zones or on streets other than residential streets will be limited to after 9:00 a.m. and before 3:00 p.m. unless prior approval is obtained from the OWNER. Arrow boards may be required by OWNER on lane closures, with all barricades, advanced warning signs and reflector cones placed according to the specifications contained in Part 6 of the Texas Manual on Uniform Traffic Control Devices. 9.0 NO WORK ON HOLIDAYS At the end of paragraph 10.02 of the General Conditions, add: “The following holidays are to be observed and construction is not to be undertaken unless prior approval is received from the OWNER: 1) New Year’s Day 2) Martin Luther King Day 3) Presidents Day 4) Good Friday 5) Memorial Day 6) Independence Day 7) Labor Day 8) Thanksgiving Day 9) Day after Thanksgiving 10) Christmas Eve 11) Christmas Day” 10.0 LIQUIDATED DAMAGES At the end of paragraph 10.07 of the General Conditions, add, “It is understood and agreed that time is of the essence in this Contract and that for each calendar day of delay beyond the Contract Time for Substantial Completion, the Owner may permanently withhold from the Contractor's compensation the sum of $1,066 per 00800-4 calendar day and for each calendar day of delay beyond the Contract Time for Final Acceptance, but having completed Substantial Completion, the Owner may permanently withhold from the Contractor's compensation the sum of $1,066 per calendar day. In the event the Contractor fails to achieve Substantial Completion and Final Acceptance simultaneously within the Contract Time for Final Acceptance the Owner may permanently withhold from Contractor’s compensation the sum of $1,066 per calendar day. Contractor acknowledges and hereby agrees that the actual damages likely to result from delays in completion are difficult to estimate on the date of this agreement. The parties intend that the foregoing liquidated damages would serve to compensate Owner for any breach by Contractor of the Contract Time limits, and they do not intend for it to serve any punitive purpose.” 11.0 PROJECT SCHEDULE TO BE KEPT UPDATED See Article 12 of the General Conditions. 12.0 STATE SALES TAX Substitute the following for paragraph 16.02 of the General Conditions-State Sales Taxes: The CONTRACTOR'S attention is directed to Texas House Bill 11 (72nd legislature, 1st C.S.) which amended the Texas Tax Code Section 151.311. This amendment provides that by the CONTRACTOR entering into a separate contract, the CONTRACTOR will become a seller of materials purchased for the project, which will obviate paying taxes on materials incorporated into the project. As a seller, the CONTRACTOR purchases materials and issues a resale certificate in lieu of paying the sales tax at the time of purchase. The OWNER, as an exempt entity, will provide the CONTRACTOR with an exemption certificate at the time of the "sale" of the materials to the OWNER, thereby precluding the OWNER and the CONTRACTOR, from paying the sales tax on the materials. A copy of a sample of the OWNER'S Texas Sales Tax Exemption Certificate can be provided to the CONTRACTOR. Services are not tax exempt. The CONTRACTOR will be required to pay all appropriate taxes for all services as set forth herein. For purposes of these Contract Documents, the following definitions are provided for Materials and Services: Materials: Materials are those items which are tax exempt and are physically incorporated into the facility constructed for the OWNER. Materials include, but are not limited to, purchased items such as embedment, concrete, grout, asphalt, roadbase and subbase, etc. Services: Services are those items that are not tax exempt and are items used by the CONTRACTOR but which are not physically incorporated into the OWNER'S facility and/or are items which are consumed by construction. Services include, but are not limited to, items such as supplies, tools, concrete forms, sheeting and shoring, temporary storage buildings, the purchase or rental or lease of equipment, skill and labor, etc. 00800-5 For further information concerning taxes as they relate to materials and services, the CONTRACTOR shall refer to House Bill 11 and/or contact the Texas Comptroller of Public Accounts, Austin, Texas. 13.0 ACCESS TO AND INSPECTION OF THE WORK, CONFINED SPACE ENTRY, AND VENTILATION In paragraph 4.03 of the General Conditions, Access to and Inspection of the Work, make the following modifications: The CONTRACTOR shall provide, install operate and maintain such ventilation equipment to provide access for the Owner, Owner's Representative and Owner's On- site Representative to any and all confined spaces being constructed, modified, improved, attached thereto or as may be required to enter in performance of work required by the Contractor. Said ventilation equipment shall include, but not be limited to air blowers, piping and all necessary appurtenances for a full functional system. Said ventilation equipment shall meet or exceed the requirements of the Occupational Safety and Health Act (OSHA), Federal, State and local authorities. Said ventilation equipment shall provide such volume of air, free of hazardous gases, to provide an air velocity within pipelines, of 3 feet per second. Said ventilation equipment shall provide such volume of air exchange such that the atmosphere within confined spaces shall have Lower Explosive Limit (LEL) levels less than 10% and Hydrogen Sulfide (H2S) levels less than 10 parts per million (ppm) and shall maintain an Oxygen (O2) level between 19.5% and 23.5%. The CONTRACTOR shall provide such labor, equipment and materials necessary to place, operate and maintain the said ventilation equipment as necessary for entrance into confined spaces by the Owner, Owner's Representative and Owner's On-Site Representative. The CONTRACTOR shall, within one hour of request by Owner, Owner's Representative or Owner's On-Site Representative, place, operate and maintain said ventilation such that entrance into any and all confined spaces may be made. At no time shall work be done by the CONTRACTOR within confined spaces without providing said ventilation for the Owner, Owner's Representative or Owner's On- Site Representative. Requirements for the CONTRACTOR to provide, install, operate and maintain said ventilation has no implication that CONTRACTOR shall be responsible for the safety of any employee of the Owner or Engineer other than those expressly stated elsewhere. A. Responsibilities of the Host Employer (Owner) When an employer (Host Employer) arranges to have employees of another contractor perform work that involves permit space entry, the Host Employer shall: (1) Inform the CONTRACTOR that the workplace contains permit spaces and that permit space entry is allowed only through compliance with a permit space program meeting the requirements of this section; (2) Apprise the CONTRACTOR of the elements, including the hazards identified and the Host Employer's experience with the space, that makes 00800-6 the space in question a permit space; (3) Coordinate entry operations with the CONTRACTOR, when both Host Employer personnel and CONTRACTOR personnel will be working in or near permit spaces; and (4) Debrief the CONTRACTOR at the conclusion of the entry operations regarding the permit space program followed and regarding any hazards confronted or created in permit spaces during entry operations. B. Responsibilities of the Contractor (1) Obtain any available information regarding permit space hazards and entry operations from the Host Employer - Material Safety Data Sheet (MSDS); (2) Coordinate entry operations with the Host Employer; and (3) Inform the Host Employer of the permit space program that the CONTRACTOR will follow and of any hazards confronted or created in permit spaces, either through a debriefing or during the entry operation. The OWNER will provide the primary inspection for this project. The words “Inspection,” “Supervision,” or other like words as used in regard to the OWNER or ENGINEER in the Contract Documents for this project shall be understood as meaning that the OWNER or his designated representative will observe the construction in sufficient detail to satisfy himself that the Work is proceeding in general compliance with the Contract Documents. Neither the OWNER nor the ENGINEER will be a guarantor or the CONTRACTOR’s performance. The CONTRACTOR shall have complete responsibility to supervise his work and other operations in order to accomplish the detailed and specified work. Unless otherwise specified, it is mutually agreed between the parties of the Agreement that the OWNER or ENGINEER may observe the Work. Observation of the Work by the OWNER or ENGINEER shall not relieve the CONTRACTOR of his obligations necessary to insure the proper execution of the contract. It shall be the complete responsibility of the CONTRACTOR to supervise and manage his operations. Wherever the words “Directed,” “Required,” “Permitted,” “Designated,” “Considered Necessary,” “Prescribed,” or words of like import are used on the Drawings or in the Specifications, it shall be understood that they are intended to refer to action by the OWNER or ENGINEER and, similarly, the words, “Approval,” “Acceptable,” “Satisfactory,” or words of like import shall mean approval, etc., by the OWNER or ENGINEER. Whenever in these Specifications or on the Drawings for the Work, the terms of descriptions of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, the ENGINEER shall be the final judge as to whether or not the workmanship so described is being performed in compliance with his interpretation of the meaning of such words, terms or clauses. 00800-7 The OWNER at his own sole option and for his own benefit may, by appropriate written notice to CONTRACTOR, assign an “OWNER’s Resident Project Representative” to the project on either part time or full time basis. The OWNER’s Resident Project Representative shall have the right of unrestricted access to all parts of the project and to all project Documents that are relevant t control of the Work in compliance with the Contract Documents. The CONTRACTOR shall further provide such OWNER’s Resident Representative with the physical means of access to observe any part of the Work at any time requested by such representative, except as reasonably limited by physical or safety impracticality. The OWNER’s Resident Project Representative has the duty and authority to report his observations and findings to the ENGINEER (and/or directly to OWNER) to implement the OWNER’s exercising whatever rights the OWNER has to disapprove work and materials as failing. The OWNER’s Resident Project Representative does not have any right or authority to make or approve any material change in the project, nor does he have any authority, duty or obligation to act as a project superintendent, or otherwise assume any of the functions required of the CONTRACTOR, particularly as set forth in General Conditions Item 4.04, CONTRACTOR’s Duty and Superintendence. 14.0 SITE CERTIFICATE, RIGHTS-OF-ENTRY, AND RIGHTS-OF-WAY REGULATIONS A Site Certificate Document has been prepared, per parcel, for all areas of the project and is provided to the CONTRACTOR without cost. The Site Certificate is hereby made a part of the Contract Documents. The CONTRACTOR shall be responsible for performing all work in accordance with the requirements of the easements, permits and related land rights information defined in the Site Certificate. The costs incurred by the CONTRACTOR in meeting the requirements of the Site Certificate shall be subsidiary to the project. At the end of paragraph 6.11.2 of the General Conditions, add "Any additional right-of- way, easements, or other agreements with adjoining landowners obtained by CONTRACTOR shall be secured in writing with copies of the executed documents provided to the OWNER in advance of the CONTRACTOR utilizing said additional areas for access, construction, or other purposes. At the end of paragraph 6.13 of the General Conditions, add, "CONTRACTOR shall comply with all rights-of-way requirements. If the CONTRACTOR violates or otherwise does not fulfill these conditions, including trespass on a landowner's property, the violation and/or damage shall be corrected immediately to the satisfaction of the OWNER and the affected landowner. If the violation is not corrected immediately to the satisfaction of the OWNER and the affected landowner, the work shall be stopped in all areas. The CONTRACTOR will not be allowed to resume work until all corrections to the land have been made to the satisfaction of the OWNER and the affected landowner. All costs associated with delays due to the work stoppage shall be borne by the CONTRACTOR. No additional work days shall be granted due to said delays." 15.0 LOCATION AND PROTECTION OF EXISTING STRUCTURES AND UTILITIES In the preparation of plans and specifications, the Engineer has endeavored to indicate the location of existing underground utility lines which are known to the Engineer. No 00800-8 attempt has been made to show minor lines or service lines; however, it is not guaranteed that all major lines or structures have been shown on the plans. Prior to the start of the construction the CONTRACTOR shall communicate with the local representative of the utility companies, and any other public and private utility company and advise said representatives of the route of the proposed construction in order to obtain the assistance of the utility companies in the location of and in the avoidance of the conflicts with utility lines. The CONTRACTOR shall uncover and determine the elevation and location of all conflicts well ahead of the trench excavation. Where excavation endangers adjacent structures and utilities, the CONTRACTOR shall, at his own expense, carefully support and protect all such structures and/or utilities so that there will be no failure or settlement. Where it is necessary to move services, poles, guy wires, pipelines, or other obstructions, the CONTRACTOR shall notify and cooperate with the utility owner. In case damage to any existing structure or utility occurs, whether failure or settlement, the CONTRACTOR shall restore the structure or utility to its original condition and position without compensation from the OWNER. All costs of temporarily or permanently relocating the conflicting utilities shall be borne by the CONTRACTOR without extra compensation from the OWNER. Existing curb and gutter, sidewalks, fences, street and driveway, culvert pipe and headwalls, mailboxes and signs, etc., in the line of construction shall be removed and reinstalled, or replaced, if necessary, in a condition equal to or better than the original. This work will not be paid for directly but will be considered subsidiary to the other bid items. If in the opinion of the OWNER, concrete backfill is necessary for the support of the utility lines crossing trenches, the OWNER may direct 2000 psi concrete backfill or cement stabilized backfill be used. Payment for additional concrete backfill or cement stabilized backfill or other backfill placed by the direction of the OWNER shall be paid based on the unit bid price. 16.0 SUBSIDIARY WORK Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the plans and the general contract documents, in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. 17.0 80% PAYMENT FOR MAINLINE PIPE INSTALLATION BY OPEN-CUT, 70% PAYMENT FOR MAINLINE PIPE INSTALLED BY OTHER THAN OPEN-CUT METHOD (TUNNELING) For mainline pipeline installation by open-cut methods, upon completion of pipe laying, backfilling, and consolidation of trench backfill, payment will be allowed for 80% of the unit contract price for furnishing and installing mainline pipe per linear foot. The remaining 20 percent of the unit price bid for furnishing and installing mainline pipe will 00800-9 be allowed when the following is completed: (1) field testing of pipe is completed (10% of the unit price), and (2) the property affected by construction operations has been completely restored to its original or required condition (10% of the unit price), including fence replacement, grading, seeding, sodding, etc., and removal of all equipment or materials related to construction. The 20 percent to be allowed when said field testing of pipe and property restoration occurs shall not be considered retainage but shall be considered as payment for work associated with said pipe testing and property restoration. For mainline pipe installed by other than open-cut methods (boring or tunneling), upon completion of boring or tunneling, payment will be allowed for 70% of the unit contract price for furnishing and installing mainline pipe per linear foot. The remaining 30% of the unit price bid for furnishing and installing the mainline pipe by other than open-cut methods will be allowed when the pipe is installed and field testing of the pipe has been completed. 18.0 COPIES OF PLANS AND SPECIFICATIONS The ENGINEER will furnish 5 full-size sets of plans, 5 half-size sets of plans, and 5 specification booklets to the CONTRACTOR at no charge for construction purposes. Additional copies will be furnished to the CONTRACTOR at the cost of reproduction and handling. 19.0 APPLICATION FOR PAYMENT At the end of paragraph 14.03 of the General Conditions, add, "As part of their Application for Payment the CONTRACTOR shall submit the following certification: (See next page) 00800-10 The undersigned CONTRACTOR certifies that in accordance with the General Conditions of Agreement, Article 10 and any other appropriate conditions set forth in the Contract Documents, a request for an extension of time _____ HAS or _____ HAS NOT been submitted during the period of time for which this application for payment applies; and a request for an extension of time WILL NOT be submitted at a later time when such request for an extension of time relates to the period of time for which this application for payment applies. Period covered by this payment request: Beginning __________________________ Ending __________________________ Prepared and Submitted: By _______________________________ _____________________________ (Contractor) (Printed Name) Date __________________________ Payment Request Recommended: By ________________________________ _____________________________ TRA Field (Printed Name) Date __________________________ Payment Request Recommended: By _______________________________ _____________________________ (Engineer Company Name) (Printed Name) Date __________________________ Payment Request Approved: By ________________________________ _____________________________ TRINITY RIVER AUTHORITY (Printed Name) Date __________________________ 20.0 USE OF NEW FACILITIES BY OWNER DURING CONSTRUCTION At the end of Article 14.07 of the General Conditions, add as a separate paragraph, "Use of new facilities by the OWNER during construction will not constitute Final Acceptance of the facilities and will not constitute the date for start of any required warranties or guarantees. CONTRACTOR will provide all necessary maintenance, including normal lubrication and adjustment, to new facilities operated by the OWNER until Final 00800-11 Acceptance of the Work." 21.0 PAYMENTS WITHHELD Add the following to paragraph 14.09, "Payments Withheld", of the General Conditions: (K) Failure of the Contractor, Subcontractors, and/or Subcontractors to comply with all federal, state, and local laws, ordinances, rules, regulations, and order of any public authority having jurisdiction; including but not limited to OSHA 29 CFR part 1926 SUBPART P, Excavations and Trenches and 29 CFR, Parts 1910, Permit-Required Confined Spaces for General Industry; Final Rule. 22.0 TEXAS WORKERS' COMPENSATION INSURANCE 1. Definitions: 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. 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. Persons providing services on the project ("subcontractor" in Section 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 services 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. 2. 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. 3. The contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. 4. If the coverage period shown on the contractor's current certificate of 00800-12 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. 5. The contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (a) 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 (b) 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. 6. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. 7. 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 provisions of coverage of any person providing services on the project. 8. 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. 9. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: (a) 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; (b) 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; (c) 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; (d) obtain from each other person with whom it contracts, and provide to the contractor: 00800-13 (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) 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. (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew of should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (g) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 10. 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 coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. 11. 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 governmental entity. 23.0 CONTRACTOR RESPONSIBILITIES-WORKERS' COMPENSATION INSURANCE 1. The contractor shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (b) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (c) provide the governmental entity, prior to the end of the coverage 00800-14 period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project; (d) obtain from each person providing services on a project, and provide to the governmental entity: (i) 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 (ii) 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; (e) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (f) 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; (g) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 point bold type and test in at least 19 point normal type, and shall be in English and Spanish and any other language common to the work population. The text for the notices shall be the following text provided by the commission without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512-440- 3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required 00800-15 coverage, or to report an employer's failure to provide coverage." (h) contractually require each person with whom it contracts to provide services on a project, to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to the contractor prior to that person beginning work on the project; (iii) include in all contracts to provide services on the project the language in subsection (e)(3) of this rule; (iv) 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; (v) obtain from each person with whom it contracts, and provide to the contractor: (aa) a certificate of coverage, prior to the other person beginning work on the project; and (bb) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) 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 (viii) contractually require each other person with whom it contracts, to perform as required by paragraphs (a) - (h), with the certificate of coverage to be provided to the person for whom they are providing services. 2. The contractor shall ensure that any person providing services on this project, which includes but is not limited to, subcontractors, sub- subcontractors, material and equipment deliverers, all persons or entities 00800-16 performing all or part of the services the contractor has undertaken to perform on the project, leasing companies, and etc., shall: (a) provide coverage for its employees providing services on a project, for the duration of the project based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements; (b) provide a certificate of coverage as required by its contract to provide services on the project, prior to beginning work on the project; (c) have the following language in its contract to provide services on the project: "By signing this contract or providing or causing to be provided a certificate of coverage, the person signing this contract is representing to the governmental entity that all employees of the person signing this contract who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of 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." (d) provide the person for whom it is providing services on the project, prior to the end of the coverage period shown on its current certificate of coverage, a new certificate showing extension of coverage, if the coverage period shown on the certificate of coverage ends during the duration of the project; (e) obtain from each person providing services on a project under contract to it, and provide as required by its contract: (i) a certificate of coverage, prior to the other person beginning work on the project; and (ii) prior to the end of the coverage period, a new certificate of coverage showing the extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (f) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (g) notify the governmental entity in writing by certified mail or 00800-17 personal delivery, of any change that materially affects the provision of coverage of any person providing services on the project and send the notice within 10 days after the person knew or should have known of the change; and (h) contractually require each other person with whom it contracts to: (i) provide coverage based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements for all of its employees providing services on the project, for the duration of the project; (ii) provide a certificate of coverage to it prior to that other person beginning work on the project; (iii) include in all contracts to provide services on the project the language in subsection (e)(3) of this rule; (iv) provide, prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (v) obtain from each other person under contract to it to provide services on the project, and provide as required by its contract: (aa) a certificate of coverage, prior to the other person beginning work on the project; and (bb) prior to the end of the coverage period, a new certificate of coverage showing extension of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the contract; (vi) retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (vii) 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 (viii) contractually require each person with whom it contracts, to perform as required by paragraphs (a) - (h), with the certificate of coverage to be provided to the person for whom they are providing services. 00800-18 23.0 COMPENSATION FOR CHANGES IN THE WORK Replace Article 11.06 of the General Conditions with the following information: It is agreed that the basis of compensation to CONTRACTOR for extra work or other changes in the Work by altering, adding to, or deducting from the Work, modifying the method or manner of performance, or otherwise, ordered by a Change Order shall be determined by one or more of the following methods: Method (A) - By agreed unit prices; or Method (B) - By agreed lump sum with overhead and profit calculated as described in paragraph C below; or Method (C) - If neither Method (A) nor Method (B) be agreed upon before the changed Work is commenced, then the Contractor shall be paid the "actual field cost" as follows: Where the Work involved is not covered by unit prices contained the Contract Documents and agreement to a lump sum is not reached, compensation shall be made on the basis of the Cost of the Work (determined as provided in paragraphs A and B below) plus a Contractor's fee for overhead and profit (determined as provided in paragraph C below). A. The term Cost of the Work means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those paid for the work included in this Contract. Certified payroll will be required for all additional work. Costs shall include only the following items: 1. Payroll cost for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, one foreman (unless agreed upon prior to beginning work) and other personnel employed full-time at the site. Payroll costs for employees not employed full-time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, worker's compensation, health and retirements benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work after regular working hours, on Saturday or Sunday or legal holidays, shall not exceed 1.5 times pay shall be included in the above to the extent authorized by Owner. Fringe benefits cost shall not exceed 50% of salaries and wages. 2. Cost of all materials and equipment incorporated in the Work, including costs of transportation and storage thereof, and Supplier's field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to 00800-19 make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by the Contractor to the Subcontractors for Work performed or furnished by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner who will then determine, with the advise of Engineer, which bids, if any, will be accepted. The Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the Work as provided herein. All Subcontractors shall be subject to all other provisions of the Contract Documents. 4. Costs of special consultants (including but not limited to engineers, testing laboratories, or surveyors) employed for services specifically related to the Work. 5. Supplemental costs including the following: The proportion of necessary transportation expenses of Contractor's employees incurred in discharge of duties connected with the Work. The Contractor shall use local employees unless specifically approved prior to beginning work. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, fuel at the site and hand tools not owned by the workers, which are consumed in the performance of the Work, less market value of such items not consumed which remain the property of Contractor. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advise of Engineer, and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said rental agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the Work. Equipment costs and all incidental expenses associated with said equipment shall not exceed the costs reflected in the most recent version of "Contractor's Equipment Cost Guide" as published by Dataquest, a Dun & Bradstreet Corporation. Sales, consumer, use or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. Deposits lost for causes other than negligence of Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. 00800-20 Loses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance and furnishing of the Work (except losses and damages within the deductible amounts of property insurance established by Owner) provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fees. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof. Contractor shall be paid for services a fee proportionate to that stated in paragraph C. Incremental cost of premiums for additional Bonds and insurance required because of changes in the Work. B. The term Cost of the Work shall not include any of the following items. Full compensation for these items is provided by the overhead and profit fees defined under Item C. 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in Contractor's principal or a branch office for general administration of the Work - all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal, branch and site offices. 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. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the contract documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph A.5 above). 5. Cost due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and restoring or replacing damage to property in an acceptable manner. 6. Cost involved in warranting the additional work in accordance with the general warranty stipulations specified in the original Contract 00800-21 Documents. 7. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in paragraph A. 8. Compensation for time delays associated with this work nor the Contractor's extended overhead. C. The Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 1. A mutually acceptable fixed fee; or 2. If a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: For costs incurred under paragraph A.1, and A.2, the Contractor's fee shall be fifteen (15) percent. For costs incurred under paragraph A.3, the Contractor's fee shall be five (5) percent. Where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of paragraphs A.1, A.2, A.3, and C.2 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of fifteen (15) percent of the costs incurred by such Subcontractor under paragraphs A.1 and A.2and that any higher tier Subcontractor and Contractor will each be paid a fee of five (5) percent of the amount paid to the next lower tier Subcontractor. 3. No fee shall be payable on the basis of costs itemized under paragraphs A.4, A.5, and B. The amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five (5) percent of such net decrease; and when both additions and credits are involved in any one change, the adjustment in Contractor's fee shall be computed on the basis of the net change in accordance with provisions of paragraph C.2. D. Whenever the cost of any Work is to be determined pursuant to paragraph A and B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit daily, in form, acceptable to Owner, and itemize cost breakdown together with supporting data. If requested by the Owner, Contractor shall maintain and make available to the Owner a certified payroll, listing all personnel classifications and salaries individually involved in the work. Personnel and salaries not specifically shown on the certified payroll, shall be considered to be addressed by the compensation listed in Item C. 00800-22 E. It is understood that contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be furnished and performed for such sums as may be acceptable to Owner and Engineer. Contractor agrees that: 1. The allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the site, and all applicable taxes; and 2. Contractor's costs for unloading and handling on the site, labor, installation costs, overhead, profit and other expenses contemplated for the allowances have been included in the Contract Price and not in the allowances and no demand for additional payment on account of any of the foregoing will be valid. Prior to final payment, an appropriate Change Order will be issued as recommended by Engineer to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. The compensation agreed upon in a Change Order is a full, complete and final payment for all costs Contractor incurs as a result or relating to the Change in the Work. 24.0 TEXAS TORT CLAIMS ACT Regarding Article 4.15.5 of the General Conditions, the following paragraph is added for clarification: According to the Texas Tort Claims Act (Chapter 101 of the Texas Civil Practice and Remedies Code) and specifically Article 101.023, the liability of a State Agency such as the Trinity River Authority is limited for torts for $100,000 for damages to property, and $100,000 per person or $300,000 per single occurrence for damages to persons. A tort is any wrongful act or omission for which a civil legal action will occur. Article 4.15.5 of the General Conditions applies to torts; therefore, the CONTRACTOR’s legal liability for torts which are caused by the OWNER’s negligence or fault is limited to the above amounts. 25.0 CERTIFICATES OF INSURANCE Notwithstanding anything in the Contract Documents to the contrary, CONTRACTOR shall furnish to OWNER a certificate or certificates of insurance signed by a duly authorized agent of the company issuing such insurance coverage, consistent with Chapter 1811 of the Texas Insurance Code. In addition, CONTRACTOR shall furnish copies of policy declarations and endorsements that reflect the coverage and other requirements of General Conditions Article 8. 26.0 AS-BUILT DIMENSIONS Contractor shall make daily measurements of facilities constructed and keep accurate records of location (horizontal and vertical) of all facilities. Contractor shall furnish Owner with direct prints, marked with red pencil, to show as-built dimensions and 00800-23 location of all work constructed. As-built drawings are to be submitted with Contractor’s Progress Payments required in GENERAL CONDITIONS OF THE AGREEMENT, Article 14.03. 27.0 RECORD DOCUMENTS Prepare and maintain up-to-date record documents for the project to accurately reflect the construction as built. Documents must be submitted at work completion of project in accordance with Part IV, Article 14.08 and Part IX, Paragraph H. Project work will not be considered complete and the project finally accepted until Owner has received and accepted accurate as-built documents. 1. Contractor will maintain at the project work site one copy of the following: a. Contract Drawings b. Technical Specifications c. Addenda d. Reviewed Shop Drawings e. Change Orders and Field Orders f. Other Contract Modifications g. Field Test Records h. Project Correspondence i. Project Submittal j. As-Built Dimensions Items a. through j. above shall constitute the Record Drawings. 2. Record documents shall be stored in an approved location apart from documents used for construction. 3. Contractor shall not use record documents for construction purposes. 4. Record documents shall be maintained in a clean, dry, legible condition and stored in files, binders, and plan racks as appropriate. 5. Record documents shall be available at all times to Owner and Engineer for inspection. 6. Contractor shall maintain record documents in a current status, reflecting up-to- date project status. Contractor shall not permanently conceal work until required information has been recorded. 7. Contractor shall label each document “PROJECT RECORD” in neat, large, printed letters and legibly mark contract drawings to record actual construction information determined as indicated below: a. Horizontal and vertical location of underground and underslab utilities and appurtenances referenced to permanent surface improvements. b. Location of internal utilities and appurtenances referenced to permanent surface improvements. 00800-24 c. Field changes of dimension and detail. d. Changes made by change order or field order. e. Details not on original contract drawings. 8. Contractor shall legibly mark Technical Specifications and Addenda to record the following: a. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. b. Changes made by change order or field order. c. Other materials not originally specified. 9. At project completion, Contractor shall deliver record documents to the Owner. Place all letter-sized material, neatly indexed, in 3-ring binders. Bind contract drawings, place drawings in rolls of convenient size for ease of handling. Contractor shall submit these record documents with a transmittal letter, in duplicate. The transmittal letter will contain the following: a. Date b. Project Title and Number c. Contractor’s Name and Address d. Title and Number of Each Record Document e. Certification that Each Document as Submitted is Complete and Accurate f. Signature of Contractor 10. Owner reserves the right to withhold payment for Contractor’s failure to maintain record documents as described herein. Contractor shall make no claim for damages as a result of Owner withholding payment for his failure to maintain record drawings. END OF SUPPLEMENTARY CONDITIONS 00800-25 THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 01005 - 1 Definitions and Terminology SECTION 01005 DEFINITIONS AND TERMINOLOGY 1.00 GENERAL 1.01 SPECIFICATION TERMINOLOGY A. “Engineer” or “Architect” means the person, firm, or organization named as such in the Agreement. B. “Furnish” means to supply, deliver and unload materials and equipment at the project site ready to install. C. “Install” means the operations at the project site including unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, training and similar operations required to prepare the materials and equipment for use, verify conformance with Contract Documents and prepare for acceptance and operation by the Owner. D. “Provide” means to furnish and install materials and equipment. E. “Perform” means to complete the operations necessary to comply with the Contract Documents. F. “Indicated” means graphic representation, notes, or schedules on drawings, or other requirements in Contract Documents. Words such as “shown”, “noted”, “scheduled”, are used to help locate the reference. No limitation on the location is intended unless specifically noted. G. “Specified” means written representations in the bid documents or the technical specifications. H. “Regulation” means laws, statutes, ordinances, and lawful orders issued by authorities having jurisdiction, as well as, rules, conventions, and agreements within the construction industry that control performance of work, whether they are lawfully imposed by authorities having jurisdiction or not. I. “Installer” means an entity engaged by Contractor, either as an employee, subcontractor, or sub-subcontractor to install materials and/or equipment. Installers are to have successfully completed a minimum of five projects similar in size and scope to this project, have a minimum of five years of experience in the installation of similar materials and equipment, and comply with the requirements of the authority having jurisdiction. J. “Manufacturer” means an entity engaged by Contractor, as a subcontractor, or sub-subcontractor to furnish materials and/or equipment. Manufacturers are to have a minimum of five years experience in the manufacture of materials and equipment similar in size, capacity and scope to the specified materials and equipment. Definitions and Terminology 01005 - 2 Job No. 1345001.00 K. “Project site” means the space available to perform the work, either exclusively or in conjunction with others performing construction at the project site. L. “Testing laboratory” means an independent entity engaged to perform specific inspections or tests, either at the project site or elsewhere, and to report and interpret the results of those inspections or tests. M. “Listed” means equipment is included in a list published by a nationally recognized laboratory which makes periodic inspection of production of such equipment and states that such equipment meets nationally recognized standards or has been tested and found safe for use in a specified manner. N. “Labeled” means equipment that embodies a valid label, symbol, or other identifying mark of a nationally recognized testing laboratory such as Underwriters Laboratories, Inc. and production is periodically inspected in accordance with nationally recognized standards or tests to determine safe use in a specified manner. O. “Certified” used in context with materials and equipment means the material and equipment has been tested and found by a nationally recognized testing laboratory to meet specification requirements, or nationally recognized standards if requirements are not specified, and is safe for use in the specified manner. Production of the equipment must be periodically inspected by nationally recognized testing laboratory and equipment must bear a label, tag, or other record of certification. “Certified” used in context with labor performance or ability to install materials and equipment means that the abilities of the proposed installer have been tested by a representative of the specified testing agency authorized to issue certificates of competency and has met the prescribed standards for certification. “Certified” used in context with test reports, payment requests or other statements of fact means that the statements made on the document are a true statement as attested to by the certifying entity. 1.02 SPECIFICATION SENTENCE STRUCTURE A. Specifications are written in modified brief style. Requirements apply to all work of the same kind, class, and type even though the word “all” is not stated. B. 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”, “provide”, or similar words include the meaning of the phrase “The Contractor shall...” before these words. C. It is understood that the words “directed”, “designated”, “requested”, “authorized”, “approved”, “selected”, or similar words include the meaning of the phrase “by the Engineer” after these words unless otherwise stated. Use of these words does not extend the Engineer’s responsibility for construction supervision or responsibilities beyond those defined in the General Conditions. Job No. 1345001.00 01005 - 3 Definitions and Terminology D. “At no additional cost to Owner”, “With no extra compensation to Contractor”, “At Contractor’s own expense”, or similar words mean that the Contractor will perform or provide specified operation of work without any increase in the Contract Amount. It is understood that the cost for performing all work is included in the amount bid and will be performed at no additional cost to the Owner unless specifically stated otherwise. 1.03 DOCUMENT ORGANIZATION A. The contract requirements described in the General Conditions, Supplementary Conditions, and in the Division One (01) specifications (meaning all specifications that are numbered beginning with “01”, such as 01010, 01040, 01300, 01400, 01565, 01700, etc.) apply to each and all specification sections unless specifically noted otherwise. B. Organization of Contract Documents is not intended to control or to lessen the responsibility of the contractor when dividing work among subcontractors, or to establish the extent of work to be performed by any trade, subcontractor or vendor. Specification 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 location in the Contract Documents. C. 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. D. Capitalizing words in the text does not mean that these words convey special or unique meanings or have precedence over other parts of the Contract Documents. Specification text governs over titling and it is understood that the specification is to be interpreted as a whole. E. Drawings and specifications 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 Engineer. Provide any work, materials or equipment required for a complete and functional system even if they are not detailed or specified. 1.04 INTERPRETATIONS OF DOCUMENTS A. Comply with the most stringent requirements where compliance with two (2) or more standards is specified, and they establish different or conflicting requirements for minimum quantities or quality levels, unless Contract Documents indicate otherwise. 1. Quantity or quality level shown or indicated shall be minimum to be provided or performed in every instance. 2. Actual installation may comply exactly with minimum quality indicated, or it may exceed that minimum within reasonable limits. Definitions and Terminology 01005 - 4 Job No. 1345001.00 3. In complying with these requirements, indicated numeric values are minimum or maximum values, as noted, or appropriate for context of requirements. 4. Refer instances of uncertainty to the Owner for a decision before proceeding. B. 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. 1.05 REFERENCE STANDARDS A. Comply with applicable construction industry standards as if bound or copied directly into the Contract Documents regardless of lack of reference in the Contract Documents. Apply provisions of the Contract Documents where Contract Documents include more stringent requirements than the referenced standards. 1. Standards referenced directly in the Contract Documents take precedence over standards that are not referenced but recognized in the construction industry as applicable. 2. Comply with standards not referenced but recognized in the construction industry as applicable for performance of the work except as otherwise limited by the Contract Documents. The Engineer determines whether code or standard is applicable, or which of several are applicable. B. Consider a referenced standard to be the latest edition with supplements or amendments when a standard is referred to in an individual specification section but is not listed by title and date. C. Trade association names and titles of general standards are frequently abbreviated. Acronyms or abbreviations used in the Contract Documents mean the recognized name of trade association, standards generating organization, authority having jurisdiction, or other entity applicable in the context of the Contract Documents. Refer to “Encyclopedia of Associations,” published by Gale Research Company. D. Make copies of reference standards available as requested by Engineer or Owner. 1.06 SUBSTITUTIONS AND EQUAL PRODUCTS Provide materials and equipment manufactured by the entities specifically listed in each technical specification section. Submit a Contractor’s Modification Request per Section 01300 SUBMITTALS for substitution of materials and equipment of manufacturers not specifically listed or for materials and equipment that does not strictly comply with the Contract Documents. Job No. 1345001.00 01005 - 5 Definitions and Terminology 1.07 SUBSTITUTIONS AND EQUAL PRODUCTS Contractor may provide “equal” products manufactured by manufacturers other than those specifically listed in the technical specification section unless it is specifically stated that only the materials and equipment of the specified manufacturers shall be provided. Provide a request for approval of proposed equals per Section 01300 SUBMITTALS for any materials or equipment not specifically listed. Submit a Contractor’s Modification Request for substitution of materials and equipment of other manufacturers or for materials and equipment that does not strictly comply with the Contract Documents. A Field Order or Change Order will be issued if the contract modification is approved. END OF SECTION THIS PAGE INTENTIONALLY BLANK. SECTION 01010 SUMMARY OF WORK PART 1 - 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 operable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete project. 3. Provide the civil, structural, mechanical, electrical, instrumentation and all other work required for a complete and operable project. 4. Test and place the completed project in operation. 5. Install Owner provided products and place in operation. 6. Drawings and specifications 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 Engineer. 1.02 JOB CONDITIONS A. The General Conditions, the Supplementary Conditions, and Division 1 specifications apply to each specification sections. B. Comply with all applicable state and local codes and regulations pertaining to the nature and character of the work being performed. 1.03 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: The project consists of the rehabilitation and replacement of sanitary sewer pipeline from MacArthur Road to Luna Road along Beltline Road. The rehabilitation segment consists of an existing 33-inch diameter sanitary sewer pipeline to be rehabilitated utilizing cured-in-place piping (CIPP). The replacement segment consists of the installation of new 33-inch, 36-inch, 42-inch, and 48-inch diameter sanitary sewer pipeline. Additional items include the construction of a new aerial crossing and rehabilitation of the existing Meter Station 17.0E. 1.04 OWNER-PROVIDED PRODUCTS A. Assume responsibilities for coordination, installation, and start-up Owner-provided products as for products selected by the Contractor. Job No. 1345001.00 01010 - 1 Summary of Work B. Provide labor, materials, equipment, tools, consumable supplies, and incidentals not specifically required by the contract between the Owner and vendor but required to provide a complete and operable product. C. Payment for the product will be made directly by the Owner. D. Include all other costs for the product in the proposed bid price. 1.05 CONSTRUCTION OF UTILITIES Existing utilities will be used for this project. 1.06 OCCUPANCY A. As soon as any portion of the pipeline is ready for use, the Owner shall have the right to operate the portion upon written notice to the Contractor. B. Testing of equipment and appurtenances including specified test periods, training, and start-up does not constitute acceptance for operation. C. Owner may accept the facility for continued use after start-up and testing at the option of the Owner. If acceptance is delayed at the option of the Owner, shut down facilities per approved Operations and Maintenance procedures. D. The execution of bonds is understood to indicate the consent of the surety. E. Provide an endorsement from the Insurance Carrier permitting occupancy of the structures and use of equipment during the remaining period of construction. F. Construct operations to insure the least inconvenience to the Owner and general public. 1.07 CONTRACTOR'S USE OF PROJECT SITE AND OWNERS CONTINUED OPERATIONS A. The Contractor shall confine his use of the site for work and storage to the Work Area Limits shown on the contract drawings and approved by the Owner. The Contractor's use of adjacent lands and roads for access to move onto and off of the site and for daily access of workers, material and equipment shall be arranged and scheduled to minimize interference with the Owner's and adjacent landowner’s continued operations. B. Coordinate the use of the premises with the Engineer. C. Assume full responsibility for the protection and safekeeping of products stored at the site. D. Store products to allow Owner access for maintenance and operations. Summary of Work 01010 - 2 Job No. 1345001.00 E. Obtain and pay for the use of any additional storage or work areas needed for construction. Additional storage may only be placed in areas designated on the drawings. F. Any damage to existing facilities including contamination, caused by the Contractor’s personnel, visitors, materials, or equipment, shall be repaired or corrected at the Contractor’s expense. G. No alcoholic beverages or illegal substances shall be permitted on the site at any time. H. No concealed or illegal weapons shall be permitted on the site at any time. I. The Owner intends to continue operation of portions of its existing sanitary sewer pipeline during all or most of the construction period. The Contractor shall plan and schedule its work to minimize impacting the Owner's continued operations and shall, at all times, maintain safe access for the Owner's operating personnel and equipment. J. The Contractor shall be responsible for maintaining safe emergency exiting for the Owner's and Contractor's personnel in all areas affected by the Contractor’s work. K. If operation of the Owner's existing sanitary sewer pipeline is adversely affected by the Contractor's work, the Owner may suffer a financial loss and may make a claim against the Contractor to recover its loss. 1.08 WORK SEQUENCE A. Construct work in phases to accommodate Owner's continued use and operation of existing facilities. Contractor to provide Construction Sequence and Bypass Plan, in conformance with Trinity River Authority of Texas and Texas Commission on Environmental Quality requirements, for approval by the Engineer prior to construction in accordance with Section 01300 Submittals. No work shall begin prior to review and approval of the Construction Sequence and ByPass Plan submittals. Construction Sequence and Bypass Plan Submittals should include and address the following: 1. Cleaning, inspection, survey and CIPP lining the existing 33-inch line, Main “A”. 2. Provisions for temporary bypass pump meters to continue the collection of flow information for MS17.0E and POE at MH 865E. 3. Demolition of existing junction box at 3580E, including existing 33-inch plug, and connection of the 30-inch Coppell Interceptor Force Main (POE COP-13) 4. Removal and replacement of the 15-inch Main “C” (POE COP-04) 5. Construction from 110+00 to 140+56.87 of Main “B” in conjunction with construction of Mains D and E. 6. Coordination with Dallas Water Utilities for temporary shutdown of Cypress Waters Lift Station during connection to existing TRA manhole TRA-B0. B. Connection of the 30-inch Coppell Interceptor must be coordinated a minimum of one week in advance with the City of Coppell. Connection to the 30-inch Force Main (POE COP-13) must take place between the hours of 10 pm and 5 am, with no precipitation for at least 48 hours prior to connection. Job No. 1345001.00 01010 - 3 Summary of Work C. The Contractor shall reference Section 01550 and the Traffic Control Plan submitted in this Section and provide clear procedures for Traffic Control during all phases of work. 1.09 DOCUMENTING EXISTING A. Prior to commencing the Work, tour the site with the Owner and the Engineer. Examine and document photographically and in writing the condition of existing buildings, equipment, improvements, and landscape planting on or adjacent to the site. This record shall serve as a basis for determination of subsequent damage due to the Contractor's operations and shall be signed by all parties making the tour. Record existing conditions by making a minimum of 72 photographs on DVD and also uploading them to the Owner’s construction documentation system. 1.10 SHUTDOWN OF EXISTING UTILITIES, SERVICES OR OPERATIONS A. Reference General Conditions for shutdown of existing utilities, services or operations. 1.11 BYPASS PUMPING A. This subsection governs bypass pumping for the flow of wastewater around the section or sections of pipe designated in the Construction Plans. The work covered by this specification consists of furnishing all labor, supervision, tools, appliances, and materials to perform all operations in connection with pumping of wastewater and wet weather flows around pipe sections. The purpose of bypass pumping is to prevent wastewater overflows and provide reliable wastewater service at all times. The Contractor shall maintain wastewater flow in the construction area in order to prevent back-ups and/or overflows into upstream pipe segments and laterals, adjacent ditches, storm sewers, and waterways. B. Bypass pumping is the installation and operation of bulkheads, plugs, hoses, piping, pumps, and reliable power for pumping to maintain wastewater flow and prevent back-ups and overflows. Bypass pumping provides continuous wastewater service to the users while maintenance and construction operations are in progress by diverting flow when necessary around the construction location and pumping it into a downstream manhole. C. Flows in the following table are based on temporary metering data, meter station MS17.0E data, Cypress Waters Lift Station design flows, and observed flows near the abandoned 33-inch aerial crossing. From To Average Flow (MGD) Peak Flow (MGD) Pipe Site 1 960E 3580E 2.5 7.9 Existing 33- inch Gravity Main Upstream of existing junction box 3580E 2 3580E TRA-B0 5.8 11.4 Existing 48- inch Gravity Main Between existing junction box 3580E and future Cypress Waters POE Summary of Work 01010 - 4 Job No. 1345001.00 3 TRA-B0 3480E 14.8 20.4 Existing 48- inch Gravity Main Downstream of future Cypress Waters POE 4 3580E 3485E <1 <1 Existing 33- inch Gravity Main Downstream of existing junction box 3580E D. The normal practice will be to set up bypass pumping at the beginning of each work day and pump around to allow for the day’s wastewater construction activities. However, continuous bypass pumping for longer than one day may be necessary, depending on the Contractor’s means and methods. With normal practice, the preferred suction point will be at a manhole upstream of the relay section. In some cases, the suction location may be the existing pipe in the trench. Discharge of bypass must be into a manhole. At the end of the work day, the new and existing pipe will be reconnected to allow gravity flow until the next work day. Access to driveways must be coordinated with property owners and maintained during bypass pumping. E. Bypass pumping shall not occur if there is a 20 percent chance of a ½” or greater rain event forecasted. Bypass operations shall not occur within 24 hours after the rain event. F. It is the sole responsibility of the Contractor to locate and identify all existing sewer lines and services and to provide any and all labor, material, equipment, techniques and methods to bypass pump as necessary for his construction methods and to monitor the effectiveness of this installed system and its effect on adjacent facilities. G. Contractor shall operate, maintain, and modify the system(s) as required to conform with this specification. Upon completion of construction, the Contractor shall remove the system(s). H. Contractor shall assume responsibility for bypass pumping systems and for all loss or damage resulting from partial or complete failure of protective measures and any spills or resultant damage caused by his operation. I. The pump and bypass pumping lines shall be of adequate capacity and size to handle peak wet weather flows as shown in the table above. All piping, joints, and accessories shall be designed to withstand at least twice the maximum system pressure, or a minimum of 50 psi, whichever is greater. J. Internal and/or external bypass pumping operations shall use 100% leak proof pipe such as PVC or HDPE. Pipe shall be restrained as necessary to prevent joint separation. K. Pumps shall be self-priming or submersible electric, in good working order, with a working pressure gauge on the discharge. A back-up pump of the same capacity as the primary pump shall be maintained on site at all times to be used in the event that the primary pump fails. No wastewater shall be allowed to drain or stand in earthen sump pits. L. Any wastewater back-ups and/or overflows as the result of inadequate equipment are the responsibility of the Contractor. M. The Contractor shall be required to have all materials, equipment, and labor necessary to complete the pipe connection work on the job site prior to isolating the wastewater manhole or line segment and beginning the bypass pumping operations. Job No. 1345001.00 01010 - 5 Summary of Work 1.12 REGULATORY REQUIREMENTS A. The codes and regulations together with local amendments when applicable adopted by the State and other governmental authorities having jurisdiction shall establish minimum requirements for this project. This project shall comply with the following: 1. Texas Commission on Environmental Quality Chapter 217 Design Criteria for Domestic Wastewater Systems 2. Uniform Building Code (UBC) 3. Uniform Building Code Standards (UBCS) 4. Uniform Fire Code (UFC) 5. Uniform Mechanical Code (UMC) 6. Uniform Plumbing Code (UPC) 7. National Electric Code (NEC) B. The latest edition of the requirements in effect at the date of submission of bids shall apply. C. General Conditions covers the Contractor's responsibility to comply with laws and codes applicable to Means and Methods for performing the Work. D. General Conditions covers the Contractor's responsibility to report code deficiencies in the design to the Engineer prior to proceeding with the Work. E. In cases where the Contract Documents are more restrictive than applicable codes, the Contractor shall comply with the Contract Documents. 1.13 REFERENCE STANDARDS A. When these specifications state that Work or tests shall conform to specific provisions in a referenced standard, specification, code, recommendation or manual published by an association, organization, society or agency the referenced provisions, as they apply to the Work of the Contractor only shall be considered a part of these specifications as fully as if included in total. When these specifications or applicable codes contain higher or more restrictive requirements than those contained in reference standards these specifications or applicable codes shall govern. B. The latest edition of a referenced standard published at the time of submission of bids shall apply unless a specific date for the referenced standard is cited in these specifications. C. General provisions in referenced standards, specifications, manuals or codes shall not change the specific duties and responsibilities between any of the parties involved in this work from those described in the General Conditions. Provisions in referenced standards with regard to measurement and payment shall not apply to this Work unless specifically cited. See General Conditions. 1.14 ABBREVIATIONS A. The following acronyms or abbreviations are used in these specifications for the organizations listed. Summary of Work 01010 - 6 Job No. 1345001.00 Abbreviation Stands for AASHTO American Association of State Highway and Transportation Officials AAMA Architectural Aluminum Manufacturers Association ABMA American Boiler Manufacturers Association ACI American Concrete Institute ADC Air Diffusion Council AGA American Gas Association AGMA American Gear Manufacturers Association AI Asphalt Institute AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANSI American National Standard Institute (formerly United States of America Standards Institute) APA American Plywood Association API American Petroleum Institute APWA American Public Works Association AREA American Railway Engineering Association ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWPA American Wood-Preservers' Association AWS American Welding Society AWWA American Water Works Association CAGI Compressed Air and Gas Institute CBM Certified Ballast Manufacturers CI Chlorine Institute CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers Association of America CPSC Consumer Products Safety Commission CRSI Concrete Reinforcing Steel Institute CS Commercial Standards for the U.S. Department of Commerce CTI Cooling Tower Institute DART Dallas Area Rapid Transit DFPA Douglas Fir Plywood Association EIA Electronic Industries Association EPA U.S. Environmental Protection Agency ETL Electronic Testing Laboratory FM Factory Mutual Insurance Company FPS Fluid Power Society FS Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers Institute IAPMO International Association of Plumbing and Mechanical Officials ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronic Engineers IES Illuminating Engineering Society Job No. 1345001.00 01010 - 7 Summary of Work Abbreviation Stands for IGCC Insulating Glass Certification Council IPCE International Power Cable Engineers Association ISA Instrument Society of America NAAMM National Association of Architectural Metal Manufacturers NBS National Bureau of Standards NCPI National Clay Pipe Institute NEC National Electric Code NEMA National Electrical Manufacturers Association NETA International Electrical Testing Association NFPA National Fire Protection Association NGVD National Geodetic Vertical Datum NSF National Sanitation Foundation OSHA Occupational Safety and Health Act PCA Portland Cement Association SSPC Structural Steel Painting Council UBC Uniform Building Code UFC Uniform Fire Code UMC Uniform Mechanical Code UPC Uniform Plumbing Code USDC U.S. Department of Commerce UL Underwriters Laboratories PART 2 - PRODUCTS 2.01 MATERIALS Provide materials and products per the individual sections of the specifications. END OF SECTION Summary of Work 01010 - 8 Job No. 1345001.00 Job No. 1345001.00 01039 - 1 Internet Based Construction Management SECTION 01039 INTERNET BASED CONSTRUCTION MANAGEMENT PART 1 – GENERAL 1.01 SUMMARY A. The Owner will subscribe to an Internet-based construction management system specific to this project. B. The project website will provide server space and secured access to staff members representing the Owner, Engineer, and Contractor. Each user will have a separate log-in name and password to access the website. C. Contract management related documents will be submitted, tracked, responded to, and made available to the Owner, Engineer and Contractor over the Internet. 1.02 REQUIREMENTS A. The Contractor will be required to make all submittals in electronic format. The required format will be discussed at the pre-construction meeting. The software product to be chosen will support multiple file formats and provide viewing and markup capability. B. The website includes a secured document management system for storing and making available to the project team the following: 1. Ability to store files and correspondence. 2. Latest drawings and specifications. 3. Project progress photos. C. The website will include the following database driven applications. The system is designed to inform team members regarding new or updated documents and automatic task assignment and overdue notifications. The following items shall be entered, submitted, tracked, and responded to on-line. 1. Meeting Minutes 2. Supplemental Instructions 3. Field Reports 4. CTR (Certified Test Reports) 5. RFIs (Requests For Information) 6. CMR (Contractor’s Modification Request) 7. Shop Drawings/ Submittals 8. PCMs (Proposed Contract Modifications) 9. Change Orders 10. Field Orders 11. Contractor’s Daily Reports 12. Owner’s (CSS inspector) Daily Field Report. 13. Contractor’s Storm Water Pollution Prevention Inspections 14. Applications for Payment with Schedule of Values, Payment Forecast Schedules. 15. Construction Schedule. Internet Based Construction Management 01039 - 2 Job No. 1345001.00 D. ARCHIVES 1. Owner’s chosen web based project management application is capable of archiving all files on the website periodically. 2. All data from the website, such as RFIs, Submittals, etc. will be available in the archive. PART 2 – PRODUCTS The actual software product to be used will be determined by the Owner. The software product designated for use in this project is: Projectmates by Systemates, Inc., Dallas, Texas. http://www.projectmates.com E-mail: info@projectmates.com Phone: 214-217-4100 PART 3 – EXECUTION 3.01 TRAINING: One training session by the vendor to the team members at the beginning of the project will be provided. Additional training expenses will be borne by the Contractor. 3.02 SUPPORT: Software support will be available by the software vendor to all users of the project. 3.03 OPERATION: Contractor shall maintain a PC system on the jobsite including high- speed access to the Internet and ability to scan documents. 3.04 DURATION: The website will be active during construction and a minimum of 3 months past final completion. 3.05 ARCHIVES: All files on the website will be archived every quarter and at the end of the project. These archives will be made available to the Contractor for download over the internet. Contractor may create and download archives more frequently, if necessary. END OF SECTION SECTION 01040 PROJECT ADMINISTRATION PART 1 - GENERAL 1.01 WORK INCLUDED Administer contract requirements to construct the project. Provide documentation per the requirements of this Section. Provide information as requested by the Engineer or Owner concerning this project. 1.02 SUBMITTALS Submittals shall be in electronic format in accordance with Section 01039, Internet Based Construction Management. 1.03 COPIES OF CONTRACT DOCUMENTS The Contractor to whom a contract is awarded will be furnished, without cost to him, five (5) copies of the specifications and drawings together with all Addenda thereto. Additional copies of specifications and drawings may be obtained from the Engineer for $100.00 per set. 1.04 CONFINED SPACE DANGERS The workplace and work spaces of this project may be considered confined spaces and may contain the potential to have hazardous or explosive gases such as hydrogen sulfide or methane present in toxic concentrations or the lack of sufficient oxygen; therefore, entry is allowed only through a permit space program meeting the requirements of OSHA. See the Section 00800, Supplementary Conditions, “Access to and Inspection of the Work.” 1.05 EMPLOYMENT PRACTICES CONTRACTOR agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability, or national origin. CONTRACTOR agrees to comply with the Immigration Reform and Control Act of 1986 and the Americans with Disabilities Act of 1990, and CONTRACTOR will indemnify and hold OWNER harmless for any failure to so comply and any discrimination for which CONTRACTOR may be charged. 1.06 DISCOVERY OF ARCHEOLOGICAL RESOURCES In the unlikely event that archaeological deposits are encountered prior to or during construction, work in the immediate area will cease and the Texas Historical Commission will be contacted. An archeologist will survey the site and take any necessary steps to preserve, and protect any such findings pursuant to the Texas Antiquities Code. Job No. 1345001.00 01040 - 1 Project Administration 1.07 COMMUNICATION DURING THE PROJECT A. The Engineer is to be the first point of contact for all parties on matters concerning this project. B. The Engineer will coordinate correspondence concerning: 1. Submittals, including request for payment 2. Clarification and interpretation of the Contract Documents 3. Contract modifications 4. Observation of work and testing 5. Claims C. Any direct communication between Engineer and suppliers or subcontractors will only be with the direct involvement of the Contractor. D. Written communications are to be directed to the Engineer in accordance with Section 01039, Internet Based Construction Management. Communications should include as a minimum: 1. Name of the Owner 2. Project Name 3. Contract title 4. Project number 5. Date 6. A reference statement E. For construction from Station 111+00 and 140+56.87 of Main B, as well as construction of Main D and E. The contractor is required to communicate all aspects of the project to both the adjacent property owners, TRA and the City of Coppell throughout the term of construction in this area. The contractor will coordinate with the landlords of each property to provide a letter to all affected residents prior to project kickoff outlining the project details and including contact information for key staff personnel, contractor’s anticipated schedule, details regarding coordinating neighborhood services such as refuse collection, ingress and egress of residents, etc. and any other pertinent information to the project or residents. This shall be in addition to the pre-construction meeting with the City of Coppell Staff and TRA. Additionally, the contractor shall provide update memos with adequate advance notice prior to beginning work to affected residents; detailing work schedule, anticipated closing of specific work areas, anticipated disruptions to community services, updated contact information, and any other pertinent information the project or residents. Progress reports shall be delivered on Fridays by 3:00 PM (or more frequently if required) and left on the door of each adjacent property. Additionally, a copy of the update memo shall be emailed to the Engineer, TRA Construction Services Inspector, City of Coppell Engineer, City of Coppell Inspector and any other email distribution list determined at the beginning of the project. In addition to notification of the public, the contractor shall coordinate with trash collection services to allow for access to trash collection. F. Submit communications on the forms referenced in this Section or in Section 01300, SUBMITTALS. Project Administration 01040 - 2 Job No. 1345001.00 1.08 PROJECT MEETINGS The Owner or Engineer may request meetings with the Contractor and his superintendent at any time during the duration of the project on matters pertaining to the progress of the work being carried out under this contract. The Contractor shall make himself available for a project meeting, if his presence is requested by the Owner or Engineer. The Contractor shall supply any information requested by the Owner or the Engineer concerning the project. A. Pre-construction Conference 1. Attend a pre-construction meeting for the project and an additional pre- construction meeting for construction from Station 111+00 and 140+56.87 of Main B, as well as construction of Main D and E. 2. The Engineer will determine the location of the conference. 3. The time of the meeting will be determined by the Engineer but will be after the Notice of Award is issued and not later than fifteen (15) days after the Notice to Proceed is issued. 4. The Owner, Engineer, representatives of utility companies, the Contractor’s project manager and superintendent, and representatives from major subcontractors and suppliers may attend the meeting. 5. Contractor should provide, not less than twenty-four (24) hours in advance of the Pre-construction Conference, in accordance with Section 01039, Internet Based Construction Management and be prepared to discuss: a. Preliminary construction schedule per the Supplementary Conditions b. Preliminary Submittal Schedule. c. Schedule of values and anticipated schedule of payments per Section 01130, MEASUREMENT AND PAYMENT. d. List of Suppliers and Subcontractors e. Contractor’s organizational chart as it relates to this project. f. Letter indicating the agents of authority for the Contractor and the limit of the authority with respect to the execution of legal documents. B. Periodical Progress Meetings 1. Attend meetings with the Engineer and Owner. a. Meet on a monthly basis or as requested by the Engineer to discuss the project. b. Using the Internet Based Construction Management system (Section 01039), provide Engineer and Owner with an agenda of project issues at least forty-eight (48) hours prior to the meeting. c. Meet at the project site or other location as designated by the Engineer. d. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. 2. Provide information as requested by the Engineer or Owner concerning this project. a. Summary of work completed for the previous month b. A 1-month look ahead schedule of the upcoming months Job No. 1345001.00 01040 - 3 Project Administration expected activities c. Status of overall project schedule. d. Contractors’ detailed schedule for the next month. e. Anticipated delivery dates for equipment. f. Coordination with the Owner. g. Status of submittals. h. Information or clarification of the Contract Documents. i. Claims and proposed modifications to the contract. j. Field observations, problems, or conflicts. k. Maintenance of quality standards. l. As-Built documentation – to be reviewed by the Engineer and Owner at the conclusion of the meeting. 3. Review minutes of meetings and notify the Engineer of any discrepancies within ten (10) days of the date of the memorandum. a. Following that date, the minutes will stand as shown or as corrected. b. Corrections will be reflected in the minutes of the following meeting. c. Each item of business shall be numbered to indicate the meeting number and the item number. Items discussed will be documented and old business items will remain on minutes of subsequent meetings until the item is resolved. 1.09 REQUESTS FOR INFORMATION A. Using the “Internet Based Construction Management System” described in Section 01039, submit Requests for Information (RFI) to the Engineer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item. 2. Attach adequate information to permit a written response without further clarification. Engineer will return requests which do not have adequate information for additional information. 3. A response will be made when adequate information is provided. Response will be made using the “Internet Based Construction Management System” described in Section 01039. B. If the RFI indicates that a contract modification is required, the Engineer will initiate a Proposed Contract Modification (PCM) per paragraph 1.10. 1.10 REQUESTS FOR MODIFICATIONS A. Submit a request to the Engineer for any change in the Contract Documents or approval of any deviations from the Contract Documents. 1. Use the “Contractor’s Modification Request” (CMR) included in the “Internet Based Construction Management System” described in Section 01039. a. Include with the CMR: 1) A complete description of the proposed modification. 2) The reason the modification is requested. 3) A detailed breakdown of the cost of the change (necessary only if the modification requires a change in contract amount). The itemized breakdown is to include: Project Administration 01040 - 4 Job No. 1345001.00 (a) list of materials and equipment to be installed, (b) man hours for labor by classification, (c) equipment used in construction, (d) consumable supplies, fuels, and materials, (e) royalties and patent fees, (f) bonds and insurance, (g) overhead and profit, (h) field office costs, (I) home office cost, (j) and other items of cost. 4) A revised schedule indicating the effect on the critical path for the project and a statement of the number of days the project may be delayed by the modifications. 2. A CMR is required for field changes. a. Request must be made a minimum of two (2) weeks in advance of performing the work affected. b. Request for field changes will be submitted to the Engineer using the “Internet Based Construction Management System” described in Section 01039. 3. A CMR is required for all substitutes or deviations from the Contract Documents. 4. Engineer will evaluate the request for a contract modification. B. Owner will initiate changes through the Engineer. 1. Engineer will prepare a description of the proposed modifications to the Contract Document. 2. Engineer will use the “Internet Based Construction Management System” described in Section 01039 to respond to CMRs.. 3. Submit request with a proposal to incorporate the requested change using the Internet Based Construction Management System. Include a breakdown of costs into materials and labor in sufficient detail to allow evaluation by the Engineer. C. If a contract modification is required, the Engineer will issue a Field Order or a Change Order per Article 11 of the General Conditions or as modified by the Supplementary Conditions. 1. Modifications to the contract can only be made by a Field Order or a Change Order. 2. Changes in the project will be documented by Field Order or by a Change Order. 3. Field Orders may be issued by the Engineer for contract modifications that do not change the contract amount or contract time. 4. Any modifications that require a change in contract amount or contract time can only be approved by Change Order. a. CMR’s and proposals issued by the Contractor in response to a PCM will be evaluated by the Engineer. b. If a change order is recommended, the Engineer will prepare the change order. c. The Change Order will be sent to the Contractor for execution with a copy to the Owner recommending approval using the Internet Based Construction Management system. d. Change Orders can only be approved by the Owner. Job No. 1345001.00 01040 - 5 Project Administration 1) Work performed on the proposed contract modifications prior to the approval of the Change Order will be performed at the Contractor’s risk. 2) No payment will be made for work on Change Orders until approved by the Owner. D. The Contractor may be informed that the proposed modification is not approved and construction is to proceed in accordance with the Contract Documents. 1.11 EXISTING FACILITIES The Drawings show the locations of all known surface and subsurface structures, piping and conduits believed to be involved in this proposed construction. However, the OWNER assumes no responsibility for failure to show any or all of these facilities on the Drawings, or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work, unless the obstruction encountered is such as to necessitate changes in the lines or grades or requires the building of special work, provisions for which are not made in the Drawings or Specifications, in which case the provisions in the General Conditions of Agreement shall apply. 1.12 EXISTING UTILITIES In the preparation of plans and specifications, the Engineer has endeavored to indicate the location of existing underground utility lines which are known to the Engineer. No attempt has been made to show minor lines or service lines; however, it is not guaranteed that all major lines or structures have been shown on the plans. Prior to the start of the construction the CONTRACTOR shall communicate with the local representative of the utility companies, and other public and private utility company and advise said representatives of the route of the proposed construction in order to obtain the assistance of the utility companies in the location of and in the avoidance of the conflicts with utility lines. The CONTRACTOR shall uncover and determine the elevation and location of all conflicts well ahead of trench excavation. Where excavation endangers adjacent structures and utilities, the CONTRACTOR shall, at his own expense, carefully support and protect all such structures and/or utilities so that there will be no failure or settlement. Where it is necessary to move services, poles, guy wires, pipelines, or other obstructions, the CONTRACTOR shall notify and cooperate with the utility owner. In case damage to any existing structure or utility occurs, whether failure or settlement, the CONTRACTOR shall restore the structure or utility to its original condition and position without compensation from the OWNER. All costs of temporarily or permanently relocating the conflicting utilities shall be borne by the CONTRACTOR without extra compensation from the OWNER. Existing curb and gutter, sidewalks, fences, street and driveway, culvert pipe and headwalls, mailboxes and signs, etc., in the line of construction shall be removed and reinstalled, or replaced, if necessary, in a condition equal to or better than the original. This work will not be paid for directly but will be considered subsidiary to the other bid items. Project Administration 01040 - 6 Job No. 1345001.00 If in the opinion of the OWNER, concrete backfill is necessary for the support of the utility lines crossing trenches, the OWNER may direct 2000 psi concrete backfill be used. Payment for additional concrete placed by the direction of the OWNER shall be paid based on the unit bid price. 1.13 ITEMS RECOVERED, SALVAGED & BECOMING SURPLUS FROM PROJECT Various items (such as dirt, gravel, timber, pipe, wire, posts, etc.) may be recovered or become surplus by the Clearing, Grubbing, Snagging, Excavation or other work of the Project. All such items shall initially be available for incorporation into the Project, for filling in designated areas, and/or for salvage by the Owner if the Contractor is so advised by the Owner's Project Representative prior to the time such items are loaded for disposal. When such items are designated for fill on specifically designated areas or for salvage by Owner, they shall be placed as directed by the Owner's Project Representative without extra compensation. Any and all such items that are not thus designated for incorporation into the Project, for filling and/or for salvage by the Owner shall become the property of the Contractor and he shall have full responsibility for their disposal. It is particularly provided that the Contractor's indemnification of the Owner shall apply to any and all consequences of the disposal of such items by the Contractor. 1.14 SAMPLES & TESTING MATERIALS A sufficient quantity of materials or samples of materials required for determining compliance with the Contract provisions will be furnished by the Contractor at no cost to Owner. The Owner will pay for field testing of soil compaction, taking concrete cylinders and concrete cylinder breaks. The Technical Specifications for certain items require the Contractor to furnish at his expense, laboratory test reports related to the design, quality, performance or other features of materials, equipment or operations proposed for use on the Project. The Contractor will pay for testing of concrete batch designs and for submittal information on embedment gradation and other materials proposed for use in the project. The Owner shall perform, at its expense, the following tests: Laboratory Tests All moisture-density relations testing required for field density tests. Field density tests at the minimum rate of one passing test per backfill layer per side of structure. Field density tests at the minimum rate of one passing test per foot of trench depth per 250 linear feet of trench. Field density tests at the minimum rate of one passing test per 300 square yards of fill layer. The minimum frequency and number of concrete test cylinders shall be as follows: One test sample per day shall be taken, consisting of two cylinders. One cylinder shall be Job No. 1345001.00 01040 - 7 Project Administration tested at seven-day strength and the second cylinder shall be tested at 28 days. Other than the testing specified in accordance with NCTCOG Item 7.4, "Concrete for Structures", the Owner will select and pay a Geo-Technical Engineering Firm for all other quality control tests required for this project. Contractor shall reimburse the Owner for all re-tests required when the Contractor’s work in the field does not pass the tests. 1.15 PROJECT SITES, EASEMENTS, PERMITS & LICENSES Project sites and easements as required to construct the Project will be acquired by the Owner and acquiring any other special licenses and permits required will be the responsibility of the Contractor unless specifically provided otherwise in the Contract Documents. The lands involved will be assumed to encompass at least the minimum areas needed to complete the work, but this does not necessarily mean that all trenches or other excavations can be back-sloped without bracing or shoring. Copies of all such deeds, easements, etc., shall be made available to the Contractor and it shall be the responsibility of the Contractor to secure same from Owner's Project Representative before entering the premises. Attention is directed to the requirements of the General Conditions regarding obtaining permits. The Contractor shall obtain and pay for all applicable permits in connection with the Work. The Bid Prices shall include the costs for all required permits. 1.16 MATERIALS, WATER, POWER, ETC. BY OWNER The Owner will not furnish any water, power, or other supplies or materials for the project. The Contractor shall make the necessary arrangements for securing and transporting all water required in the construction, including water required for mixing of concrete, sprinkling, testing, flushing, flooding or jetting. The cost of all water so used, including the cost of any temporary pipeline or equipment which may be necessary to make use of such water, shall be considered as incidental to the work and payment therefore shall be included in the appropriate bid item of the proposal. 1.17 PROPERTY LINES & MONUMENTS The Contractor shall protect all property corner markers, and when such markers or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of the Contractor. 1.18 FENCES & DRAINAGE CHANNELS Boundary fences or other improvements removed to permit this construction shall be replaced in the same location and left in a condition as good or better than that in which they were found. Where surface drainage channels are disturbed or blocked during construction, they shall be restored to their original condition of grade and cross section after the work of construction is complete. Project Administration 01040 - 8 Job No. 1345001.00 1.19 SAFETY The CONTRACTOR and all subcontractors and sub-subcontractors shall comply with all applicable federal, state and local laws, ordinances, rules, regulations, and orders of any public authority having jurisdiction for the safety of persons or property to protect them from damage, injury, or loss, including the Occupational Safety and Health Act of 1970, and all amendments thereto. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction" of the Association of General Contractors of America, except where incompatible with federal, state, or municipal laws or regulations. 1.20 CONSTRUCTION LAYOUT The Engineer will not provide at the site of the work horizontal control in the form of a survey base line or grid reference points and vertical control in the form of benchmarks. Controls instead will be obtained by the Contractor based upon the existing pipeline grades existing in the field (in other words, the existing pipeline grades will be preserved through completion of the project). The Contractor shall be responsible for the complete layout of the work and for establishing lines and elevations as needed during construction. The Contractor shall furnish at his own expense labor, including the services of competent personnel, equipment, including accurate surveying instruments, stakes, templates, platforms, tools, and materials as may be required for laying out any and all parts of the work. The Contractor shall secure the services of a Texas Registered Professional Land Surveyor to perform any additional construction layout activities. The Contractor may contact the Owner for verification or confirmation of original survey data if he feels any error exists. The Contractor shall furnish to the Owner and Engineer copies of all "Cut Sheets" for the construction layout showing centerline stations, off-set distances, centerline natural ground elevations, off-set grade hub elevations, pipeline flow line elevations and cuts (vertical dimensions from grade hub to pipeline flow line). 1.21 FIRST AID AT JOB-SITE The Contractor shall maintain, at a well-known place, all articles necessary for getting first aid to the injured and will make standing arrangements for immediate removal to a hospital or to a doctor's care the persons including employees who may be injured on the job-site. Contractor shall inform, in writing, the Owner the location(s) and name(s) of hospitals and/or doctors that will be used to treat injuries. In no case shall employees be permitted to work on the job-site before the Contractor has made a standing arrangement for removal of injured person to a hospital or to a doctor's care. 1.22 “SUBSIDIARY ITEM” OR “NO SEPARATE PAY” Any and all work specifically governed by documentary requirements for the project, such as, conditions imposed by the plans and these special documents in which no specific item for bid has been provided for in the proposal, shall be considered as a no separate pay item of work. It shall be the Contractor's responsibility to recognize these items prior to submitting his proposal to the Owner. 1.23 SITE CERTIFICATE AND BIDDER’S INFORMATION PACKET REQUIREMENTS Job No. 1345001.00 01040 - 9 Project Administration The Owner is securing land rights for use by the Contractor during construction of the project. At the time of Bid Advertisement, Bidder's Information Packets will have been prepared for all areas of the project and provided to the prospective bidders. Prior to the submission of bids, the Contractor shall carefully review the Bidder's Information Packet associated with the Project. The Bidder's Information Packet contains special conditions with which the Contractor will be required to follow during construction. The costs incurred by the Contractor in meeting the requirements of the Bidder's Information Packet shall be included within the costs of furnishing and installing pipe. The Contractor is responsible for reviewing each easement, agreement, and permit in the Bidder's Information Packet. Prior to initiation of construction the Owner will provide the Contractor with a Site Certificate and the Contractor will be responsible for performing all work in accordance with the requirements of the easements, permits, and related land rights requirements defined in the Site Certificate. The Bidder's Information Packet and the Site Certificate are a part of the Contract Documents, however, the Site Certificate shall supersede the Bidder's Information Document. 1.24 DISPOSAL OF PIPELINE SPOILS The spoils (earth) accumulation from the pipe trenching operations shall not be uniformly spread over the project area or in the floodplain, without a permit issued from the local floodplain administrator. Instead, the spoils shall be collected, hauled and disposed at the acceptable disposal area. All costs of such required haul and disposal shall be subsidiary to the various Items of construction. 1.25 CONSTRUCTION IN PUBLIC ROADS AND PRIVATE DRIVES No public road shall be entirely closed. It shall be the responsibility of the Contractor to build and maintain all weather by-passes and detours, if necessary, and to properly light, barricade and mark all by-passes and detours that might be required on and across the roads involved in the work included in this Contract. The CONTRACTOR shall keep all roads and walkways clean of dirt, mud and debris on a daily basis and as instructed by OWNER. Throughout the entire construction, the Contractor shall conduct his operations in such a manner that those requiring access to property adjacent to the construction shall be caused a minimum of inconvenience, and all drives shall be placed in usable condition as soon as practicable. Owners or tenants of property where access and/or entrance drives are located shall be notified at least eight (8) hours prior to the time that the construction will be started at their driveways or entrances and informed as to the length of time they will be closed. 1.26 NOTIFICATION BY CONTRACTOR A. Notify the Engineer 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 Engineer or inspection agencies prior to covering work. Project Administration 01040 - 10 Job No. 1345001.00 B. Notification must be provided in time for Owner and Engineer to respond appropriately to the notification. C. Use the INTERNET BASED CONSTRUCTION MANAGEMENT system, Section 01039. 1.27 EMERGENCY WORK A. Notify the Owner and Engineer immediately of any additional work that must be performed to prevent injury or damage to existing structures, facilities, utilities, or work in place. B. When possible, obtain authorization from the Owner before proceeding. 1.28 CLAIMS A. Do not perform any work which is considered to be outside the scope of the Contract Documents without an approved Change Order. B. File notices of claims with the Engineer within ten (10) days of the event giving rise to the claim. C. Provide full documentation within thirty (30) days of the notice. D. Items not reported within the stipulated time will not be considered. 1. Failure to notify the Owner of potential claims does not allow the Owner to take alternative action to prevent the Contractor from incurring the cost for the item or to perform the work in a different manner. 2. Failure to notify the Owner does not allow operations to be monitored for the actual cost of performing the work. E. When full documentation has been received by the Engineer, the claim will be reviewed in the context of the Contract Documents. 1. If the claim is believed to be valid, a Change Order will be prepared and payment of the Change Order will be recommended. 2. If the claim is not believed to be valid, then the claim will be denied with an explanation of the reasons. 3. Should the Contractor disagree with the decision of the Engineer, the Contractor may refuse to do the work. a. If the Owner insists that the work be done, proceed with the work on a time and materials basis. b. The validity of the claim will be resolved at a later time in accordance with the Contract Documents. 1.29 RECORD DRAWINGS A. Maintain at the site one (1) complete record copy of: 1. Drawings 2. Specifications 3. Agenda 4. Contract modifications Job No. 1345001.00 01040 - 11 Project Administration 5. Approved shop drawings and record data 6. One (1) set of construction photographs 7. Test records 8. Clarifications and other information provided in RFI responses. B. Store documents and samples in the Contractor’s field office. 1. Documents are to remain separated from documents used for construction. These documents are not to be used for construction. 2. Provide files and racks for the storage of documents. 3. Provide a secure storage space for the storage of samples. 4. Maintain documents in clean, dry, legible conditions, and in good order. 6. Make documents and samples available at all times for inspection by the Engineer and Owner. C. Marking Drawings 1. Label each document as “Project Record” in large printed letters. 2. Record information as construction is being performed. a. Do not conceal any work until the required information is recorded. b. Mark drawings to record actual construction, including the following: 1) Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. 2) Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. 3) Location of internal utilities and appurtenances concealed in the construction. Make reference to permanent structure on the surface. Include the following equipment: (a) Piping (b) Ductwork (c) Equipment and control devices requiring periodic maintenance or repair (d) Valves, unions, traps, and tanks (e) Services entrance (f) Feeders (g) Outlets 4) Changes of dimension and detail. 5) Changes made by Field Order and Change Order. 6) Details not on the original Contract Drawings. c. Mark specifications and addenda to record materials and the equipment provided. 1) Record manufacturer name, trade name, catalog number, and each supplier (with address and phone number) of each product and item of equipment actually installed. 2) Record changes made by Field Order and Change Order. d. Mark additional work or information in erasable pencil. 1) Use red for new or revised indication. 2) Use purple for work deleted or not installed (lines to be removed). 3) Highlight in yellow the items constructed per the plans. e. Submit record documents to Engineer for review and acceptance Project Administration 01040 - 12 Job No. 1345001.00 thirty (30) days prior to final completion of the project. 1) Provide one (1) set of marked up drawings. 2) Provide one (1) set of marked up specification changes. f. Partial Payment Requests 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 record documents. END OF SECTION Job No. 1345001.00 01040 - 13 Project Administration THIS PAGE INTENTIONALLY BLANK Project Administration 01040 - 14 Job No. 1345001.00 Job No. 1345001.00 01130 - 1 Measurement and Payment SECTION 01130 MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 WORK INCLUDED A. Payments for work shall conform to the provisions of the General Conditions, the Supplementary Conditions, the Bid Proposal, the Agreement, and this Section. B. Submit request for partial payment at the prices indicated in the Bid Proposal. 1. Prices for each bid item in the Bid Proposal shall include but not be limited to cost for: a. Mobilization, demobilization, cleanup, bonds, and insurance. b. Professional services including but not limited to engineering and legal fees. c. The products to be permanently incorporated into the project. d. The products consumed during the construction of the project. e. The labor and supervision to complete the project. f. The equipment, including tools, machinery, and appliances required to complete the project. g. The field and home office administration and overhead costs related directly or indirectly to the project. 2. Prices bid shall include the work not specifically set forth as an individual payment item. These items are considered to be a subsidiary obligation of the Contractor and the cost for these items shall be included in the bid prices. 3. Payment shall be based on the actual quantity of work completed per Contract Documents and measured per this Section. 4. Payment shall be made for Materials-on-Hand. a. Materials must be properly stored on site. b. Payment may be made for the invoice amount less the specified retainage. c. Invoices must be provided at the time they are included on the Materials-on-Hand tabulation. Measurement and Payment 01130 - 2 Job No. 1345001.00 d. Documentation of payment for Materials-on-Hand must be provided for these items with the next payment request. Payment will be adjusted to the amount actually paid if this differs from the invoice amount. If this documentation is not provided the item must be removed from the Materials-on-Hand list and payment will be withheld. e. Payment for Materials-on-Hand is provided for the convenience of the Contractor and does not constitute acceptance of the product. f. Costs for shipping or freight shall not be paid for in payment for Materials-on-Hand. 5. Application for payment shall be submitted per the provisions of this Section. C. Application for payment shall be submitted per the provisions of this Section. 1.02 SCHEDULE OF VALUES AND PAYMENTS A. Submit a detailed schedule of values for the work to be performed on the project. 1. Within 10 days prior to submitting the first request for payment. 2. Line items in the Bid Proposal are to be used as line items in the schedule. 3. Payment will be made on the quantity of Work completed per Contract Documents during the payment period and as measured per this Section. a. Partial payments will be made for lump sum line items in the Proposal. 1) Lump sum line items in the Bid Proposal are to be divided to allow easy determination of the percentage of the item that has been completed. (a) Provide adequate detail to allow easy determination of the percentage of work completed for each item. (b) Items, with the exception of equipment packages are not to exceed $50,000.00. (c) Separate product costs and installation costs. (1) Product costs include cost for product, delivery, and unloading costs, royalties and patent fees, taxes, and other cost paid directly to the supplier or vendor. (2) Installation costs include cost for the supervision, labor and equipment for field Job No. 1345001.00 01130 - 3 Measurement and Payment fabrication, erection, installation, start-up, initial operation and Contractor’s overhead and profit. (d) Lump sum items may be divided into an estimated number of units. (1) The estimated number of units times the cost per unit must equal the lump sum amount for that line item. (2) Contractor will receive payment for all of the lump sum line item. (e) Include a directly proportional amount of Contractor’s overhead and profit for each line item. (f) Divide principal subcontract amounts into an adequate number of line items to allow determination of the percentage of work completed for each item. 2) These line items may be used to establish the value of work to be added or deleted from the project. 3) Correlate line items with other administrative schedules and forms: (a) Progress schedule (b) List of subcontractors (c) Schedule of allowances (d) Schedule of alternatives (e) List of products and principal supplier (f) Schedule of submittals 4) Costs for mobilization are listed as a separate line item and shall be actual cost for: (a) Bonds and insurance (b) Transportation and setup for equipment (c) Transportation and/or erection of all field offices, sheds and storage facilities (d) Salaries for preparation of submittals required before the first payment request Measurement and Payment 01130 - 4 Job No. 1345001.00 (e) Salaries for field personnel assigned to the project related to the mobilization of the project (f) Mobilization may not exceed 5 percent of the total contract amount (g) Cost for mobilization may be submitted only for work completed 5) The sum of all values listed in the schedule shall equal the total contract amount. B. Submit a schedule indicating the anticipated schedule of payments to be made by the Owner. 1. Schedule shall indicate: a. The payment request number. b. Date the request is to be submitted. c. Anticipated amount of the payment request. 2. Schedule shall be updated quarterly or more often if necessary to provide a reasonably accurate indication of the funds that the Owner will need to have available to make payment to the Contractor for the work performed. C. Provide written approval of the Schedule of Values, Payment Request Form, and method of payment by the Surety Company providing performance and maintenance bonds prior to submitting the first Payment Request. Payment will not be made without this approval. 1.03 PAYMENT PROCEDURES A. Requests may be submitted on a pre-printed form or may be generated by computer. Computer generated payment requests must have the same format and information indicated in the pre-printed form and be approved by the Owner. 1. Payment request pages should be submitted in this order: a. Summary of Payment Request Values with notarized statement b. Attachment A – Total Value of Contract Performed c. Attachment B – Extra Work on Approved Change Orders d. Attachment C – Materials on Hand e. Copies of new “materials on hand” invoices received during the current payment period placed in the order listed on Attachment C. Copies of invoices for prior periods do not need to be submitted again. f. Attachment D – Project Summary g. Signature page (four block page) h. HUB Verification Report Job No. 1345001.00 01130 - 5 Measurement and Payment 2. Contractor must submit six (6) signed originals of the payment estimate to Owner. Contractor must sign six (6) Summary pages and six (6) Signature pages. Photocopied signatures will not be accepted. 3. Payment Requests must be submitted to Owner’s Representative (CSS Inspector) for approval prior to submitting to the Engineer. Payment Requests sent to the Engineer first will be returned to the Contractor to begin the approval process again. 4. Submit a Schedule of Values in the payment request format to be used. a. Request must include a completed Summary of Payment Request 1) Each request must be sequentially numbered and the payment period indicated. 2) Total amounts for Value of Original Contract Performed, Extra Work on Approved Change Orders, and Materials- on-Hand are to be shown on the Summary Sheet and are to correspond to totals indicated on the attached tabulation for each. 3) The number of pages included in each tabulation is to be noted in the blank space on the Summary Sheet to allow a determination to be made that all sheets have been submitted. 4) Contractor’s certification must be executed by the Contractor’s agent of authority and notarized for each payment request. b. The Total Value of Contract Performed [Attachment “A”] is to indicate the total contract amount and the work completed to date. c. The Tabulation of Extra Work on Approved Change Orders [Attachment “B”] is to include only approved Change Order items. d. The Tabulation of Materials-on-Hand [Attachment “C”] is to list all materials that are presented for payment. Once an item has been entered on the tabulation it is not to be removed. e. Project Summary Report [Attachment “D”] is to be included with each payment request. Data included in the Project Summary report are to be taken from the other tabulations. 5. The Schedule of Values and the form for the submission of requests may not be altered without the express written consent of the Owner once these have been approved by the Owner. 6. Final payment requires additional procedures and documentation per Section 01700, CONTRACT CLOSEOUT. Measurement and Payment 01130 - 6 Job No. 1345001.00 B. Progress payments shall be made as the work progresses on a monthly basis. 1. The payment period shall end on the last day of each month and shall cover all work completed and materials received since the end of the last payment period. 2. After the end of the payment period, submit a draft copy of the payment request for that month to the Engineer. Agreement is to be reached on: a. The percentage of work completed for each lump sum item. b. The quantity of work completed for each unit price item. c. The percentage of work completed for each approved Change Order item. d. The amount of Materials-on-Hand. 3. On the basis of these agreements the Contractor is to prepare a final copy of the payment request and submit it to the Engineer for approval. a. The final copy is to be signed by the representative of the Contractor authorized to execute documents for the Contractor and notarized. b. The Engineer will review the payment request and if appropriate will recommend payment of the request to the Owner. 4. Contractor is responsible for any corrections to Payment Requests prior to preparation of the next payment request. 5. Payment Requests must be completed for approval by noon on Friday to be processed for payment on the following Friday. Payment for estimates received after noon on Friday will be delayed an additional week. 6. Owner will observe holidays as specified in the General Conditions during any given fiscal year (Dec. 1 to Nov 30). Owner will not issue payments during the weeks of Thanksgiving and Christmas. Payment Request must be received one full day in advance (noon on Thursday) in order to be paid on the Friday of a week in which these holidays occur. 1.04 ALLOWANCES A. Refer to the General Conditions regarding procedures for Allowances. 1.05 MEASUREMENT PROCEDURES Job No. 1345001.00 01130 - 7 Measurement and Payment Bid Item 1: For furnishing and installing 33-inch diameter cured-in-place pipe (CIPP) as shown on the drawings including pre- and post- construction CCTV inspection, installation shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, curing water, tools, labor, equipment, testing and inspection. Bid Item 2: For point repair of 33-inch gravity sanitary sewer pipe, including excavation, removal, replacement, testing, backfill and embedment, surface restoration, and all related items, shall be measured by each at the price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary complete in place. Bid Item 2: For point repair (20 LF) of 33-inch gravity sanitary sewer pipe, including excavation, removal, replacement, testing, backfill and embedment, surface restoration, and all related items, shall be measured by each at the price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary complete in place. Bid Item 3: For demolition and removal of existing 15-inch diameter RCP pipeline, shall be measured by the linear foot and paid for at the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary complete in place. Bid Item 4: For demolition and removal of existing 33-inch diameter RCP pipeline, except as indicated in bid item number 5, shall be measured by the linear foot and paid for at the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 5: For demolition and removal of existing 33-inch diameter RCP pipe with concrete encasement recently installed during emergency repair surrounding existing meter station 17.0E and junction box 3580E, shall be measured by the linear foot and paid for at the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 6: For furnishing and installing 12-inch diameter sanitary sewer SDR 26 PVC pipe, by open cut, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, testing, equipment and incidentals necessary, complete in place. Bid Item 7: For furnishing and installing 15-inch diameter sanitary sewer SDR 26 PVC pipe, by open cut, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, testing, equipment and incidentals necessary, complete in place. Bid Item 8: For furnishing and installing 18-inch diameter sanitary sewer PS115 PVC pipe, by open cut, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, testing, equipment and incidentals necessary, complete in place. Bid Item 9: For furnishing and installing 30-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price 2 Measurement and Payment 01130 - 8 Job No. 1345001.00 is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 9: For furnishing and installing 30-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 10: For furnishing and installing 33-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 10: For furnishing and installing 33-inch diameter (Min diameter or larger) sanitary sewer pipe (FRP, SN-72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 11: For furnishing and installing 36-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 11: For furnishing and installing 36-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 12: For furnishing and installing 36-inch diameter sanitary sewer pipe (PVC, C-900) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 12: For furnishing and installing 36-inch diameter sanitary sewer pipe (FRP ASTM3574, PS150 or PVC, C-900) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 13: For furnishing and installing 42-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. 2 2 2 2 Job No. 1345001.00 01130 - 9 Measurement and Payment Bid Item 13: For furnishing and installing 42-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 14: For furnishing and installing 42-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and concrete encasement shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 14: For furnishing and installing 42-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and concrete encasement shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 15: For furnishing and installing 48-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 15: For furnishing and installing 48-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 16: For furnishing and installing 48-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679) by open cut, including couplings, testing, backfill and concrete encasement shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 16: For furnishing and installing 48-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75) by open cut, including couplings, testing, backfill and concrete encasement shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 17: For furnishing and installing 36-inch diameter sanitary sewer pipe (FRP, SN-72 or PVC, F-679), by other than open cut, including 48-inch” diameter steel casing pipe, non-shrink grout, couplings, testing excavation, backfill and disposal, shall be measured by the linear foot of pipe. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing 48-inch diameter steel conductor casing of the type, size, and class of pipe specified as shown on plans, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the 2 2 2 2 Measurement and Payment 01130 - 10 Job No. 1345001.00 work, including excavation, backfilling and disposal of surplus materials, equipment and incidentals necessary, complete in place. Bid Item 17: For furnishing and installing 36-inch diameter sanitary sewer pipe (FRP, SN- 72 or PVC, F-679, PS75), by other than open cut, including 48-inch” diameter steel casing pipe, non-shrink grout, couplings, testing excavation, backfill and disposal, shall be measured by the linear foot of pipe. Such measurement will be made between the ends of the pipe along the central axis as installed. The work performed and materials furnished as prescribed by this item will be paid for at the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing 48-inch diameter steel conductor casing of the type, size, and class of pipe specified as shown on plans, liner materials required for installation, for all preparation, hauling and installing of same, and for all labor, tools, equipment and incidentals necessary to complete the work, including excavation, backfilling and disposal of surplus materials, equipment and incidentals necessary, complete in place. Bid Item 18: Furnish and Install new 5’-0” FRP tee-base sanitary sewer manholes(all depths), as shown on the Drawings, shall be measured by each manhole structure and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for all manhole appurtenances, excavation, backfill, dewatering and testing. The top of manhole elevations as shown on the plans, no additional payment will be made if the final elevation of the manhole ring and cover is higher due the requirements of finished grade and/or the replaced pavement surface. Bid Item 19: Furnish and Install new 4’-0” pre-cast concrete polymer concrete sanitary sewer manholes as shown on the Drawings, shall be measured by each manhole structure and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for all manhole appurtenances, excavation, backfill, dewatering and testing. The top of manhole elevations as shown on the plans, no additional payment will be made if the final elevation of the manhole ring and cover is higher due the requirements of finished grade and/or the replaced pavement surface. Bid Item 20: Furnish and Install new 4’-0” pre-cast concrete sanitary sewer manholes as shown on the Drawings, shall be measured by each manhole structure and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for all manhole appurtenances, excavation, backfill, dewatering and testing. The top of manhole elevations as shown on the plans, no additional payment will be made if the final elevation of the manhole ring and cover is higher due the requirements of finished grade and/or the replaced pavement surface. Bid Item 21: Furnish and Install new 5’-0” pre-cast concrete sanitary sewer manholes as shown on the Drawings, shall be measured by each manhole structure and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for all manhole appurtenances, excavation, backfill, dewatering and testing. The top of manhole elevations as shown on the plans, no additional payment will be made if the final elevation of the manhole ring and cover is higher due the requirements of finished grade and/or the replaced pavement surface. Bid Item 22: Furnish and Install new 6’-0” pre-cast polymer concrete sanitary sewer manholes as shown on the Drawings, shall be measured by each manhole structure and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for all manhole appurtenances, excavation, backfill, dewatering and testing. The top of manhole elevations as shown on the plans, no additional payment will be made if the final elevation of the manhole ring 2 Job No. 1345001.00 01130 - 11 Measurement and Payment and cover is higher due the requirements of finished grade and/or the replaced pavement surface. Bid Item 23: Furnish and Install new 7’-0” pre-cast polymer concrete sanitary sewer manholes as shown on the Drawings, shall be measured by each manhole structure and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for all manhole appurtenances, excavation, backfill, dewatering and testing. The top of manhole elevations as shown on the plans, no additional payment will be made if the final elevation of the manhole ring and cover is higher due the requirements of finished grade and/or the replaced pavement surface. Bid Item 24: For abandonment of existing manholes, shall be measured by each manhole and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 25: For removal of existing manholes as indicated on the Drawings and the demolition and removal of existing meter station 910E, existing junction box 3580E, and miscellaneous appurtenances, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete demolition and removal. Bid Item 26: For installation of manhole markers provided by TRA, shall be measured by each marker and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 27: For furnishing and installation of plugs for RCP pipe (all diameters), shall be measured by each plug and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete plugging in place. Bid Item 28: For connecting new sanitary sewer pipeline to existing manhole, shall be measured by each connection to existing manhole and paid for at the unit price bid in the Bid Proposal, which price is the total compensation for connecting pipeline to the existing manhole, testing, embedment, and other materials and labor for the installation of the connection at various depths, complete in place. Bid Item 29: For furnishing and installing sanitary sewer points-of-entry, shall be measured by each lateral connection price bid in the Bid Proposal, which price is the total compensation for tying into the existing lateral connection, embedment, and other materials and labor for the installation of the sewer lateral connection at various depths, complete in place. Bid Item 30: For reconnecting sanitary sewer point-of-entry at Manhole 3505E, shall be measured by the lump sum price bid in the Bid Proposal, which price is the total compensation for tying into the existing lateral connection, testing, embedment, and other materials and labor for the installation of the sewer lateral connection at various depths, complete in place. Bid Item 31: For relocating, furnishing and installing 8-inch diameter water pipe, AWWA C900 PVC, by open cut, including fittings, blocking, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total Measurement and Payment 01130 - 12 Job No. 1345001.00 compensation for furnishing materials, tools, labor, testing, equipment and incidentals necessary, complete in place. Bid Item 32: For removal and replacement of existing 36-inch dia. storm drain and furnishing and installing new 36-inch diameter storm drain Class III reinforced concrete pipe (RCP), by open cut, including fittings, backfill and embedment shall be measured by the linear foot and paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment and incidentals necessary, complete in place. Bid Item 33: For concrete pavement removal and replacement, as shown on the Drawings, shall be measured by the square yard and paid for at the square yard price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 34: For gravel pavement removal and replacement, as shown on the Drawings, shall be measured by the square yard and paid for at the square yard price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 35: For removal and replacement in kind of existing fencing as indicated in the Contract Documents, shall be measured by the linear foot and paid for at the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 36: Trench Safety System development, design, and implementation as required by the Occupational Safety and Health Administration and the assumption of responsibility for said system, shall be measured in trench excavation safety protection by the linear foot of trenches deeper than five (5) feet and shall be paid for at the linear foot price in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary, including removal of the system. Bid Item 37: Furnish and install all labor, equipment, and materials for all bypass pumping required except as indicated in bid item number 38, including a bypass plan, shall be measured by the week of bypass pumping and paid for at the weekly price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to conform to the requirements of the Trinity River Authority of Texas and the Texas Commission on Environmental Quality, including coordination with TRA metering staff and removal of the bypass pumping system when project is complete. Bid Item 38: Furnish and Install bypass plan and all labor, equipment, and materials for all bypass pumping required around Meter Station 17.0E during replacement of pipeline immediately surrounding Meter Station 17.0E, including a bypass plan, shall be measured by the week of bypass pumping and paid for at the weekly price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to conform to the requirements of the Trinity River Authority of Texas and the Texas Commission on Environmental Quality, including coordination with TRA metering staff and removal of the bypass pumping system when project is complete. Bid Item 39: Furnish and Install aerial crossing including coatings, flanges, concrete support caps, adaptors, straps, anchor bolts, concrete, polyurethane injection grout, 33-inch carrier pipe (FRP, SN-72 or PVC, F-679), 60-inch casing pipe, end seals, and all necessary welding, cleaning and testing as specified in the Contract Documents, shall be measured by the actual Job No. 1345001.00 01130 - 13 Measurement and Payment horizontal length along the centerline of the pipe from end to end and will stop at the connection of the expansion joints, expansion/contraction headwall structure and shall be measured by the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing and installing pipe, coatings, linings, flanges, mechanisms for pipe expansion and contraction, concrete supports on top of piers, straps, anchor bolts, all necessary welding, cleaning, blasting, repairing all coatings, clean up, testing, and incidentals necessary to complete and install the aerial crossing. Bid Item 39: Furnish and Install aerial crossing including coatings, flanges, concrete support caps, adaptors, straps, anchor bolts, concrete, polyurethane injection grout, 33- inch carrier pipe (Min diameter or larger) sanitary sewer pipe (FRP, SN-72 or PVC, F-679, PS75), 60-inch casing pipe, end seals, and all necessary welding, cleaning and testing as specified in the Contract Documents, shall be measured by the actual horizontal length along the centerline of the pipe from end to end and will stop at the connection of the expansion joints, expansion/contraction headwall structure and shall be measured by the linear foot price bid in the Bid Proposal, which price is the total compensation for furnishing and installing pipe, coatings, linings, flanges, mechanisms for pipe expansion and contraction, concrete supports on top of piers, straps, anchor bolts, all necessary welding, cleaning, blasting, repairing all coatings, clean up, testing, and incidentals necessary to complete and install the aerial crossing. Bid Item 40: Furnish and install 60-inch diameter drilled shafts for the aerial crossing as shown in the Contract Documents, shall be measured by the vertical linear foot, in place of the specified diameter from the bottom of the approved excavation to a point 6-inch below finished ground elevation, or to the underside of cap, beams or other footing when the elevation of the underside of such footing is below the elevation of finished ground, and shall be paid for at the vertical linear foot price in the Bid Proposal, which price is the total compensation for furnishing and installing all excavation, placing and removing any required casings, furnishing and placing all reinforcing steel and concrete; forming, curing and finishing the concrete, including removing excess material, furnishing tools and equipment and other incidentals necessary to perform the work. No extra payment will be made for filling oversize excavations or for steel casings left in place. If the Contractor fails to remove the pier casings, the Owner is not responsible to pay for the casings. Bid Item 41: Furnish and Install gabion structures including materials (gabions, rock, geotextile filter fabric and/or granular filter media), tools, labor, equipment, excavation and site preparation as specified in the Contract Documents, shall be measured by the number of cubic yards of gabion structures installed and paid for at the cubic yard price bid in the Bid Proposal, which price is the total compensation for furnishing and placing all materials, tools, labor, equipment, excavation, site preparation, compaction and other incidentals necessary to complete and install the gabion structures. Bid Item 42: Electrical and Instrumentation Work for Meter Station 17.0E, as specified in the Contract Documents, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 43: Storm Water Pollution Prevention Plan and control in accordance with specifications, laws, rules and assumption of responsibility for plan and control, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary, including removal of the controls when project is complete. 2 Measurement and Payment 01130 - 14 Job No. 1345001.00 Bid Item 43: Storm Water Pollution Prevention Plan and control in accordance with specifications, laws, rules and assumption of responsibility for plan and control, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing design of the plan. Bid Item 44: For developing a traffic control plan (TCP) and implementing TCP measures as indicated in the Contract Documents, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 45: For tree mitigation, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 46: For erosion and sedimentation control as indicated in the Contract Documents, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 46: For erosion and sedimentation control as indicated in the Contract Documents and required by the SWPPP, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing materials, tools, labor, equipment, and incidentals necessary to complete in place. Bid Item 47: For communicating all aspects of the project to both the adjacent property owners, TRA and the City of Coppell, as outlined in Specification 1040. 1.07. E., throughout the term of the project, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing all labor, materials and equipment necessary to complete the work of communicating the project. Payment for this item shall be paid upon substantially completing the work and successfully communicating the project milestones. Additionally, monthly pay requests will not be processed without proof of the updates being prepared and delivered. Bid Item 48: For weekly street cleaning of the roads impacted by this project, shall be measured by the lump sum and paid for at the lump sum price bid in the Bid Proposal, which price is the total compensation for furnishing all labor, materials and equipment necessary to complete the work. Bid Item 49: For the cost associated with fulfilling the requirements of the Grantee or Owners associated with the Site Certificate included in Appendix B of the Contract Documents. Bid Item 50, Allowance 1: Include in the Base Bid $15,400 for repair or replacement of existing electrical feeder as indicated in the Contract Documents, shall be measured by the lump sum and paid for at the lump sum price in the Bid Proposal, which price is the total compensation for furnishing design, materials, tools, labor, equipment, and incidentals necessary to perform and complete the work. Bid Item 51-53: Lump sum items associated with last minute additions/deductions, mobilization, demobilization, bonds and insurance. 2 2 2 2 2 Job No. 1345001.00 01130 - 15 Measurement and Payment END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 01140 - 1 Environmental Protection SECTION 01140 ENVIRONMENTAL PROTECTION PART 1 - GENERAL 1.01 SCOPE A. During the progress of the work, keep the work areas occupied by the Contractor in a neat and clean condition and protect the environment both onsite and offsite, throughout and upon completion of the construction project. 1.02 SUBMITTALS A. Develop an Environmental Protection Plan in detail and submit to the Engineer in the Product Review Information category within thirty (30) days from the date of the Notice to Proceed. Distribute the plan to all employees and to all subcontractors and their employees. The Environmental Protection Plan shall include, but not be limited to, the following items: 1. Copies of required permits. 2. Proposed sanitary landfill site. 3. Other proposed disposal sites. 4. Copies of any agreements with public or private landowners regarding equipment, materials storage, borrow sites, fill sites, or disposal sites. Any such agreement made by the Contractor shall be invalid if its execution causes violation of local or regional grading or land use regulations. 5. Water pollution control plan. 1.03 COORDINATION A. The Contractor shall follow all local, state and federal regulations. Those agencies include, but are not limited to the following: 1. Texas Water Development Board (TWDB) 2. Texas Parks and Wildlife Department (TPWD) 3. U.S. Fish and Wildlife Service 4. Texas Historical Commission (THC) 5. U.S. Army Corps of Engineers (USACE) 6. North Central Texas Council of Governments 7. Local Floodplain Administrator 8. Texas Commission on Environmental Quality (TCEQ) 9. City of Coppell 10. City of Carrollton 1.04 MITIGATION OF CONSTRUCTION IMPACTS A. Requirements: All operations shall comply with all federal, state and local regulations pertaining to water, air, solid waste and noise pollution. B. Definitions of Contaminants: 1. Sediment: Soil and other debris that have been eroded and transported by runoff water. Environmental Protection 01140 - 2 Job No. 1345001.00 2. Solid Waste: Rubbish, debris, garbage and other discarded solid materials resulting from construction activities, including a variety of combustible and non-combustible wastes, such as ashes, waste materials that result from construction or maintenance and repair work, leaves and tree trimmings. 3. Chemical Waste: Includes petroleum products, bituminous materials, salts, acids, alkalies, herbicides, pesticides, disinfectants, organic chemicals and inorganic wastes. Some of the above may be classified as "hazardous." 4. Sanitary Wastes: a. Sewage: That which is considered as domestic sanitary sewage. b. Garbage: Refuse and scraps resulting from preparation, cooking, dispensing and consumption of food. 5. Hazardous Materials: As defined by applicable laws and regulations. Undisclosed hazardous material contamination, if encountered will constitute a changed site condition. The Owner may retain a separate contractor to dispose of undisclosed hazardous material encountered. C. Protection of Natural Resources: 1. General: It is intended that the natural resources within the project boundaries and outside the limits of permanent work performed under this Contract be preserved in their existing condition or be restored to an equivalent or improved condition upon completion of the work. Confine construction activities to areas defined by the public roads, easements, and work area limits shown on the Drawings. Return construction areas to their pre-construction elevations except where surface elevations are otherwise noted to be changed. Maintain natural drainage patterns. Conduct construction activities to avoid ponding stagnant water conducive to mosquito breeding. 2. Land Resources: Do not remove, cut, deface, injure or destroy trees or shrubs outside the work area limits. Do not remove, deface, injure or destroy trees within the work area without permission from the Engineer. a. Protection: Protect trees that are located near the limits of the Contractor's work areas which may possibly be defaced, bruised or injured or otherwise damaged by the Contractor's operations. No ropes, cables or guys shall be fastened to or attached to any existing nearby trees or shrubs for anchorages unless specifically authorized. Where such special emergency use is permitted, the Contractor shall be responsible for any damage resulting from such use. b. Trimming: Trim and seal tree limbs overhanging the line of the work and in danger of being damaged by the Contractor's operations in accordance with recognized standards for such work. Remove other tree limbs under the direction of the Engineer, so that the tree will present a balanced appearance. c. Treatment of Roots: Do not cut roots unnecessarily during excavating or trenching operations. Expose major roots encountered in the course of excavation and do not sever. Wrap them in burlap as a protective measure while exposed. Neatly trim all other roots larger than 1 inch in diameter that are severed in the course of excavation at the edge of the excavation or trench and paint them with a heavy coat of an approved tree seal. d. Repair or Restoration: Repair or replace any trees or other landscape features scarred or damaged by equipment or construction operations as specified below. The repair and/or restoration plan shall be favorably reviewed prior to its initiation. Job No. 1345001.00 01140 - 3 Environmental Protection e. Temporary Construction: Obliterate all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction as directed by the Engineer. Level all temporary roads, parking areas and any other areas that have become compacted or shaped. Any unpaved areas where vehicles are operated shall receive a suitable surface treatment or shall be periodically wetted down to prevent construction operations from producing dust damage and nuisance to persons and property, at no additional cost to the Owner. Keep haul roads clear at all times of any object that creates an unsafe condition. Promptly remove any contaminants or construction material dropped from construction vehicles. Do not drop mud and debris from construction equipment on public streets. Sweep clean turning areas and pavement entrances as necessary. 3. Water Resources: Investigate and comply with all applicable federal, state and local regulations concerning the discharge (directly or indirectly) of pollutants to the underground and natural waters. Perform all work under this Contract in such a manner that any adverse environmental impacts are reduced to a level that is acceptable to the Engineer and regulatory agencies. Refer to the paragraph on control of water in Section 02302, Earthwork for Pipelines, for "dewatering" water disposal requirements. a. Oily Substances: At all times, special measures shall be taken to prevent oily or other hazardous substances from entering the ground, drainage areas or local bodies of water in such quantities as to affect normal use, aesthetics or produce a measurable impact upon the area. Any soil or water that is contaminated with oily substances due to the Contractor's operations shall be disposed of in accordance with applicable regulations. 4. Water Resources: a. Investigate and comply with all applicable federal, state and local regulations concerning the discharge (directly or indirectly) of pollutants to the underground and natural waters. Exercise every reasonable precaution to protect streams, lakes, reservoirs, bays and coastal waters from pollution with fuels, oils, bitumens, calcium chloride and other harmful materials and conduct and schedule operations so as to avoid or minimize muddying and silting of said streams, lakes, reservoirs, bays and coastal waters. Water pollution control work is intended to provide prevention control and abatement of water pollution to streams, waterways and other bodies of water, and shall consist of constructing those facilities that may be shown on the Drawings, specified herein or in the Special Provisions, or directed by the Engineer. In order to provide effective and continuous control of water pollution, it may be necessary for the Contractor to perform the Contract work in small or multiple units, on an out of phase schedule, and with modified construction procedures. The Contractor shall provide temporary water pollution control measures, including but not limited to, dikes, basins, and ditches, and shall apply straw and seed, which become necessary as a result of his operations. The Contractor shall coordinate water pollution control work with all other work done on the Contract. b. Submit a plan to control water pollution effectively during construction of the Work. Such program shall show the schedule for the erosion control work included in the Contract and for all water pollution control measures, which the Contractor proposes to take in connection with construction of Environmental Protection 01140 - 4 Job No. 1345001.00 the project to minimize the effects of his operations upon adjacent streams and other bodies of water. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Engineer, until such plan has been accepted. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised water pollution control plan, nor for any delays to the work due to the Contractor's failure to submit an acceptable water pollution control plan. The Contractor may request the Engineer to waive the requirement for submission of a written plan for control of water pollution when the nature of the Contractor's operation is such that erosion is not likely to occur. Waiver of this requirement will not relieve the Contractor from responsibility for compliance with the other provisions of this Section. Waiver of the requirement for a written plan for control of water pollution will not preclude requiring submittal of a written plan at a later time if the Engineer deems it necessary because of the effect of the Contractor's operations. c. If the measures being taken by the Contractor are inadequate to control water pollution effectively, the Engineer may direct the Contractor to revise his operations and his water pollution control program. Such directions will be in writing and will specify the items of work for which the Contractor's water pollution control measures are inadequate. No further work shall be performed on said items until the water pollution control measures are adequate; and if also required, a revised water pollution control plan has been accepted. d. Where erosion which will cause water pollution is probable due to the nature of the material or the season of the year, the Contractor's operations shall be so scheduled that permanent erosion control features will be installed concurrently with or immediately following grading operations. e. Nothing in the terms of the Contract nor in the provisions in this Section shall relieve the Contractor of the responsibility for compliance with other applicable statutes relating to prevention or abatement of water pollution. f. The Contractor shall also conform to the following provisions: 1) Where working areas encroach on live streams, barriers adequate to prevent the flow of muddy water into streams shall be constructed and maintained between working areas and streams and during construction of such barriers, muddying of streams shall be held to a minimum. 2) Removal of material from beneath a flowing stream shall not be commenced until adequate means, such as a bypass channel, are provided to carry the stream free from mud or silt around the removal operations. 3) Should the Contractor's operations require transportation of materials across live streams, such operations shall be conducted without muddying the stream. Mechanized equipment shall not be operated in the stream channels of such live streams except as may be necessary to construct crossings or barriers and fills at channel changes. 4) Water containing mud or silt from aggregate washing or other operations shall be treated by filtration, or retention in a settling pond, or ponds, adequate to prevent muddy water from entering live streams. 5) Oily or greasy substances originating from the Contractor's operations shall not be allowed to enter or be placed where they will later enter a live stream. Job No. 1345001.00 01140 - 5 Environmental Protection 6) Portland cement or fresh portland cement concrete shall not be allowed to enter flowing water of streams. 7) When operations are completed, the flow of streams shall be returned as nearly as possible to a meandering thread without creating possible future bank erosion and settling; pond sites shall be graded so they will drain and will blend in with the surrounding terrain. 8) Material derived from roadway work shall not be deposited in a live stream channel where it could be washed away by high stream flows. 9) Where there is possible migration of anadromous fish in streams affected by construction on the project, the Contractor shall conduct his operations so as to allow free passage of such migratory fish. g. Chlorinated Water: Take special measures to prevent chlorinated water from entering the ground or surface waters. Dechlorinate chlorinated water prior to discharge. 5. Fish and Wildlife Resources: Perform all work and take such steps required to prevent any interference or disturbance to fish and wildlife. The Contractor will not be permitted to alter water flows or otherwise significantly disturb native habitat adjacent to the project area which are critical to fish and wildlife except as may be indicated or specified. During construction, the Contractor shall be aware that there is a potential of encountering the timber/canebrake rattlesnake and the Texas heelsplitter within the project area, and shall avoid harming or killing these species. 6. Cultural Resources: The project does not pass through any known archaeological sites. However, it is conceivable that unrecorded archaeological sites could be discovered during the construction. In the event that artifacts, human remains, or other cultural resources are discovered during excavations at locations of the Work, the Contractor shall protect the discovered items, notify the Engineer, and comply with applicable law. 7. Revegetation of Disturbed Areas: a. Tree and Shrubs Replacement: Replace trees and shrubs damaged by the construction or as noted on the Drawings after completion of earthwork in the area. Plant nursery stock of the same species and variety, in 5-gallon cans on a one-for-one basis. Plant in the early fall. If planting is not feasible in early fall, the Engineer will reschedule the tree planting operations. b. Planting of Trees and Shrubs: 1) Selection: Deliver trees and shrubs to the site in the nursery containers, with the nursery tags identifying the species and variety. The trees and shrubs should be selected for shape and symmetrical branching habit, which at maturity will produce strong, full foliated specimens. The specimens shall have grown in the designated size of container for a sufficient length of time for the root system to hold the earth when taken from the container, but not long enough to become rootbound or cause a "hardening off" of the root system. Specimens which are loose in the root ball will be rejected. Remove all rejected specimens from the site and replace with specimens as specified. Specimens shall be sound, healthy, vigorous and free from insects, pests, plant diseases and injuries. 2) Protection: Specimens which cannot be planted within one day of delivery shall be properly protected and kept moist to prevent drying. 3) Planting Procedure: Planting hole shall be twice the width of the root ball and at least one and one-half times the height of the root ball. Fill Environmental Protection 01140 - 6 Job No. 1345001.00 the planting hole with water and let drain away. Mix excavated soil with a planting mix appropriate for the type and condition of the soil and the species of tree or shrub and place the mixed soil in the planting hole to the depth necessary to bring the root ball slightly higher than the surrounding soil. Remove the specimen from the container carefully so that the root ball remains unbroken. Place in planting hole and fill with mixed soil to one-half the height of the root ball, tamp thoroughly, then water. Set specimens at such a level that after settlement the top of the root ball is level with the surrounding finish grade. Add mixed soil to form watering basin, fill basin twice with water immediately after planting. Water as frequently as required to keep the specimens adequately moist until well established. The Contractor will be responsible for maintaining specimens for a minimum of one year after final acceptance or planting, whichever is later. 4) Staking: Use 2-inch x 2-inch redwood or cedar stakes of length adequate to support each tree. Drive a stake on each side of each specimen outside of the root ball, to a depth of 3 feet. Support tree to stakes using twisted galvanized wire covered with reinforced rubber hose where in contact with the specimen. 5) Mulching: Fill all watering basins of trees and shrubs with a layer of mulch not less than 2 inches thick. 8. Noise Control: The following noise control procedures shall be employed: a. Maximum Noise Levels within 1,000 Feet of any Residence, Business, or Other Populated Area: Noise levels for trenchers, pavers, graders and trucks shall not exceed 90 dBA at 50 feet as measured under the noisiest operating conditions. For all other equipment, noise levels shall not exceed 85 dBA at 50 feet. b. Equipment: Jack hammers shall be equipped with exhaust mufflers and steel muffling sleeves. Air compressors should be of a quiet type such as a "whisperized" compressor. c. Operations: Keep noisy equipment as far as possible from noise-sensitive site boundaries. Machines should not be left idling. Use electric power in lieu of internal combustion engine power wherever possible. Maintain equipment properly to reduce noise from excessive vibration, faulty mufflers, or other sources. All engines shall have mufflers. d. Scheduling: Schedule noisy operations so as to minimize their duration at any given location. e. Monitoring: To determine whether the above noise limits are being met and whether noise barriers are needed, the Contractor shall use a portable sound level meter meeting the requirements of American National Standards Institute Specification S1.4 for Type 2 sound level meters. If non-complying noise levels are found, the Contractor shall be responsible for monitoring and correction of excessive noise levels. 9. Dust Control, Air Pollution and Odor Control: Employ measures to prevent the creation of dust, air pollution and odors. Construction activities shall conform to the requirements of the Texas State Implementation Plan (SIP), which is an enforceable plan developed at the state level to bring Texas into compliance with the Federal Clean Air Act air quality standards. a. Unpaved areas where vehicles are operated shall be periodically wetted down or given an equivalent form of treatment, to eliminate dust formation. b. Store all volatile liquids, including fuels or solvents in closed containers. Job No. 1345001.00 01140 - 7 Environmental Protection c. No open burning of debris, lumber or other scrap will be permitted. d. Properly maintain equipment to reduce gaseous pollutant emissions. 10. Construction Storage Areas: Storage of construction equipment and materials shall be limited to the designated Contractor's storage area. a. Store and service equipment at the designated Contractor's storage area where oil wastes shall be collected in containers. Oil wastes shall not be allowed to flow onto the ground or into surface waters. Containers shall be required at the construction site for the disposal of materials such as paint, paint thinner, solvents, motor oil, fuels, resins and other environmentally deleterious substances. No dumping of surplus concrete or grout on the site will be permitted. 11. Sanitation: During the construction period, provide adequate and conveniently located chemical sanitation facilities, properly screened, for use of construction crews, the Engineer and visitors to the site. Facilities shall be regularly maintained. 12. Fire Prevention: Take steps to prevent fires including, but not limited to the following: a. Provide spark arrestors on all internal combustion engines. b. Store and handle flammable liquids in accordance with the Flammable and Combustible Liquids Code, NFPA 30. c. Provide fire extinguishers at hazardous locations or operations, such as welding. 13. Erosion and Sediment Transport Control: A storm water pollution prevention plan (SWPPP) is required and the project must operate under the TCEQ General Permit No. TXR150000 relating to discharges from construction activities. Contractor shall reference specification 01564 TPDES General Permit Approved for Construction Storm Water for further details. Public notice and notice to the local municipal separate storm sewer system (MS4) is required. Standard engineering and construction BMPs shall be implemented to minimize impacts from erosion during construction of the proposed project. To protect receiving water quality, the SWPPP shall include, but is not limited to, the following elements: a. Discharge construction runoff into small drainages at frequent intervals to avoid buildup of large potentially erosive flows. b. Prevent runoff from flowing over unprotected slopes. c. Keep disturbed areas to the minimum necessary for construction. d. Keep runoff away from disturbed areas during construction. e. Direct flows over vegetated areas prior to discharge into public storm drainage systems. f. Trap sediment before it leaves the site, using such techniques as check dams, sediment ponds, or siltation fences. g. Remove and dispose of all project construction-generated siltation that occurs in offsite retention ponds. h. Stabilize disturbed areas as quickly as possible. Environmental Protection 01140 - 8 Job No. 1345001.00 1.05 DISPOSAL OPERATIONS A. Solid Waste Management: 1. Supply solid waste transfer containers. Daily remove all debris such as spent air filters, oil cartridges, cans, bottles, combustibles and litter. Take care to prevent trash and papers from blowing onto adjacent property. Encourage personnel to use refuse containers. Convey contents to a sanitary landfill. 2. Washing of concrete containers where wastewater may reach adjacent property or natural water courses will not be permitted. Remove any excess concrete to the sanitary landfill. B. Chemical Waste and Hazardous Materials Management: Furnish containers for storage of spent chemicals used during construction operations. Dispose of chemicals and hazardous materials in accordance with applicable regulations. C. Garbage: Store garbage in covered containers, pick up daily and dispose of in a sanitary landfill. D. Dispose of vegetation, weeds, rubble, and other materials removed by the clearing, stripping and grubbing operations off site at a suitable disposal site in accordance with applicable regulations. E. Excavated Materials: 1. Native soil complying with the requirements of Section 02302, Earthwork, may be used for backfill, fill and embankments as allowed by that section. 2. Spoil Material: a. Remove all material which is excavated in excess of that required for backfill, and such excavated material which is unsuitable for backfill, from the site and dispose of off site in accordance with applicable regulations at the disposal site indicated in the Environmental Protection Plan. No additional compensation will be paid to the Contractor for such disposal. Include all such costs in the lump sum prices bid for the project. Remove rubbish and materials unsuitable for backfill immediately following excavation. Remove material in excess of that required for backfill immediately following backfill operations. b. Rubbish shall consist of all materials not classified as suitable materials or rubble and shall include shrubbery, trees, timber, trash and garbage. END OF SECTION Job No. 1345001.00 01300 - 1 Submittals SECTION 01300 SUBMITTALS PART 1 - GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the Owner and Engineer to: 1. Record the products incorporated into the Project for the Owner. 2. Allow the Engineer to advise the Owner if products proposed for the project by the Contractor conform, in general, with the design concepts of the Contract Documents. B. Contractor’s responsibility for full compliance with the Contract documents is not relieved by the Engineer’s review of submittals. Contract modifications may only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear easily understood manner. Submittals not meeting these criteria will be returned without review. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents including drawings and specifications as modified by Addenda, Field Orders, and Change Orders. C. Furnish and install products that fully comply with the information included in the submittal. D. Review and approve submittals prior to submitting them to the Engineer for review. Submittals will not be accepted from subcontractors, suppliers, or anyone other than Contractor. 1.03 SUBMITTAL PROCEDURES A. Deliver submittals to the Engineer using the INTERNET BASED CONSTRUCTION MANAGEMENT system, Section 01039. 1. A separate transmittal shall be used for each specific product, class of material, and equipment system. 2. Items specified in different sections of the specifications are to be submitted separately unless integrally related. B. Using the Internet Based Construction Management system, Section 01039, Submittals 01300 - 2 Job No. 1345001.00 assign a number to the documents originated to allow tracking of the submittal during the review process. C. Submit Contractor’s Modification Request per Section 01040, PROJECT ADMINISTRATION to request modification to the Contract Documents. 1.04 SUBMITTAL REQUIREMENTS A. Shop drawings are required for products or materials proposed for installation on the project. 1. Contractor shall certify that he has reviewed the shop drawings and made all necessary corrections such that the products, when installed, will be in full compliance with the Contract. Shop drawings submitted without this certification will be returned without review. 2. Include a complete description of the material to be furnished. Information is to include: a. All applicable standards such as ASTM or Federal specification numbers. b. Mix designs for concrete, asphalt, or other materials proportioned for the project. 3. Comments will be made on items called to the attention of the Engineer for review and comment. Any marks made by the Engineer do not constitute a blanket review of the submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. a. Submittals that are reviewed shall be returned with one or more of the following designations: 1) Approved - Submittal is found to be acceptable as submitted. 2) Approved as Corrected - Submittal is acceptable with corrections marked by Contractor or notations made by Engineer and may be used as corrected. 3) Revise and Resubmit - Submittal has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. 4) Not Approved - Products are not acceptable b. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Corrected” and “Revise and Resubmit”. These drawings are to be revised to provide a clean record of the submittal. Job No. 1345001.00 01300 - 3 Submittals B. Submit request for Information (RFI) in accordance with Section 01040, PROJECT ADMINISTRATION. C. Submit a Schedule of Values and Payment Request (PR) in accordance with Section 01130, MEASUREMENT AND PAYMENT. D. Submit Certified Test Reports (CTR) from independent testing laboratories in accordance with Section 01400, QUALITY CONTROL. 1. Submit test reports for material fabricated for this project with shop drawings for that product. 2. Submit test reports produced at the point of production for standard production products with the record data for that product. E. Submit a list of Suppliers and Subcontractors as Record Data in accordance with Section 01040, PROJECT ADMINISTRATION. 1.05 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the specifications. B. Submit request by Contractor’s Modification Request (CMR) per Section 01040, PROJECT ADMINISTRATION. Identify the deviations and the reason the change is requested. C. Deviations that result in a reduction in cost shall also include the amount of the reduction to the Owner. D. A Change Order or Field Order will be issued by the Engineer for deviations approved by the Owner. Deviations from the Contract Documents may only be approved by Change Order or Field Order. END OF SECTION THIS PAGE INTENTIONALLY BLANK. SECTION 01313 SUBMITTALS FOR INSURANCE PURPOSES PART 1 - GENERAL 1.01 Submit documentation for all items supplied as assets that can be insured. This list should include, but not limited to: 1. Laptops 2. Furniture 3. Mobile equipment 4. Spare parts 5. Tools 1.02 Each Submittal for each item shall include the following: 1. Name and description of item 2. Manufacturer 3. Model number (if applicable) 4. Serial number 5. Actual cost 1.03 At the request of the Owner, additional documents may be required concerning assets provided as a part of the project. END OF SECTION Job No. 1345001.00 01313 - 1 Submittals for Insurance Purposes THIS PAGE INTENTIONALLY BLANK SECTION 01400 QUALITY CONTROL PART 1 - GENERAL 1.01 QUALITY ASSURANCE ACTIVITIES BY THE OWNER AND THE CONTRACTOR Quality assurance activities of the Owner through their own forces or through contracts with materials testing laboratories and survey crews 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. Failure on the part of the Owner or Engineer to perform or test products or constructed works in no way relieves the Contractor of the obligation to perform work and furnish materials conforming to the Contract Documents. The Owner will pay for the following testing performed in the field: soil compaction, proctors, soil or aggregate gradations, and concrete sampling and testing. The Contractor shall provide testing for proposed materials such as backfill material types and gradations, riprap quality and gradation, concrete mix designs, and all other testing specified and not being performed by the Owner. 1.02 CONTRACTOR’S RESPONSIBILITIES A. Control the quality of work produced and verify that the work performed meets the standards of quality established in the Contract Documents. 1. Inspect the work performed by the Contractor, subcontractors, and suppliers. Correct defective work. 2. Inspect products to be incorporated into the project. Provide only those products that comply with the Contract Documents. 3. Verify conformance of the work and products with the Contract Documents before notifying the Owner of need for testing. 4. Provide consumable construction materials of adequate quality to provide a finished product that complies with the Contract Documents. 5. Provide and pay for the service of an approved professional materials testing laboratory to insure that products proposed for use fully comply with the Contract Documents. 6. Perform tests as indicated in this and other sections of the specifications. Schedule the time and sequence of testing with the Owner and Engineer. Testing is to be observed by the Owner, Engineer, or designated representative. 7. Provide labor, materials, tools, equipment, and related items for testing by the Owner including, but not limited to temporary construction required for testing and operation of new and existing utilities. B. Provide Certified Test Reports as applicable on products or constructed works to be incorporated into the project as required by Section 01300, SUBMITTALS. Reports are to indicate that products or constructed works are in compliance with the Contract Documents. C. Provide and maintain a written Quality Control Program that establishes the methods of assuring compliance with the Contract Documents. Job No. 1345001.00 01400 - 1 Quality Control D. Designate Quality Control personnel at the start of the project. These personnel shall have the authority to monitor the work effectively and to implement and enforce the Quality Control program. E. Assist the Engineer, Owner, and Owner’s testing organization to perform quality assurance activities. 1. Provide access to the work and to the Manufacturer’s operation at all times work is in progress. 2. Cooperate fully in the performance of sampling, inspection, and testing. 3. Furnish labor and facilities to: a. Provide access to the work to be tested. b. Obtain and handle samples for testing at the project site or at the source of the product to be tested. c. Facilitate inspections and tests. d. Store and cure test samples. 4. Furnish copies of the tests performed on products. 5. Provide adequate quantities of representative product to be tested to the laboratory at the designated location. 6. Give the Owner adequate notice before proceeding with work that would interfere with testing. 7. Notify the Engineer and the testing laboratory prior to the time that testing is required. Lead time is to be adequate to allow arrangements to be made for testing. 8. Do not proceed with any work until testing services have been performed and results of tests indicate that the work is acceptable. 9. Provide complete access to the site and make Contract Documents available. 10 Provide personnel and equipment needed to perform sampling or to assist in making the field tests. 11. Testing performed by the Owner will be paid for by the Owner. If tests fail, Contractor shall reimburse the Owner for cost of re-testing once corrections are made. F. Provide a recognized testing laboratory capable of performing a full range of testing procedures complying with the standards or testing procedures specified. Obtain Owner’s approval for the testing laboratory before testing is performed. G. Provide personnel certified to perform the test required. H. Should requirements of this Section of the specification conflict with the requirements of the detailed specifications, the technical specifications shall govern. 1.03 SUBMITTALS Submittals shall be in accordance with Section 01300, SUBMITTALS, and shall include: 1. The name of the proposed testing laboratory along with documentation of qualifications, a list of tests that can be performed, and a list of recent projects for which testing has been performed with references from those projects. 2. Test reports per Paragraph 1.07, TEST REPORTS of this specification. Quality Control 01400 - 2 Job No. 1345001.00 1.04 STANDARDS A. Provide a testing laboratory that complies with the ACIL (American Council of Independent Laboratories) “Recommended Requirements for Independent Laboratory Qualifications”. B. Perform testing per recognized test procedures as listed in the various sections of the specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.05 DELIVERY AND STORAGE Handle and protect test specimens of products and construction materials at the construction site in accordance with recognized test procedures. 1.06 VERIFICATION TESTING A. Provide verification testing when tests performed by the Owner indicate that materials or the results of construction activities are not in conformance with Contract Documents. B. Verification testing is to be provided at the Contractor’s expense to verify products or constructed works are in compliance after corrections have been made. C. Tests must comply with recognized methods or with methods recommended by the Owner’s testing laboratory and approved by the Engineer. 1.07 TEST REPORTS A. Test reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms. These reports must include the following: a. Name of the Owner, project title and number, equipment installer and general contractor. b. Name of the laboratory, address, and telephone number. c. Name and signature of the laboratory personnel performing the test. d. Description of the product being sampled or tested. e. Date and time of sampling, inspection, and testing. f. Date the report was issued. g. Description of the test performed. h. Weather conditions and temperature at time of test or sampling. I. Location at the site or structure where the test was taken. j. Standard or test procedure used in making the test. k. A description of the results of the test. l. Statement of compliance or non-compliance with the Contract Documents. m. Interpretations of test results, if appropriate. B. Distribute copies of the test reports through the Internet Based Construction Management system, Section 01039. Job No. 1345001.00 01400 - 3 Quality Control 1.08 NON-CONFORMING WORK A. Immediately correct any work that is not in compliance with the Contract Documents or submit a written explanation of why the work is not to be corrected immediately and when the corrective work will be performed. B. Payment for non-conforming work shall be withheld until work is brought into compliance with the Contract Documents. 1.09 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representative are limited to providing consultation on the test performed and in an advisory capacity. 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. 4. Stop the work. PART 2 – PRODUCTS 2.01 TESTING APPARATUS Furnish testing apparatus and related accessories necessary to perform the tests. PART 3 – EXECUTION 3.01 PROTECTIVE COATINGS Test protective coatings per specifications in Division 09 Finishes, if applicable. 3.02 LEAKAGE TESTS FOR STRUCTURES A. Test structures that will contain water on a full time or intermittent basis for leaks. Perform tests prior to installing equipment or materials within the basins. In the event that the basins fail to pass the test, drain the basin, repair the leaks, re-fill, and re-test the basin. Repeat tests until the basin passes the test. The Owner may repeat the test at any time during the one (1) year guarantee period. B. Test the basin for leakage using the following procedure: 1. Determine the evaporation allowance for loss of water. a. Use a standard circular pan procedure established by the U.S. Weather Bureau to measure evaporation rate. b. Calculate evaporation allowance by multiplying the evaporation rate in gallons per 24 hours per square foot of surface are by the open surface area of the water in the basin. 2. Calculate the allowable leakage for the basin. Allowable leakage is calculated as 0.03 gallons per square foot of concrete area in contact with the water per 24 hours. 3. Fill the basin to the overflow level with water at a rate not to exceed 2' per hour. Quality Control 01400 - 4 Job No. 1345001.00 4. Allow the basins to set for three (3) days. 5. Observe the perimeter of the basin and identify all leaks. 6. Repair basin walls and floors where leaks have been identified. 7. Mark the water level at the basin wall. Measure the fall in water level over a 24- hour period to the nearest 1/8" at least twice a day to determine the quantity of water lost. Provide a stilling well for measurement if required to allow accurate measurement. 8. Calculate the amount of water lost during this time period. 9. Compare the amount of water lost to the allowable loss. C. Drain the basin, determine the sources of leakage and repair if the amount of water lost exceeds the allowable leakage plus the evaporation allowance. 3.03 PIPING SYSTEMS A. TEST REQUIREMENTS 1. Perform test on piping systems including piping installed between or connected to existing pipe. 2. Conduct tests on buried pipe to be hydrostatically tested after the trench is completely backfilled. If field conditions permit and if approved by the Engineer, partially backfill the trench and leave the joints open for inspection and conducting of the initial service leak test. Do not conduct the acceptance test until backfilling is complete. 3. Pneumatically test the buried piping and expose joints of the buried piping for the acceptance test. 4. Conduct the test on exposed piping after the piping is completely installed, including supports, hangars, and anchors, but prior to installation. 5. Do not perform testing on pipe with concrete thrust blocking until the concrete has cured at least five (5) days. 6. Determine and remedy the cause of the excessive leakage for any pipe failing to meet the specified requirements for water or air tightness. 7. Tests must be successfully completed and reports filed before piping is accepted. File test reports through the Internet Based Construction Management system, Section 01039. 8. Submit the plan for testing to the Engineer for review at least 10 days before starting the test. 9. Remove and dispose of temporary blocking material and equipment after completion and acceptance of the piping test. 10. Repair any damage to the pipe coating. 11. Clean pipelines so that they are totally free flowing prior to final acceptance. 12. Test piping independently from tests on structures. 13. Test method and test pressure depend upon the application of the piping. a. Pressure pipe is defined as piping that is part of a pumped or pressurized system. Perform test for pressure pipe per the procedures indicated in Paragraph B of this section. b. Gravity pipe is defined as piping that depends upon the force of gravity for flow through the pipe, with the exception of process piping described in Paragraph D. Perform test for gravity pipe per the procedures indicated in Paragraph C, D, or E of this section. B. PRESSURE AND LEAKAGE TESTS OF PRESSURE PIPING 1. Perform hydrostatic pressure and leakage tests using methods, and per performance requirements of Section 4 of AWWA C-600. Job No. 1345001.00 01400 - 5 Quality Control a. The pressure required for hydrostatic pressure test shall be 50% above the normal working pressure. If the normal working pressure cannot be determined, use the pipe pressure rating as the normal working pressure. b. Provide temporary plugs and blocking necessary to maintain the required test pressure. Where piping is cast in the walls for a structure, brace the walls prior to testing as required to prevent load of test pressure from being imposed upon the structure. c. Provide corporation cocks at least 3/4" in diameter, pipe riser, and angle globe valves at each pipe dead-end in order to bleed air from the line. d. Duration of pressure test shall be at least 24 hours. 2. Perform a separate leakage test after the pressure test. a. Perform test at maximum operating pressure as determined by the Engineer for a duration of not less than two (2) hours. b. Repair any visible leaks regardless of the total leakage shown by the test. c. Repair pipelines which fails to meet the test and retest as necessary until the results conform to the test requirements. d. Remove and replace defective materials, pipes, valves, and accessories. e. Test the pipelines in sections by shutting valves or installing temporary plugs as necessary. f. Fill the pipeline with water and remove the air. g. Maintain the test pressure in the pipe for the entire test period by means of a force pump. h. Accurately measure the water required to maintain the pressure. The amount of water required is a measure of the leakage. 3. The maximum allowable leakage is determined by the following formula: L = SD(P)½ 133,200 L is the allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches; and P is the test pressure in pounds per square inch gauge. Leakage is defined as the volume of water provided to maintain the test pressure after the pipe has been filled with water, the air expelled and the pipe brought to test pressure. 4. Pipe with visible leaks or leakage exceeding the maximum allowable leakage is considered defective and must be corrected. C. HYDROSTATIC LEAK TEST 1. Perform hydrostatic leak tests after backfilling. 2. The length of the pipe to be tested shall be such that the head over the crown of the upstream end is not less than 2' or 2' above the ground water level whichever is higher and the head over the downstream crown is not more than 6'. 3. Plug the pipe by pneumatic bags or mechanical plugs so that the air can be released from the pipe while it is being filled with water. 4. Continue the test for one (1) hour and make provisions for measuring the amount of water required to maintain the water at a constant level during this period. 5. Remove the jointing material, and remake the joint if any joint shows any visible leakage or infiltration. 6. Remove and replace any defective or broken pipes. 7. Determine the maximum allowable leakage or infiltration by the following formula: Quality Control 01400 - 6 Job No. 1345001.00 L = C DS 126,720 Where L = the allowable leakage in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches; C is infiltration/exfiltration rate. Use 50 for C outside of 25 year floodplain, and 10 for C within 25 year floodplain. 8. Determine the rates of infiltration by means of V-Notch weirs, pipe spigot, or plugs in the end of the pipe. Methods, times, and location are subject to the Engineer’s approval. 9. Pipe with visible leaks or infiltration or exceeds the maximum allowable leakage or infiltration is considered defective and must be corrected. D. LOW PRESSURE AIR TEST 1. Use air test in lieu of the hydrostatic test if desired, or if pipeline grades do not allow filling the entire pipeline segment or manhole to the indicated depth. 2. Perform low-pressure air tests, using equipment specifically designed and manufactured for the purpose of testing sewer pipelines using low-pressure air. Test is to conform to procedure described in ASTM C-828, ASTM C-924 except for testing times. The following test times are required: Pipe Minimum Length for Time for Diameter Time Minimum Time Longer Length (inches) (seconds) (feet) (seconds) 6 340 398 0.822 (L) 8 454 298 1.520 (L) 10 567 239 2.374 (L) 12 680 199 3.419 (L) 15 850 159 5.342 (L) 18 1020 133 7.693 (L) 21 1190 114 10.471 (L) 24 1360 100 13.676 (L) 27 1530 88 17.309 (L) 30 1700 80 21.369 (L) 33 1870 72 25.856 (L) a. Provide the equipment with an air regulator valve or air safety valve set to an internal air pressure in the pipeline that cannot exceed 6 psig. b. Pass air through a single control panel. c. Provide pneumatic plugs that have a sealing length equal to or greater than the circumference of the pipe to be tested. d. Provide pneumatic plugs that resist internal test pressures without requiring external bracing or blocking. e. Provide an air compressor of adequate capacity for charging the system. 3. Perform air test only on lines less than 36" diameter. Air tests for pipes larger than 36" may be air tested at each joint. 4. Check connections for leakage with a soap solution. If leaks are found, release the air pressure, repair the leak, and retest with soap solution until results are satisfactory, before resuming air test. 5. Determine the maximum allowable time for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch. Job No. 1345001.00 01400 - 7 Quality Control T = 0.0850 DK/Q T is the time for the pressure to drop 1.0 pound per square inch gauge in seconds; K is 0.000149DL, but not less than 1.0; D is the average inside diameter in inches; L is the length of line of the same pipe size in feet; Q rate of loss, shall be 0.0015 cubic feet per minute per square foot of internal surface. E. AIR TEST FOR INDIVIDUAL JOINTS 1. Lines 36" and larger may be tested at individual joints. 2. The maximum allowable time for the pressure to drop from 3.5 pounds per square inch gauge to 2.5 pounds per square inch gauge is 10 seconds for all pipe sizes. F. DEFLECTION TESTING FOR PIPE 1. Perform deflection tests on flexible and semi-rigid pipe in accordance with ASTM 3034. a. The maximum allowable deflection of pipe measured as the reduction in vertical inside diameter is 5.0% unless specified otherwise. b. Conduct test after the final backfill has been in place a minimum of 30 days. c. Thoroughly clear the lines before testing. 2. Perform test by pulling a properly sized mandrel through the line. 3. Excavate and repair pipe with deflections in excess of the maximum allowable deflection. G. MANHOLE TESTING Test manholes for leakage separately and independently of the wastewater lines by hydrostatic exfiltration testing, vacuum testing or other approved methods acceptable to TCEQ per 217.58. Vacuum testing requires a vacuum of 10 inches of mercury (4.91 psi), and a passing test requires that for 2 minutes the vacuum pressure does not reduce by more than 1 inch of mercury (0.49psi loss maximum). Make manhole watertight and re-test if the manhole fails the leakage test. The maximum leakage for hydrostatic testing is 0.025 gallons per foot diameter per foot of manhole depth per hour. Prepare for hydrostatic exfiltration testing by sealing all wastewater lines coming into the manhole with an internal pipe plug, then fill the manhole with water and maintain full for at least one hour. With concrete manholes a period of 24 hours prior to testing may be used in order to allow saturation of the concrete. H. TESTS FOR PLUMBING DRAINAGE AND VENT SYSTEMS 1. Plug openings as necessary. 2. Test drainage and venting systems by filling piping with water to the level of the highest vent stack for 30 minutes. 3. Make the examination for leakage at joints and connections. 4. There shall be no drop in water level. 3.04 ELECTRICAL TESTING A. QUALIFICATIONS Quality Control 01400 - 8 Job No. 1345001.00 1. Unless otherwise specified, testing shall be performed by qualified personnel with a minimum of five (5) years’ experience installing and testing electrical equipment and machinery. 2. Except as permitted by the Owner, the firm and individuals performing the tests shall be “third party”, not providing other services or materials, or otherwise related or affiliated with other contractors or suppliers for this project. B. REPORT FORMS 1. The appropriate test report for the items being tested shall be completed in its entirety. Listed data that is not applicable or cannot be obtained shall be noted “N/A” or documented with an explanation for the omission. Incomplete test forms will not be witnessed by the Owner or his representative and the test shall be required to be repeated before acceptance is granted. Substitute forms, when provided by the Engineer, shall require recording similar data and test equipment as that specified. 2. Pipe Test Data The Contractor shall use the "Pipe Test Data" form as provided by the Owner, to test total pipe infiltration or exfiltration prior to approval of any portion of the project or the project in its entirety. The test data form shall be certified by the superintendent, the person actually performing the work as well as the inspection staff. C. TEST EQUIPMENT 1. The testing firm or individuals shall provide and test equipment and materials necessary to perform the requested tests. 2. Test equipment and apparatus shall be appropriate for the full range and duration of the test to be performed. 3. The test operator shall demonstrate to the Owner or his representative, that the test equipment is functioning properly, prior to the commencement of the test. If a failure of the test equipment should occur during any portion of a test, the test shall be suspended and the equipment repaired or replaced. The test shall then be repeated in its entirety or as otherwise required by the Owner or his representative. 4. A copy of the test equipment calibration certificate shall be provided to the owner prior to the commencement of the test. Most recent test equipment calibration dates shall not exceed six (6) months prior to the date of the test, and accuracy shall be traceable to the National Institute of Standards and Technology. D. EXECUTION 1. If the circuit, equipment or machinery being tested does not pass, appropriate repairs or replacements shall be made and the test shall be repeated as directed by the Owner or his representative. 2. The general provisions of Section 01400-1.00 and other applicable sections of these specifications and plans regarding testing, shall apply to all tests. If test procedures or equipment conflicts occur between the various sections and/or Manufacturer’s recommendations, the more rigid requirement shall prevail. E. ELECTRICAL CABLE 1. COMMUNICATION CABLE AND CONDUCTORS: Test forms shall be provided by the Contractor and shall be submitted for the Owner’s approval prior to performing the following tests: Job No. 1345001.00 01400 - 9 Quality Control a. Shielded pair, telephone, paging, signaling and computer cables shall be tested for continuity, short circuits and grounds with a low voltage source, not to exceed the insulation rating of the conductors or jacket. b. Fiber-optic cable shall be tested, per the Manufacturer’s recommendation, between terminating ends for each circuit. Cables, splices (where permitted), and connectors shall be tested for continuity, band width (maximum), and attenuation losses. 2. 600 VOLT CABLE AND CONDUCTORS: Power and control conductors rated at 600 volts shall be tested with an insulation resistance tester at 1,000 volts, with respect to ground, and at 1,000 volts with respect to all other conductors in each circuit. Suitable ground connections shall be verified and maintained throughout the test. The test shall be performed and recorded as required by the “600 Volt Cable Test Report” or form provided by the Engineer. Each circuit shall be tested and recorded for continuity between terminating ends, with a low voltage source. 3. 5KV CABLE AND CONDUCTORS: a. 5KV cable shall be insulation resistance tested at 2,500 volts with respect to ground at 2,500 volts with respect to all other conductors in each circuit. b. 5KV cables shall be H-Pot tested, incrementally to 25 KVDC 15 minutes per ANSI/IEE STD 400. Leakage current shall be recorded in the spaces provided, at the time intervals shown, on the “Medium Voltage Cable Test Report”, or the form provided by the Engineer. In no case shall the cable Manufacturer’s maximum test values or procedures be exceeded. c. Individual conductor resistance tests shall be performed and recorded in the spaces provided. Each circuit shall be tested and recorded for continuity between terminations ends. Provide additional tests and checks as requested by the Manufacturer. 4. 15KV CABLE AND CONDUCTORS: a. 15KV cable shall be insulation resistance tested at 2500 volts with respect to all other conductors in each circuit. b. 15KV cable shall be Hi-Pot tested, incrementally to 55KVDC for 15 minutes per ANSI/IEE STD 400. Leakage current shall be recorded in the spaces provided, at the time intervals shown, on the “Medium Voltage Cable Test Report”, or the form provided by the Engineer. In no case shall the cable Manufacturer’s maximum test values or procedures be exceeded. Individual conductor resistance tests shall be performed and recorded in the spaces provided. Each circuit shall be tested and recorded for continuity between terminating ends. Provide additional tests and checks as required by the manufacturer. c. Individual conductor resistance tests shall be performed and recorded in the spaces provided. Each circuit shall be tested and recorded for continuity between terminations ends. Provide additional tests and checks as requested by the Manufacturer. F. SWITCHGEAR 1. Electrical switchgear and electrical devices and controls mounted on or in the switchgear, shall be tested in accordance with the “Switchgear Test Report” or form provided by the Engineer. 2. Record the following information and attach to the test report: a. Resistance reading across joints of each horizontal and vertical bus. b. Verify proper operation of electrical, mechanical and keyed interlocking systems. Quality Control 01400 - 10 Job No. 1345001.00 c. Operate devices to both their open and close states. Operated stored energy devices mechanically and electrically as applicable. Operate remotely controlled devices from their remote location. d. Verify proper operation of draw-out circuit breakers and switches. Remove and re-install each unit. Verify proper operation of shutters and barriers. e. Disconnect electrical and electronic sensing and protective devices not rated to withstand insulation resistance test potentials. Reconnect the device before energizing the switchgear. f. Perform insulation resistance tests at the test voltages shown below for the following equipment. In no case shall the Manufacturer’s recommended maximum test values or procedures be exceeded. EQUIPMENT RATING TEST VOLTAGE 0-250 VOLTS 500 VOLTS 251-600 VOLTS 1,000 VOLTS 601-5,000 VOLTS 2,500 VOLTS 5,001-15,000 VOLTS 2,500 VOLTS 15,001-39,000 VOLTS 5,000 VOLTS g. Provide additional tests and checks as recommended by the Manufacturer before energizing. h. Energize switchgear. Measure and record instrument indications for no load and connected load conditions. H. MOTORS 1. Electric motors shall be tested in accordance with the “Motor Start-Up Report” or form provided by the Engineer. 2. With a low voltage source, check and record motor winding continuity phase to phase. 3. Check and record motor winding insulation resistance, each phase with respect to ground, at the test values shown below for A.C. induction motors. 4. In no case shall the Manufacturer’s recommended maximum test values or procedures be exceeded. MOTOR VOLTAGE RATING TEST VOLTAGE 250 VOLTS 500 VOLTS 600 VOLTS 1,000 VOLTS 5,000 VOLTS 2,500 VOLTS 15,000 VOLTS 2,500 VOLTS 5. Check and record motor circuit voltage before starting motor. 6. Verify operation of motor space heater if applicable. 7. Provide additional tests and checks as recommended by the Manufacturer before energizing. 8. Start motor and verify immediately correct shaft rotation. 9. Check and record motor running volts and amps. 10. Verify correct operation of all interlocking and protective devices. MOTOR DESCRIPTION TEST VOLTAGE Job No. 1345001.00 01400 - 11 Quality Control 4,160 VOLT - 3 PHASE PER MANUFACTURER’S START- 2,300 VOLT - 3 PHASE UP INSTRUCTIONS OR AS OTHERWISE DIRECTED BY THE ENGINEER. 575 VOLT - 3 PHASE XXXXXXXXXX 460 VOLT - 3 PHASE XXXXXXXXXX 208-230 VOLT - 3 PHASE XXXXXXXXXX 230 VOLT - 1 PHASE XXXXXXXXXX 115 VOLT - 1 PHASE XXXXXXXXXX END OF SECTION Quality Control 01400 - 12 Job No. 1345001.00 SECTION 01500 TEMPORARY FACILITIES AND SERVICES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 01521 – Field Offices and Sheds 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.03 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. Job No. 1345001.00 01500 - 1 Temporary Facilities and Services b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and OWNER. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 2) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and OWNER. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. b. If toilets of the chemically treated type are used, at least one toilet will be furnished for each 20 men. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. Job No. 1345001.00 01500 - 2 Temporary Facilities and Services 6. Remove building from site prior to Final Acceptance. D. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner E. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.04 BARRICADES, LIGHTS AND WATCHMEN A. All streets, roads, highways, and other public thoroughfares which are closed to traffic shall be protected by effective barricades on which shall be placed acceptable warning signs. Barricades shall be located at the nearest intersecting public highway or street on each side of the blocked section. B. All open trenches and other excavations shall have suitable barricades, signs, and lights to provide adequate protection to the public. Obstructions such as material piles and equipment shall be provides with similar warning signs and lights. C. All barricades and obstructions shall be illuminated with warning lights from sunset to sunrise. Material storage and conduct of the Work on or alongside public streets and highways shall cause the minimum obstruction and inconvenience to the traveling public. D. All barricades, signs, lights and other protective devices shall be installed and maintained in conformity with applicable statutory requirements and, where within railroad and highway rights-of-way, as required by the authority having jurisdiction thereover. E. The CONTRACTOR shall, at his own cost and expense, furnish and erect such barricades, fences, lights and danger signals, guards, construction signs, torches, etc. and shall provide such watchmen, and shall provide such other precautionary measures for the protection of persons or property and of the Work as are necessary. Barricades, warning and detour signs shall conform to the latest State of Texas Manual on Uniform Traffic Control Devices and any other local, State and Federal requirements, guidelines and manuals. From sunset to sunrise, the CONTRACTOR shall furnish and maintain sufficient lights at each barricade and sufficient numbers of barricades shall be erected to keep vehicles from being driven on or into any work under construction. The CONTRACTOR shall furnish watchmen in sufficient numbers to protect the Work. F. The CONTRACTOR will be held responsible for all damage due to failure of barricades, signs, lights and watchmen. The CONTRACTOR’s responsibility for the maintenance of barricades, signs and lights, and for providing Job No. 1345001.00 01500 - 3 Temporary Facilities and Services watchmen shall not cease until the Project has been accepted by the OWNER. G. Security of the work area shall be the responsibility of the CONTRACTOR. OWNER’s personnel may be present at the project site during evenings, nights, or weekends, but will not be responsible for work area security at any time. H. Open Trench During the times when the CONTRACTOR is performing any construction activities, the sum of the amount of trench opened in advance of the completed line and the amount of trench left unfilled at any time shall not exceed 500 linear feet in unpaved areas and 100 linear feet in paved areas. When working on land owned by the City of Carrollton or within the area of 111+00 and 114+56.87 for Main ‘B’, Main ‘D’ and Main ‘E’, at the completion of each day’s work the CONTRACTOR shall backfill all trenches and pits to match surrounding ground surfaces (i.e. there shall be no open trenches or pits). In lieu of completely filling the trench, the CONTRACTOR, at his sole option, may install an acceptable cover over the open area. The cover shall be made of a material capable of supporting at least and AASHTO H-20 highway load. The cover to be supplied shall be designed by the CONTRACTOR’s Texas Registered Professional Engineer who must set its seal on said design. In addition to said cover, the CONTRACTOR shall install adequate barricades to prevent vehicles from driving onto the cover. I. Safety Fence To protect pedestrian and vehicular traffic and to help restrict them from the project area, the CONTRACTOR shall as a minimum requirement install and maintain a safety fence on all sides of the work area in all areas of the project. This fencing shall be in addition to any and all other requirements for barricades and warning signs. The safety fence shall be a high density polyethylene, high visibility, international orange safety fence with a 2-inch mesh as manufactured by Dupont Plastic Systems or equivalent. The safety fence shall be installed as a minimum in any area where there is any equipment, whether running or not; where there is any open trench, regardless of trench depth; and where there is any material stored or stockpiled, regardless of the type of material. In the area of the City of Carrollton’s Parks; Main ‘B’ from Station 101+00 to 114+56.87; Main ‘D’ and Main E. This fence shall be maintained daily to ensure the safety of the general public. J. At intersections, driveways, property Owner’s roadways, City of Carrollton Park roadways, the CONTRACTOR shall install a 2” thick temporary asphalt material over the earthen trench to provide an all-weather surface for traffic access until the surfaces receive their final asphalt or concrete surface. Job No. 1345001.00 01500 - 4 Temporary Facilities and Services K. All costs for furnishing, installing, maintaining and removing barricades, guards, watchmen, signs, fences, etc. and all associated materials and any designs required by a Texas Registered Professional Engineer shall be considered subsidiary to completing the work for the Project. 1.05 FENCES A. All existing fences affected by the Work shall be maintained by Contractor until completion of the Work. Fences which interfere with construction operations shall not be relocated or dismantled until written permission is obtained from the owner of the fence, and the period the fence may be left relocated or dismantled has been agreed upon. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. B. On completion of the Work across any tract of land, Contractor shall restore all fences to their original or to a better condition and to their original location. 1.06 PROTECTION OF INSTALLED WORK A. Provide temporary and removable protection for installed products. Control activity in immediate work area to minimize damage. B. Provide heavy planking to protect curbs, gutters, culverts, paving and similar surfaces from damage by heavy equipment or vehicles. 1.07 SECURITY A. Protect all Work materials, equipment, and property from loss, theft, damage, and vandalism. Contractor’s duty to protect property includes Owner’s property and Inspector’s and Engineer’s property used in connection with the performance of the Contract. B. If existing fencing or barriers are breached or removed for purposes of construction provide and maintain temporary security fencing and gates to keep the area secure. C. Temporary fencing shall be chain-link. 1.08 PROTECTION OF PUBLIC UTILITIES A. Prevent damage to existing public utilities during construction. These utilities are shown on the Drawings at their approximate locations. Give Owners of these utilities at least 48 hour notice before commencing Work in the area, for locating the utilities during construction, and for making adjustments or relocate of the utilities when they conflict with the proposed Work. B. Contractor shall be responsible for locating, identifying, and protecting all underground pipelines or utilities, whether such facilities are specifically Job No. 1345001.00 01500 - 5 Temporary Facilities and Services identified on the Drawings or not. The Engineer shall be notified of any discovery of underground facilities not specifically indicated on the Drawings. C. When an unlocated or incorrectly located underground utility or a break in a utility is encountered during construction operations, the Contractor is to notify the applicable utility company immediately to obtain procedure directions. D. The Contractor shall provide satisfactory support for buried utilities, pipelines and other facilities that will be exposed during construction. Any negligent damage to utilities done by the Contractor during construction shall be repaired to the satisfaction of the utility owner and the Owner at the entire expense of the Contractor. 1.09 PROTECTION OF PUBLIC AND PRIVATE PROPERTY A. Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by his construction operations. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations, together with all sod and shrubs in yards and parking areas, shall be restored to their original condition, whether within or outside the easement. All replacements shall be made with new materials. B. No trees shall be removed outside of the permanent easement, except where authorized by Engineer. Whenever practicable Contractor shall tunnel beneath trees in yards and parking when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage by construction operations. C. Contractor shall be responsible for all damage to streets, roads, highways, shoulders, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or men to or from the Work or any part or site thereof, whether by him or his Subcontractors. Contractor shall make satisfactory and acceptable arrangements with the owner of, or the agency or authority having jurisdiction over, the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. D. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. 1.10 TREE AND PLANT PROTECTION A. All trees and other vegetation which must be removed to perform the Work shall be removed and disposed of by Contractor; however, no trees or cultured plants shall be unnecessarily removed unless their removal is indicated on the drawings. All trees and plants not removed shall be protected against injury from construction operations. Job No. 1345001.00 01500 - 6 Temporary Facilities and Services B. Contractor shall take extra measures to protect trees, such as erecting barricades, trimming to prevent damage from construction equipment, and installing pipe and other Work by means of hand excavation or tunneling methods. Such trees shall not be endangered by stockpiling excavated material or storing equipment against the trunk. C. When working within the OWNER’s permanent and temporary construction easements, the CONTRACTOR shall abide by the conditions set forth in the Construction Documents and Site Certificates concerning the protection and removal of trees. The CONTRACTOR shall not damage or remove any tree outside the OWNER’s permanent construction easement. 1.11 ACCESS ROADS AND PARKING AREAS A. Access Roads: Contractor shall establish and maintain temporary access roads to various parts of the site as shown on the drawings. Such roads shall be available for the use of all others performing work or furnishing services in connection with the Project. B. Parking: Contractor shall provide and maintain suitable all-weather parking areas for the use of all construction workers and others performing work or furnishing services in connection with the Project, as required to avoid any need for parking personal vehicles where they may interfere with public traffic, Owner's operations, or construction activities. Contractor shall use areas identified on the drawings. 1.12 NOISE CONTROL A. Contractor shall take reasonable measures to avoid unnecessary noise. Such measures shall be appropriate for the normal ambient sound levels in the area during working hours. All construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a manner to cause the least noise consistent with efficient performance of the Work. B. During construction activities on or adjacent to occupied buildings, and when appropriate, Contractor shall erect screens or barriers effective in reducing noise in the building; and shall conduct his operations to avoid unnecessary noise which might interfere with the activities of building occupants. 1.13 DUST CONTROL A. Contractor shall take reasonable measures to prevent unnecessary dust. Earth surfaces subject to dusting shall be kept moist with water or by application of a chemical dust suppressant. Dusty materials in piles or in transit shall be covered when practicable to prevent blowing. Job No. 1345001.00 01500 - 7 Temporary Facilities and Services 1.14 TEMPORARY DRAINAGE PROVISIONS A. Contractor shall provide for the drainage of storm water and such water as may be applied to discharged on the site in performance of the Work. Drainage facilities shall be adequate to prevent damage to the Work, the site, and adjacent property. B. Existing drainage channels and conduits shall be cleaned, enlarged or supplemented as necessary to carry all increased runoff attributable to Contractor's operations. Dikes shall be constructed as necessary to divert increased runoff from entering adjacent property (except in natural channels), to protect Owner's facilities and the Work, and to direct water to drainage channels or conduits. Ponding shall be provided as necessary to prevent downstream flooding. 1.15 EROSION AND POLLUTION CONTROL A. The Contractor shall comply with these Contract Documents concerning CONTRACTOR’s Storm Water Pollution Prevention Plan. Contractor shall prevent erosion of soil on the site and adjacent property resulting from his construction activities. Effective measures shall be initiated prior to the commencement of clearing, grading, excavation, or other operation that will disturb the natural protection. 1.16 POLLUTION CONTROL A. Contractor shall prevent the pollution of drains and watercourses by sanitary wastes, sediment, debris and other substances resulting from construction activities. No sanitary wastes will be permitted to enter any drain or watercourse other than sanitary sewers. No sediment, debris or other substance will be permitted to enter sanitary sewers and reasonable measures will be taken to prevent such materials from entering any drain or watercourse. 1.12 MAINTENANCE OF TRAFFIC A. Contractor shall conduct his work to interfere as little as possible with public travel, whether vehicular or pedestrian. Traffic control plans will be developed and submitted in accordance with Section 01550. PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.01 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. Job No. 1345001.00 01500 - 8 Temporary Facilities and Services 3.02 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. END OF SECTION Job No. 1345001.00 01500 - 9 Temporary Facilities and Services THIS PAGE INTENTIONALLY BLANK Job No. 1345001.00 01500 - 10 Temporary Facilities and Services SECTION 01521 FIELD OFFICES AND SHEDS PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Temporary field offices for use of CONTRACTOR and OWNER. 2. Maintenance and Removal. B. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 01 50 00 – Temporary Facilities and Controls 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.03 SUBMITT ALS A. Conform to requirements of the General Conditions. B. The trailer, furnishings, and a proposed layout of the interior of the trailer shall be submitted to the Engineer for approval within ten (10) days of the issuance of a Notice to Proceed. The trailer and all items furnished shall be of new construction and shall be located at the site of the Work’ within twenty (20) days of the date of Notice-to-Proceed and shall remain on site for the sole use of the Resident Project Representative for a period ending one (1) month after final payment. PART 2 - PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. Temporary Field Office for OWNER 1. Provide a new mobile office trailer, 10 feet by 36 feet as manufactured by Gelco Space, or approved equivalent. Standard Construction shall include 1-1/8-inch backed fiberglass insulation throughout, vinyl tile flooring and acoustic tile ceiling. 2. INTERIOR a. Windows w/screens and blinds Job No. 1345001.00 01521 - 1 Field Offices and Sheds b. Unisex bathroom w/privacy lock, mirror, sink, toilet, paper towel dispenser, wastebasket, shelving for bathroom supplies, hand soap; 2- 110V outlets c. Office with 36”x60” desk w/locking drawers; 4-drawer legal filing cabinet (Class C fire classification); padded swivel office chair; desk lamp; 36”x60” bookshelf; wastebasket; desk phone; answering machine;2- 110V outlets d. Meeting area with 10-person table and chairs; plan rack; 4-drawer legal filing cabinet (Class C fire classification); wastebasket; 2-110V outlets e. Coffee maker, microwave oven, small refrigerator, bottle-filled drinking water dispenser (hot and cold water capability); One 10# standard dry chemical (ABC) type fire extinguisher f. Photocopy machine, scanner, fax machine, printer, all with 8 ½ x 11 and 11x17 capability. g. Two landline phone lines, for fax machine and desk phone h. One USB-port wireless card such as AT&T Mobile Hotspot MiFi 2372 or better for the Owner’s Resident Project Representative for access to the ProjectMates website (www.TRAprojects.com ). The wireless card shall be compatible with the Owner’s laptop computer used by the Resident Project Representative. The wireless card shall be provided for the life of the project for a period ending one (1) month after final payment. i. Central air conditioning and heating unit capable of automatically maintaining an office temperature of 72 degrees F during all seasons. j. Weekly cleaning/maintenance service. 3. EXTERIOR a. Front door light b. Front door padlock c. Wooden stairs w/ railings d. Wooden landing w/railings, flush with the front door e. Outdoor weather thermometer B. Temporary Field Office for CONTRACTOR 1. Size: For Contractor's needs and to provide space for project meetings. 2. Furnishings in Meeting Area: Conference table and chairs to seat at least ten persons; racks and files for Contract Documents, submittals, and project record documents. 3. Other Furnishings: Contractor's option. 4. Equipment: Six adjustable band protective helmets for visitors, one outdoor weather thermometer. PART 3 - EXECUTION A. Fill and grade sites for temporary structures to provide drainage away from buildings. B. Maintain approach walks free of mud, water, and snow. C. At completion of Work remove buildings, foundations, utility services, and debris. Restore areas. END OF SECTION Job No. 1345001.00 01521 - 2 Field Offices and Sheds Job No. 1345001.00 01550 - 1 Traffic Regulation SECTION 01550 TRAFFIC REGULATION PART 1 - GENERAL 1.1 OBJECTIVES A. The Contractor shall provide for safe movement of vehicular, bicycle and pedestrian traffic through and around construction operations. Traffic control requirements set forth herein are the minimum requirements imposed. The Contractor shall be solely responsible for providing all protective measures necessary. B. Proper traffic movement through the work area depends upon the driver controlling and directing his vehicle properly under unexpected situations and pedestrian attention to signs. The means of clarifying such conditions to the public include signs, flaggers, pavement markings, barricades, lights, cones and delineators. C. No one standard sequence of signs or control devices will suit all conditions, which may result from construction operations. Even for the same work the conditions may vary from hour to hour, requiring adjustment and revision of the traffic control program in effect. D. The traffic control requirements specified herein are intended to establish general principles to be observed in the control and regulation of traffic through and around construction operations anticipated for this project. All pedestrian and vehicular detours are subject to review by the police chief, sheriff or enforcement officer of the agencies having jurisdiction, and the Contractor shall revise the detours as ordered at no additional cost. E. Clean up site each day after completing work and remove all traffic hazards. Daily traffic control measures shall continue until cleanup activities have been satisfactorily completed and all of the Contractor's equipment has been removed from the traveled way area. 1.2 DESCRIPTION OF WORK A. Work Included: 1. At all times, the Contractor shall provide safe and adequate passage for vehicular and pedestrian traffic through, around and adjacent to all construction operations by use of detours, bridging, backfilling, paving, traffic barriers or other favorably reviewed means. 2. The Contractor shall establish and maintain detours and conduct his construction operations in such a manner as to minimize hazard, inconvenience and disruption to the public. 3. Traffic control shall be directed equally to the regulation and protection of pedestrian traffic including pedestrians, bicyclists, joggers, skaters, skateboarders, etc. 4. The Contractor shall provide for protection of pedestrians and separation of pedestrians from construction operations at all times. Traffic Regulation 01550 - 2 Job No. 1345001.00 5. The Contractor shall direct, divert and detour traffic through, around and adjacent to construction operations in accordance with the traffic control plans as specified herein or in accordance with favorably reviewed Traffic Control Plans. The Contractor may revise the Traffic Control Plan as necessary only with the favorable review of the Engineer. 1.3 REFERENCES A. Texas Manual on Uniform Traffic Control Devices (MUTCD), Texas Department of Transportation. B. AASHTO Roadside Design Guide C. County and Local Standards in the jurisdiction where the project is located. 1.4 SUBMITTALS A. Traffic Control Plan: 1. Submit a Traffic Control Plan under the Product Information category to clearly describe proposed traffic control measures. The plan shall be generally in accordance with the illustrations included in the Texas MUTCD and in the Work Area Traffic Control Handbook. The Traffic Control Plan must be produced by a licensed engineer in the State of Texas. 2. Traffic Control Plans, as well as related permit applications, shall be submitted for approval by the CONTRACTOR to the State/County/Local agencies that have jurisdiction over the affected roadways. 3. A copy of the approved Traffic Control Plans and permits shall be submitted to the OWNER’s representative prior to implementation. 4. The submittal shall consist of scaled drawings for each situation anticipated to be encountered, i.e., intersections, mid-block (each during working and non- working hours), etc. 5. The scaled drawings shall show signs, traffic control devices and flaggers as required. PART 2 – PRODUCTS 2.1 PRODUCTS A. Shall conform to the following: 1. Current edition of the Texas Manual on Uniform Traffic Control Devices (Texas MUTCD) 2. TxDOT Bridge Standards 3. TxDOT Roadway Standards 4. TxDOT Traffic Engineering Standards 5. County/Local standards 2.2 CONSTRUCTION SIGNS A. Construction signs shall conform to the standards of the Texas MUTCD, Texas Department of Transportation. B. Temporary warning signs in construction areas shall have a black legend on an orange background. Color for other signs shall follow the standard for all highway signs. C. All signs used during hours of darkness shall be retroreflective or illuminated. Job No. 1345001.00 01550 - 3 Traffic Regulation 2.3 OTHER TRAFFIC CONTROL DEVICES A. General: Traffic control devices shall conform to the standards of the Texas MUTCD, Texas Department of Transportation. B. Cones or Delineators: 1. Cones or delineators shall consist of cylindrical or cone shaped plastic devices, which shall be 18 inches to 48 inches in height. 2. Cones or delineators shall have a flexible base of suitable weight, which will ensure stability. C. Cones used during hours of darkness shall be equipped with lighting devices or retroreflectorized meeting the requirements of the Texas MUTCD.Barricades: 1. Barricades shall be Type I, Type II or Type III barricades as set forth in the Texas MUTCD. PART 3 - EXECUTION 3.1 DIVERTING PEDESTRIAN TRAFFIC A. Whenever construction operations obstruct the flow of pedestrian traffic or present a hazard to pedestrians, the Contractor shall take appropriate action to protect and separate pedestrians from the work area. B. Such action may include placement of barricades between pedestrians and work areas, placement of warning signs, and provision of personnel as required to protect pedestrians as conditions warrant. 3.2 DIVERTING VEHICULAR TRAFFIC A. Whenever construction operations obstruct the flow of vehicular traffic or present a hazard to vehicles operating in the vicinity of construction operations, the Contractor shall take appropriate action to warn, detour and otherwise protect approaching drivers and vehicles. Access to businesses, the apartments and to the construction areas should not be impeded for emergency vehicles at any time. Traffic control plans must allow for adequate access for emergency vehicles. 3.3 TRAFFIC CONTROL DEVICES A. General: 1. Traffic control devices shall be provided in sufficient quantities and types as required to provide safe and adequate traffic control. 2. Barricades shall be furnished and maintained along all open trenches in contact with traffic. 3. No work may begin on any day or at any time before traffic control devices have been placed, test driven and, if required, adjusted and revised. 4. During hours of darkness, no open trenches will be allowed. 5. Security of the work area shall be the responsibility of the CONTRACTOR. The OWNER’s personnel may be present at the project site during evenings, nights, or weekends, but will not be responsible for work area security at any time. 6. During the times when the CONTRACTOR is performing any construction activities, the sum of the amount of trench opened in advance of the completed line and the amount of trench left unfilled at any time shall not exceed 500 linear feet. Traffic Regulation 01550 - 4 Job No. 1345001.00 B. Placement: 1. All traffic control devices shall be placed in accordance with the Texas MUTCD and favorably reviewed Traffic Control Plan. 2. Locations of devices shall be adjusted to suit the conditions and circumstances of each detour situation. In all cases, signs shall be placed to most effectively convey their messages to approaching traffic. C. Test Drive of Detour: 1. Immediately after traffic control devices have been placed, the detour shall be test driven by the Contractor's representative. 2. Test drive shall include approach to the detour from each possible direction and traversing full length of each detour route. 3. The Contractor shall adjust and revise all traffic control devices as determined to be required by test drive and shall repeat test drive if determined necessary by the Owner’s Represenative. 4. The Contractor shall provide additional traffic control devices if required to maintain flow of traffic through construction operations. D. Maintenance of Devices: 1. The Contractor shall maintain all traffic control devices, at proper locations and in proper working order, at all times during construction operations and whenever a hazard resulting from Contractor's operations exists. 2. The Contractor shall adjust and revise traffic control devices, placement, etc., to suit changing conditions around construction operations. E. Removal of Devices: 1. Traffic control devices shall remain in place at all times required to alert approaching traffic of upcoming hazards. 2. After hazard has been removed, all traffic control devices shall be removed. Signs shall be removed or their messages covered. 3.4 FLAGGERS A. General: The Contractor shall employ flaggers: 1. As required for each specific detour. 2. At all locations on a construction site where barricades and warning signs cannot control the moving traffic. B. Placement: Where flaggers are required, they shall be logically placed in relation to the equipment or operation so as to give adequate warning and shall be placed approximately 100 feet ahead of impact point. C. Warning Signs: 1. A warning sign shall be placed ahead of the flagger reading: "Flagger Ahead." The distance between the sign and the flagger should be based on Table 6H-3 in the Texas MUTCD. 2. During hours of darkness, use of flagging for traffic control measures will not be allowed. Job No. 1345001.00 01550 - 5 Traffic Regulation D. Equipment: 1. For daytime activity, flaggers shall wear high-visibility safety apparel that meets the Performance Class 2 or 3 requirements of the ANSI/ISEA 107- 2004 publication entitled “American National Standard for High-Visibility Apparel and Headwear”. Flaggers shall be provided with approved hand– signaling device and two way radios for communication. 3.5 NOTICE TO AGENCIES A. The Contractor shall notify in writing all agencies having jurisdiction at least forty- eight (48) hours, excluding holidays and weekends, prior to instituting any lane closure or detour. At the end of each day's work, the Contractor shall inform the ambulance services, police and fire departments of the status of all detours and/or lane or road closures. B. List of Agencies: 1. City of Coppell and Carrollton a. Fire Department b. Police Department 2. U.S. Postal Service 3.6 EMERGENCY VEHICLE ACCESS THROUGH DETOURS A. During all detours and/or street closures the Contractor shall provide for movement of emergency vehicles through the work area. B. It is essential that the Contractor's work and equipment does not impede egress from any fire or police station to other areas of their service area. 3.7 ACCESS TO PRIVATE PROPERTY A. General: The Contractor shall schedule operations to minimize disruption of access to private property. B. Notice to Residents: Prior to blocking access to any private driveway or parking lot entrance, the Contractor shall notify the resident or business owner or tenant of pending closure and allow resident to remove vehicles. C. Nights: During non-working hours no driveway, house or parking lot shall be denied access to a public roadway. 3.8 NIGHT DETOURS A. General: The Contractor shall not be permitted to maintain any lane closure or road closure during non-working hours without first obtaining written approval of the Engineer. B. Restoration of Pavement: 1. During non-working hours the Contractor shall restore travel lanes to their original alignment and configuration by means of backfilling and temporary pavement, trench plates or bridging. 2. The Contractor shall place "ROUGH ROAD" signs conforming to the Texas MUTCD at uneven temporary pavement or bridging. Traffic Regulation 01550 - 6 Job No. 1345001.00 3.9 PARKING RESTRICTIONS A. General: The Contractor shall post approved "NO PARKING" signs at all locations necessary to establish work areas and detour traffic. B. Signs: 1. Signs shall read: "NO PARKING - CONSTRUCTION TOW -AWAY ZONE." Show hours of parking restriction and indicate telephone number of police agency having jurisdiction. 2. Signs shall be placed at least 24 hours in advance of restriction. 3.10 BRIDGING OVER TRENCHES AND EXCAVATIONS A. General: 1. Bridging shall be placed across all trenches and excavations in existing streets and at driveways when work is not in progress. B. Design of Bridging: 1. Bridging for vehicular traffic shall be of sufficient width to accommodate the required number of travel lanes. 2. Bridging shall be designed to support H-20 vehicular traffic. 3. All bridging shall be set flush with travel surface or a satisfactory transition from travel surface to top of bridging shall be provided. a. A satisfactory transition shall mean a change in elevation between the levels of not less than twelve (12) inches horizontal to one (1) inch vertical. b. Transition may be accomplished by means of temporary pavement. 3.11 TEMPORARY BRIDGES A. The CONTRACTOR shall construct substantial bridges at all points where it is necessary to maintain traffic across open trench construction. Bridges in public streets, roads, and highways shall be acceptable to the authority having jurisdiction thereover. Bridges erected in private roads and driveways shall be adequate for the service to which they will be subjected. Bridges shall be provided with substantial guard rails and with suitably protected approaches. Foot bridges shall be not less than 4 feet wide, provided with handrails and uprights of dressed lumber. Bridges shall be maintained in place as long as the conditions of the Work require their use for safety of the public, except that when necessary for the proper prosecution of the Work in the immediate vicinity of a bridge, the bridge may be relocated or temporarily removed for such period as Engineer may permit. 3.12 TEMPORARY TRAFFIC LANES A. Temporary traffic lanes shall be at least 10 feet wide. Provide an additional 2 feet of clearance from curbs. The length of temporary lanes should be limited to the area under construction and the distance necessary to divert traffic. 3.13 STAGING AREAS A. The Contractor shall provide his own staging areas or utilize staging areas as specified on the plans. Job No. 1345001.00 01550 - 7 Traffic Regulation 3.14 SAFETY FENCE A. To protect pedestrian and vehicular traffic and to help restrict them from the project area, the CONTRACTOR shall as a minimum requirement install and maintain a safety fence on all sides of the work area in all areas of the project. This fencing shall be in addition to any and all other requirements for barricades and warning signs. The safety fence shall be a high density polyethylene, high visibility, international orange safety fence with a 2-inch mesh as manufactured by Dupont Plastic Systems or equivalent. The safety fence shall be installed as a minimum in any area where there is any equipment, whether running or not; where there is any open trench, regardless of trench depth; and where there is any material stored or stockpiled, regardless of the type of material. END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 01564 - 1 TPDES General Permit Approved for Construction Storm Water SECTION 01564 TPDES GENERAL PERMIT APPROVED FOR CONSTRUCTION STORM WATER PART 1 - GENERAL 1.01 SCOPE A. The Texas Pollutant Discharge Elimination System (TPDES) program implements the federal National Pollutant Discharge Elimination System (NPDES) program in the state of Texas. The EPA Region 6 (located in Dallas) has administered the Phase I storm water general permit for construction activities disturbing 5 or more acres within the state of Texas until the TPDES permit has been issued. On March 5, 2008 the TCEQ became the permitting authority for these discharges. This general permit also covers storm water discharges from Phase II construction activities that disturb at least 1 acre and less than 5 acres. Further information may be obtained from the Texas Commission on Environmental Quality: Phone: 512/239-4671 Mailing Address: Water Quality Division MC-148 Texas Commission on Environmental Quality P.O. Box 13087 Austin, Texas 78711-3087 http://www.tceq.state.tx.us/permitting/water_quality/stormwater/TXR15whattodo.html. 1.02 SUBMITTALS A. Work Begun On or After 3/5/2008 – For construction projects that started after the issuance of the TPDES general permit and that will disturb 5 or more acres: 1) Obtain a copy of the TCEQ CGP (TPDES Permit No. TXR150000). 2) Develop and implement a storm water pollution prevention plan (SWP3). 3) Complete and submit an NOI to the TCEQ (using the TCEQ ePermits Online Application or paper NOI to the address listed on the form) prior to the commencement of construction. 4) Submit an NOI Notice of Termination or, through ePermits, “Terminate an existing CNOI authorization” once the site has reached final stabilization. 5) The NOI and NOT Forms and Instructions are attached. B. 1 to Less Than 5 Acres Disturbed – For construction projects that will disturb 1 or more acres, but less than 5 acres, including the larger common plan of development: 1) Obtain a copy of the TCEQ CGP (TPDES Permit No. TXR150000). 2) Develop and implement a storm water pollution prevention plan (SWP3). TPDES General Permit Approved for Construction Storm Water 01564 - 2 Job No. 1345001.00 3) Complete and post a site notice. 4) Before construction begins: If the site qualifies, complete and submit a Low Rainfall Erosivity Waiver From. Or complete and post a site notice. (Template at the end of TPDES Permit No. TXR150000) C. For Construction projects that will disturb 1 or more acres, but less than 5 acres, and are part of a larger common plan of development or sale that will disturb 5 or more acres, refer to 5 or More Acres Disturbed. D. Smaller Sites – For construction projects that will disturb less than one acre and are not part of a larger common plan of development, coverage under this permit is not required. E. If the construction activity develops into a larger project, then permit coverage may be required at that time based on the total number of acres that will be disturbed: 5 or More Acres or 1 to Less Than 5 Acres. Job No. 1345001.00 01564 - 3 TPDES General Permit Approved for Construction Storm Water 1.03 FORMS TCEQ STEERS ePermits Help https://www6.tceq.state.tx.us/steers/help/main.html STEERS ePermits Available ePermits application types Common ePermits questions Log into ePermits Activities in ePermits Create (start) an application Help Navigation information for filling out an application Fill out an application Edit a pending application Sign one or more application Pay the application fee for one or more application Submit one or more application Set access to a pending application (Add and Remove ER Accounts) View a pending application Change the application password Access an application by password Return to an application already submitted to TCEQ Available ePermits application types Construction General Permit o Notice of Intent o NOI Notice of Termination TPDES General Permit Approved for Construction Storm Water 01564 - 4 Job No. 1345001.00 Multi-Sector General Permit o Notice of Intent o No Exposure Certification o NOI Notice of Termination o NEC Notice of Termination Log into ePermits A STEERS Electronic Reporting (ER) Account number and Password is required to use ePermits. This is obtained by the individual wanting to use ePermits by filling out and submitting a STEERS Participation Agreement (SPA) for access to a program area with applications available in ePermits. For more information on setting up an account, please see Create New STEERS Account 1. Enter your ER Account number and password. Notice: Use of another person's ER Account and password is illegal. TCEQ monitors use of ER accounts. 2. Select ePermits program area of the permit type you are needing. Activities in ePermits Activities pages is the home page of ePermits for doing one of the following activities: Create (start) an application o Access an application by password o Edit a pending application Sign one or more application Pay the application fee for one or more application Submit one or more application Set access to a pending application Job No. 1345001.00 01564 - 5 TPDES General Permit Approved for Construction Storm Water TPDES General Permit Approved for Construction Storm Water 01564 - 6 Job No. 1345001.00 Job No. 1345001.00 01564 - 7 TPDES General Permit Approved for Construction Storm Water TPDES General Permit Approved for Construction Storm Water 01564 - 8 Job No. 1345001.00 Job No. 1345001.00 01564 - 9 TPDES General Permit Approved for Construction Storm Water TPDES General Permit Approved for Construction Storm Water 01564 - 10 Job No. 1345001.00 Job No. 1345001.00 01564 - 11 TPDES General Permit Approved for Construction Storm Water END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 01700 - 1 Contract Closeout SECTION 01700 CONTRACT CLOSEOUT PART 1 – GENERAL 1.01 WORK INCLUDED Comply with requirements of the General Conditions and specified administrative procedures in closing out the Construction Contract. 1.02 SUBMITTALS Submit affidavits and release through the Internet Based Construction Management system, Section 01039. 1.03 SUBSTANTIAL COMPLETION A. Submit written notification that the work or designated portion of the work is substantially complete to the Engineer when the work is considered to be substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the project will be considered to be complete. B. Engineer shall visit the project site to observe the work within a reasonable time after notification is received to determine the status of completion. C. Engineer shall issue notification to the Contractor that the work is either substantially complete or that additional work must be performed before the project may be considered substantially complete. 1. Engineer shall notify the Contractor in writing of items that must be completed before the project can be considered substantially complete. a. Correct and noted deficiencies in the work. b. Issue a second written notice with a revised list of deficiencies when work has been completed. c. Engineer shall revisit the site and the procedure shall begin again. 2. Engineer shall issue a tentative Certificate of Substantial Completion to the Owner when the project is considered to be substantially complete. Certificate shall include a tentative list of items to be corrected before final payment. a. Owner will review and revise the list of items and notify the Engineer of any objections or other items that are to be included in the list. b. Engineer shall prepare and send to the Contractor a definite Certificate of Substantial Completion with a revised tentative list of items to be corrected or completed. c. Review the list and notify the Engineer in writing of any objections within 10 days of receipt of Certificate of Substantial Completion. Contract Closeout 01700 - 2 Job No. 1345001.00 1.04 FINAL INSPECTION A. Submit written certification through the Internet Based Construction Management system, Section 01039 when the project is complete and: 1. Contract Documents have been reviewed. 2. Work has been completed in compliance with the Contract Documents. 3. Equipment and systems have been tested per Contract Documents and are fully operational. 4. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed. 5. Specified spare parts and special tools have been provided. 6. Work is complete and ready for final inspection. B. Engineer shall make an inspection with the Owner and appropriate regulatory agencies to determine the status of completeness within a reasonable time after the receipt of the Certificate. C. Engineer shall issue notice that the project is complete or notify the Contractor that work is not complete or is defective. 1. Submit the request for final payment with Closeout submittals described in Paragraph 1.07 if notified that the project is complete and the work is acceptable. 2. Upon receipt of notification from the Engineer that work is incomplete or defective, take immediate steps to remedy the stated deficiencies. Send a second certification to the Engineer when work has been completed or corrected. 3. Engineer shall re-visit the site and the procedure will begin again. 1.05 REINSPECTION FEES A. Pay fees to the Owner to compensate the Engineer for reinspection of the work required by the failure of the work to comply with the claims of status of completion made by the Contractor. B. Owner may withhold the amount of these fees from the Contractor’s final payment. C. Cost for additional inspection will be billed to the Owner by the Engineer for the actual hours required for the inspection and preparation of related reports in accordance with the following rates: Principal in Charge $200 Project Manager $145 Design Engineer $135 Engineering Technician $100 Clerk $ 80 1.06 CLOSEOUT SUBMITTALS TO THE ENGINEER Job No. 1345001.00 01700 - 3 Contract Closeout A. Record Drawings per Section 01040 Project Administration B. Keys and keying schedule. C. Warranties and bonds. D. Evidence of payment or release of liens submitted through the Internet Based Construction Management system, Section 01039 and as required by the General Conditions. E. Consent from Surety to Final Payment. F. Equipment installation reports on equipment. G. Shop drawings, record data, Operations and Maintenance Manuals, and other submittals as required by the Contract Documents. H. Specified spare parts and special tools. I. Certificates of Occupancy, operating certificates, or other similar releases required to allow the Owner unrestricted use of work and access to service and utilities. J. Evidence of final, continuing insurance, and bond coverage as required by the Contract Documents. 1.07 FINAL PAYMENT REQUEST A. Submit a preliminary final payment request. This request is to include adjustments to the Contract Amount for: 1. Approved Change Orders 2. Allowances not previously adjusted by Change Order 3. Unit Prices 4. Deductions for defective work that has been accepted by the Owner 5. Penalties and bonuses 6. Deductions for liquidated damages 7. Deductions for reinspection payments per Paragraph 1.05 8. Other adjustments B. Engineer shall prepare a final Change Order, reflecting the approved adjustments to the contract amount which have not been covered by previously approved Change Orders. C. Submit the final application for payment per the General Conditions, including the final Change Order. 1.08 TRANSFER OF UTILITIES (if applicable) A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued, final cleaning has been completed and the work has been occupied Contract Closeout 01700 - 4 Job No. 1345001.00 by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the work. 1.09 WARRANTIES, BONDS, AND SERVICES AGREEMENTS (if applicable) A. Provide warranties, bonds, and service agreements required by Section 01300, SUBMITTALS or by the individual sections of the specifications. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. 1. Each document is to be signed by the respective manufacturer, supplier, and subcontractor. 2. Each document is to include: a. The product or work item description b. The firm, with the name of the principal, address, and telephone number c. Scope of warranty, bond, or services agreement d. Date, duration, and expiration date for each warranty bond and service agreement e. Procedures to be followed in the event of a failure f. Specific instances that might invalidate the warranty or bond D. Submit two (2) copies of each document to the Engineer for review and transmittal to the Owner. 1. Submit duplicate sets. 2. Documents are to be submitted on 8- ½" x 11" paper, punched for a standard three-ring binder. 3. Submit each set in a commercial quality three-ring binder with a durable and cleanable plastic cover. The title “Warranties, Bonds, and Services Agreements”, the project name, and the name of the Contractor are to be typed and affixed to the cover. E. Submit warranties, bond, and services agreements: 1. At the time of final completion and before final payment. 2. Within 10 days after inspection and acceptance for equipment or components placed in service during the progress of construction. 1.10 CLAIMS AND DISPUTES Claims and disputes must be resolved prior to recommendations of final payment. Acceptance and final payment by the Contractor will indicate that any outstanding claims or disputed issues have been resolved to the full satisfaction of the Contractor. 1.11 FINAL ACCEPTANCE BY OWNER: Job No. 1345001.00 01700 - 5 Contract Closeout After completion of the project and the final inspection has been accomplished, but prior to the final payment and release of any retainage, the Contractor shall furnish the following to the Owner: (a) Affidavit of Bills Paid shall be executed by the Contractor and attested to by a commissioned notary, affirming that all suppliers, subcontractors, and bills associated with the project have been paid. (b) Consent of Surety shall be executed by the Contractor’s Surety and "Power of Attorney" attached affirming that the Owner can release final payment to the Contractor. (c) Release Statements shall be copied and furnished to the Owner for their files. The releases shall be signed and dated statements from individuals or businesses that allowed the Contractor to use their property for constructing this project. (d) Operation and Maintenance Manuals shall be obtained by the Contractor from the suppliers of all applicable mechanical, electrical, electronic and hydraulic equipment included in this project and furnished to the Owner for their files. (If pertinent to this project). (e) Warranty Information shall be copied and furnished to the Owner for their files. This information shall clearly show the manufacturer’s warranty policy requirements, period of time and business address (If pertinent to this project). (f) Record Drawings shall be marked by the Contractor showing all his construction notes and deviations from the Contract Documents or Plans. These markings shall be shown on a clean set of blueline prints and furnished to the Owner for their files. END OF SECTION THIS PAGE INTENTIONALLY BLANK. SECTION 02050 DEMOLITION PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all demolition required to perform the work covered under this contract including without limitation: 1. Remove existing construction shown to be removed. 2. Remove and replace existing construction and/or finishes as required to provide access to perform other work included in this contract. 3. Include removal of mechanical and electrical work that is to be abandoned and is contained in construction to be removed whether or not the mechanical and electrical work is shown. Disconnect and cap off utilities in accordance with applicable codes and safety regulations. 4. Where utilities that are not shown pass through construction that must be removed and those utilities serve other areas notify the Engineer before disrupting service. If rerouting is required to maintain service, the Owner may issue a Change Order to accomplish the required work. 6. Assume ownership of debris and unwanted materials, remove from the site, and dispose of legally. 7. If illegal electrical wiring is encountered such as “BX” or nonmetallic sheathed cable, notify the Engineer. B. Related Sections: 1. Section 02510: Water System Piping and Accessories 2. Section 02530: Sanitary Sewer Pipe 3. Section 03740: Concrete Repair and Modifications 4. Division 16: Electrical 5. Division 17: Instrumentation 1.02 NOISE AND DUST CONTROL A. Perform work in accordance with requirements in Division 1. Particular attention is directed without limitation to paragraphs titled: Owner and Contractor's Use of Premises, Cleanup During Construction, Fire Protection During Construction, Maintenance of Exit Routes for Building Users, Temporary Dust Barriers, Noise Control and Care of Existing Facilities. B. Provide temporary partitions to control dust and noise and exclude unauthorized persons. C. Perform work in a manner to cause least disturbance to property owners and least damage to work to remain. D. Maintain adequate means of safe, clear egress for property owners. Job No. 1345001.00 02050 - 1 Demolition E. Employ all available techniques for construction noise abatement. Use remote, well-mufflered air compressors and newest noise suppressed pneumatic and electric tools. PART 2 – PRODUCTS Not Used PART 3 – EXECUTION 3.01 REMOVAL OF CONSTRUCTION IN AREAS TO RECEIVE NEW WORK A. Remove all unwanted mechanical and electrical work (whether shown or not) that is not wanted and is not needed to serve other areas that is in, on, or concealed behind work being removed. Cap off or terminate all mechanical or electrical work in accordance with the requirements of Divisions 15 and 16. B. Protect mechanical and electrical work that serves other areas. Relocate concealed mechanical and electrical work that is required to preserve service to other areas. C. Remove structural work designated for removal. Take precautions not to damage structural work intended to remain. Where temporary shoring is needed, submit a design prepared by an appropriately licensed engineer for review before proceeding. D. If structural elements are encountered that were not shown, protect them from damage and report their presence to the Engineer. E. Items to be removed are as indicated on the Drawings. 3.02 REMOVAL OF LIMITED PORTIONS OF EXISTING CONSTRUCTION TO PERMIT MODIFICATIONS A. Protect existing construction to remain with temporary coverings. B. Treat existing mechanical, electrical or structural work as described in other parts of this Section. C. When modifications are complete, replace removed work with new construction. Standards of material and workmanship shall be in accordance with other portions of this Specification or if not covered then in accordance with current practice for this class of work. Demolition 02050 - 2 Job No. 1345001.00 3.03 REMOVAL OF EXISTING CONSTRUCTION TO PROVIDE ACCESS TO PERFORM WORK A. Provide careful selective cutting and removal of existing construction where required to permit installation of new concealed mechanical or electrical work, or installation of equipment, fixtures or devices. B. Treat existing mechanical, electrical or structural work as described in other parts of this Section. C. Replace removed construction in accordance with other parts of this Section. 3.04 PROTECTION OF WORK TO REMAIN A. Protect all work to remain. Contractor will be responsible for protecting all structures, including but not limited to buildings, streets, sprinklers, utilities, and retaining walls. Any damage to any structure resulting from the Contractor’s operation must be restored at his expense. B. The Contractor shall clean up and restore the area of operation to a condition as good as or better than that which existed prior to construction activities. 3.05 REMOVE UNWANTED FIXED EQUIPMENT A. Remove fixed and built-in equipment, machinery, machinery bases and similar items whether shown or not. Cut off protruding bolts or attachment devices flush with existing surfaces. 3.06 REMOVAL AND DISPOSAL OF MATERIAL A. Burning on the site is not permitted. B. The Contractor shall remove from the project area all surplus material. This shall be incidental and not a separate pay item. Surplus material from excavation including dirt, trash, etc. shall be properly disposed of at a site acceptable to the Cities of Coppell and Carrollton, if within the city limits. No excess excavated material shall be deposited in low areas or along natural drainage way without written permission from the affected property owners and the local governing city. If the Contractor places excess material without written permission, he will be responsible for all damages resulting from such fill and remove the material at his own cost. In addition, the Contractor shall not place any excavated fill or store equipment within the FEMA floodplain. END OF SECTION Job No. 1345001.00 02050 - 3 Demolition THIS PAGE INTENTIONALLY BLANK. SECTION 02065 CONTROLLED LOW STRENGTH MATERIAL PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: This Section covers the work necessary for backfilling in confined areas around structures, pipelines or trenches, where specified or where access for compaction equipment is limited. B. Related Sections: 1. Section 03300: Cast-in-Place Concrete 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) Standard Specification or Test Method: 1. ASTM C33 Concrete Aggregates 2. ASTM C94 Ready-Mixed Concrete 3. ASTM C143 Slump of Hydraulic-Cement Concrete 4. ASTM C150 Portland Cement 5. ASTM C260 Air-Entraining Admixtures for Concrete 6. ASTM C618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete 7. ASTM C685 Concrete Made by Volumetric Batching and Continuous Mixing 8. ASTM D4318 Liquid Limit, Plastic Limit, and Plasticity Index of Soils 9. ASTM D4832 Preparation and Testing of Soil-Cement Slurry Test Cylinders B. American Concrete Institute (ACI): 1. ACI 229 Controlled Low Strength Materials (CLSM) 2. ACI 304 Guide for Measuring, Mixing, Transporting and Placing Concrete 1.03 DEFINITIONS A. Controlled Low Strength Material (CLSM): A mixture of portland cement, fly ash, aggregates and admixtures proportioned to provide a nonsegregating, self- consolidating, free-flowing and hand-excavatable material, which will result in a hardened, dense, nonsettling fill. 1.04 SUBMITTALS A. Submit in accordance with Section 01300. B. Product Data: 1. Concrete mix product certification: Submit certified laboratory test results that the mix proportions and materials comply with these Specifications. Submit certification on cementitious products and aggregates performed within the past 6 months. a. Cementitious materials. b. Coarse and fine aggregates. Job No. 1345001.00 02065 - 1 Controlled Low Strength Material c. Admixtures. d. Water. C. Quality Assurance/Control Submittals: 1. Design Data: Submit a mix design for the material to be used. 2. Test Reports: Submit trial laboratory and testing data with cylinder breaks performed at 7, 14, and 28 days. 3. Certificates: Ready-mix plant certification. 1.05 QUALITY ASSURANCE A. Certifications: 1. Products and Materials Tests: Certified by independent commercial testing laboratories. 2. Mix Designs: By an independent commercial testing laboratory, complying with ASTM C1077 and favorably reviewed by the Engineer. Mix design proportions shall be established on the basis of field experience and trial mixtures with the materials to be employed in accordance with IBC Section 1905. 3. Mix Test Results. a. Submit result statistics of satisfactory mix designs if available from prior projects. Comply with IBC Section 1905.3. b. Submit test results of trial batches prepared for this project. Comply with IBC Section 1905.3. c. Allow adequate time for review of submittals and adjustments to comply with the Specifications. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials shall conform to the following: 1. Portland Cement: ASTM C150, Type II or V. 2. Aggregate: Comply with ASTM C33. Aggregate shall consist of fine aggregate, with or without coarse aggregate, with a minimum size of 1-inch, free of clay, organics, and other deleterious materials. Less than 10 percent by weight shall pass the No. 200 sieve, and material passing the No. 40 sieve shall be nonplastic as determined in accordance with ASTM D4318. 3. Water: Potable. 4. Fly Ash: ASTM C618, Class F unless otherwise approved. 5. Admixtures: Air entraining; ASTM C260. Air content limited to 6% unless demonstrated to avoid segregation. Provide a liquid admixture such as DaraFill manufactured by GCP Applied Technologies when air contents from 15-35% are required. 2.02 MIXES A. Performance Requirements: The CLSM shall be proportioned to be a nonsegregating, free-flowing, self-consolidating, low-shrink slurry. B. Mix Design Requirements: The Contractor and its supplier shall determine the materials and proportions used to meet the requirements of the Specifications. The mix design shall be prepared for a range of aggregate gradations that are expected to be used. Job No. 1345001.00 02065 - 2 Controlled Low Strength Material C. Strength: The unconfined compressive strength at 28 days shall be 100 psi (±50 psi) as per ASTM D4832. D. Flowability: The slump shall be 7 inches (±1inch) as per ASTM C143. E. Density: The density shall be between 115-145 lb/ft3 2.03 SOURCE QUALITY CONTROL A. Mix, transport, and place CLSM in accordance with the methods and procedures in ACI 304 and ASTM C94. PART 3 - EXECUTION 3.01 EXAMINATION A. Site Verification of Conditions: CLSM batching, mixing, and placing may be started if the weather conditions are favorably and when the air temperature is 34°F and rising. At the time of placement, the CLSM must have a temperature of at least 40°F. Mixing and placing shall stop when the air temperature is 38°F or less and falling. B. Subgrade on which CLSM is to be placed shall be free of disturbed or softened materials, debris, and water. 3.02 PREPARATION A. Protection: Take appropriate precautions to prevent pipe displacement and/or flotation. 3.03 CONSTRUCTION A. Special Techniques: Contain CLSM in trench sections using bulkheads or fill materials to confine the flow of material. B. CLSM shall be placed in lifts not exceeding 6 feet in height, with a time interval of not less than 1 hour between lifts. 3.04 FIELD QUALITY CONTROL A. Field Control Testing: Performed by the Contractor: 1. After completion of the trial mix work, and prior to CLSM placement operations, the Contractor shall prepare field trial mixes. The initial mix shall be based on the design mix. Additional trial mixes may be made by varying the proportions as may be required to produce a dense, homogenous material with good workability. 2. Manufacture of the field trial mixes shall be accomplished utilizing the equipment that will be used on the job. 3. Compressive strength: A set of six standard 6 inch x 12 inch cylinders will be cast for each mix. a. Making, storing and initial cure of cylinders: ASTM C94 or C685. Provide site storage and initial cure, 16 hours minimum and 24 hours maximum. b. Testing laboratory: Provided by Contractor. Job No. 1345001.00 02065 - 3 Controlled Low Strength Material c. Final cure and tests of cylinders: ASTM D4832. Testing laboratory will transport cylinders from site, cure, test and provide report. Test one specimen at 7 days, one at 14 days, one at 21 days, and two at 28 days. One specimen shall be held as a “spare” and may be used in the event of questionable results from one of the scheduled tests. B. Site Tests: Performed by the Engineer: 1. Test frequency: Each mix type placed, each day placed. 2. Compressive strength: A set of four standard 6-inch x 12-inch cylinders will be cast for each mix and for 100 cubic yards or fraction thereof. a. Making, storing and initial cure of cylinders: ASTM C94 or C685. Provide site storage and initial cure, 16 hours minimum and 24 hours maximum. b. Testing laboratory: Provided by Owner. c. Final cure and tests of cylinders: ASTM D4832. Testing laboratory will transport cylinders from site, cure, test and provide report. Test one specimen at 7 days, and two at 28 days. One specimen shall be held as a “spare” and may be used in the event of questionable results from one of the scheduled tests. 3. Slump: Test will be performed on each 50 cubic yards or fraction thereof. Test each sample used for strength tests. a. Testing: ASTM C143. b. Results outside the limits indicate possible cause for rejection of concrete. The Engineer shall be the sole judge. 3.05 PROTECTION A. When backfilling against retaining walls or other below grade structures, protection shall be provided to the wall or structure from the lateral pressures exerted by the material. B. Protect facilities from bleed water. Make provisions for runoff of bleed water. C. Provide steel plates to span trenches and prevent traffic contact if necessary. No traffic or construction equipment shall be allowed on CLSM for at least 24 hours after placement, or until the material is hard enough to prevent rutting or damage. END OF SECTION Job No. 1345001.00 02065 - 4 Controlled Low Strength Material Job No. 1345001.00 02200 - 1 Site Preparation SECTION 02200 SITE PREPARATION PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: 1. Site preparation shall consist of all clearing, grubbing, stripping, demolition, and related work necessary to prepare the project site for construction operations. 2. No open burning of debris, lumber, or other scrap will be permitted. 3. Trees and vegetation to be left standing shall be protected from damage incident to site preparation and construction operations by the erection of barriers or by such other means as required by the City of Coppell and City of Carrollton ordinances. B. Related Sections: 1. Section 01140: Environmental Protection 2. Section 02050: Demolition 3. Section 02302: Earthwork For Pipelines PART 2 - PRODUCTS Not used. PART 3 - EXECUTION 3.01 DEMOLITION A. Refer to Section 02050 for items to be demolished. 3.02 CLEARING A. Clearing shall consist of the felling, trimming and cutting of trees, and the removal of downed timber, shrubs, grasses, debris and rubble from the project site which will obstruct or otherwise impede construction operations. B. Clear the following areas: 1. Project Area within existing Trinity River Authority of Texas easement as required for construction activities. 2. No trees will be removed in Contractor staging areas prior to coordination with Owner. 3.03 GRUBBING A. Grubbing shall consist of the removal and disposal of stumps, roots larger than 3 inches in diameter, and matted roots from trees to be removed. This material, together with logs and other organic debris, shall be excavated and removed to a Site Preparation 02200 - 2 Job No. 1345001.00 depth of not less than 18 inches below the original surface level of the ground in areas indicated as construction areas under this Contract, such as areas for structures, pavement, and fills. Depressions made by grubbing shall be filled with structural backfill material and compacted to make the surface conform with the original adjacent surface of the ground, unless further excavation is required. 3.05 DISPOSAL A. Dispose of remaining vegetation and debris in accordance with Section 01140. END OF SECTION SECTION 02302 EARTHWORK FOR PIPELINES PART 1 – GENERAL 1.01 SUMMARY A. Section Includes: Perform all excavation, shoring, dewatering, backfilling, compaction and grading necessary or required for the construction of the W ork as covered by these Specifications and indicated on the Drawings. The excavation shall include, without classification, the removal and disposal of all materials of whatever nature encountered, including water and all other obstructions that would interfere with the proper construction and completion of the required work. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM). B. Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, latest edition. 1.03 SUMITTALS A. Submit in accordance with Section 01300. B. Submit the following under the Product Information category. 1. Sheeting and Shoring Plan: Refer to Paragraph 1.07 below and Section 01040. 2. Potholing Report as described in Paragraph 3.02. 3. Samples and Test Results: Furnish, without additional cost to the Owner, such quantities of import materials as may be required by the Engineer for test purposes. Cooperate with the Engineer and furnish necessary facilities for sampling and testing of all materials and workmanship. Submit test results for import materials. Tests shall be performed within 60 days of the submission. All material furnished and all work performed shall be subject to rigid inspection, and no material shall be delivered to the site until it has been favorably reviewed by the Engineer, or used in the construction work until it has been inspected in the field by the Engineer. 1.04 QUALITY ASSURANCE A. Source Quality Control: Test import materials proposed for use to demonstrate that the materials conform to the specified requirements. Tests shall be performed by an independent testing laboratory. B. Field Quality Control: 1. The Owner will: a. Review and test materials proposed for use. b. Inspect foundations, site grading and borrow operations. c. Inspect placement and compaction of fill. Job No. 1345001.00 02302 - 1 Earthwork for Pipelines d. Test soils during placement of fill. 2. Contractor shall excavate holes for in-place soil sampling. Contractor shall be responsible for costs of additional inspection and re-testing resulting from non- compliance. C. Testing Methods: 1. Specific Gravity: ASTM D854. 2. Laboratory Compaction: ASTM D1557, Method A or C. 3. In-Place Density: ASTM D1556 or ASTM D2922. 4. Particle Size Analysis of Soils: ASTM D422. 5. Plastic Limit and Plasticity Index: ASTM D4318. 6. Soil Classification: ASTM D2487. 7. In-Place Moisture Content: ASTM D3017. D. Definition: 1. Relative Compaction: In-place dry density divided by the maximum dry density laboratory compaction expressed as a percentage. 1.05 EXPLOSIVES A. The use of explosives will not be permitted on this project, unless specifically authorized, in writing, by the Engineer. 1.06 SUBSURFACE INVESTIGATIONS A. Geotechnical investigations for design purposes for this project were made for the Elm Fork Relief Interceptor Segment EF-G Coppell, Texas by Mas-Tek Engineering & Associates, Inc. in a report dated March 5, 2014. B. This report is included in Appendix A. While this report may be considered by the Contractor to be correct, any conclusions or recommendations made in the reports are for information to the Design Engineer and are not a part of the Contract Documents. Copies of the boring logs and their locations are shown on the Drawings. C. The bidders may make additional subsurface investigations at the site prior to the bidding of the project. Prior to making any drillings or excavations, the bidder shall secure permission from the Owner and property owners if on private property. 1.07 ADDITIONAL SAFETY RESPONSIBILITIES A. The Contractor shall select, install and maintain shoring, sheeting, bracing, and sloping as necessary to maintain safe excavations. The Contractor shall be responsible for ensuring such measures: (1) comply fully with 29 CFR Part 1926 OSHA Subpart P Excavations and Trenches requirements, (2) provide necessary support to the sides of excavations, (3) provide safe access to the Engineer’s sampling and testing within the excavation, (4) provide safe access for backfill, compaction, and compaction testings, and (5) otherwise maintain excavations in a safe manner that shall not endanger property, life, health, or the project schedule. All earthwork shall be performed in strict accordance with applicable law, including local ordinances, and applicable OSHA requirements. Earthwork for Pipelines 02302 - 2 Job No. 1345001.00 PART 2 – PRODUCTS 2.01 MATERIALS A. Pipe Bedding: Bedding material (in the pipe zone) shall be crushed stone placed in accordance with the drawings. The bedding material shall be compacted to a minimum of 80% relative density (ASTM D4253). The bedding material shall be crushed stone meeting the following gradation: 1. Passing 1/2” sieve: 100% 2. Passing 3/8” sieve: 85% to 30% 3. Passing No. 4 sieve: 10% to 30% 4. Passing No. 8 sieve 0% to 10% 5. Passing No. 16 sieve: 0% to 5% 6. Passing No. 200 sieve: Less than 5% B. Pipe Backfill: The backfill material should be placed in maximum six (6) inch lifts uniformly installed on each side of the pipe and compacted to a minimum of 80% relative density (ASTM D4253). The backfill material shall be crushed stone meeting the following gradation: 1. Passing 3/4” sieve: 100% 2. Passing 1/2” sieve: 90% to 100% 3. Passing 3/8” sieve: 40% to 70% 4. Passing No. 4 sieve: 0% to 15% 5. Passing No. 200 sieve: Less than 5% C. Trench Backfill: The backfill material shall meet the following requirements for either native of imported backfill: 1. Native Trench Backfill: The excavated soils from the trench may be re-used for trench backfilling, in unpaved areas, if they can meet the compaction requirements as specified on the plans. If the native materials cannot be compacted to the required limits then they will need to be conditioned (reworked/dried) as required to be able to meet compaction requirements, or replaced with Imported Trench Backfill material. Native Backfill shall be placed in maximum six (6) inch lifts uniformly installed of each side of the pipe and compacted to a minimum of 95% Standard Proctor density (ASTM D698). Clay soils having a PI over 30 should be compacted at a moisture content ranging from optimum to plus four percentage points above the optimum proctor value. Silty sandy soils having a PI less than 30 should be compacted at plus to minus two percentage points of the optimum moisture content. All Native Trench Backfill material shall be select material from the trench without roots, deleterious materials or rocks larger than 3” in largest dimension. 2. Imported Trench Backfill: Imported Trench Backfill material shall be naturally occurring of processed material consisting of sands or gravels soil mixtures with liquid limit no greater than 35 and plasticity index no greater than 10. Use of rock or shale fragments greater than three (3) inches in any dimension are prohibited. Remove any tree roots and organics prior to placement. Fill should be placed in maximum six (6) inch lifts uniformly installed of each side of the piper and compacted to a minimum of 95% Standard Proctor density (ASTM D698). Clay soils should be compacted at a moisture content ranging from optimum to plus four percentage points above the optimum proctor value. Silty sandy soils Job No. 1345001.00 02302 - 3 Earthwork for Pipelines should be compacted at plus to minus two percentage points of the optimum moisture content. D. Water: The water used shall be reasonably free of objectionable quantities of silt, oil, organic matter, alkali, salts and other impurities. Water quality must be acceptable to the Engineer. E. Tracer Tape: Plastic metallic type consisting of a blue (water line) and green (sewer line) color coded polyethylene or melinex film, a solid core aluminum foil detection layer and other layers as required. The tape shall be resistant to acids, alkalines and other components likely to be encountered in soils. It shall be designed for both conductive and inductive locating procedures. The tape shall be located 12- to 18-inches below ground surface. The tape for water lines shall be blue, imprinted with “WATER LINE BURIED BELOW ”. The tape for sewer lines shall be green, imprinted with “SEWER LINE BURIED BELOW”. Terra Tape "D" by Reef Industries, Inc.; or equal. PART 3 - EXECUTION 3.01 CONTROL OF WATER A. All excavations shall be kept free from water and all construction shall be in the dry. 1. It should be presumed that the presence of groundwater will require dewatering operations. Furnish, install, maintain, and operate all necessary pumping and other equipment for dewatering all excavations. At all times have on the project sufficient pumping equipment for immediate use. 2. Provide a sufficient number of pumps so as to hold the groundwater level at an elevation of not less than 1 foot below the lowest elevation of the pipe or other material to be placed. 3. Dispose of water in such a manner as to cause no injury or nuisance to public or private property, or be a menace to the public health. 4. The dewatering operation shall be continuous, so that the excavated areas shall be kept free from water during construction, while concrete is setting and achieves full strength, and until backfill has been placed to a sufficient height to anchor the work against possible flotation. 5. Continue dewatering during backfilling operations such that the groundwater is at least 1 foot below the level of the compaction effort at all times. No compaction of saturated materials will be allowed. 6. Dewatering devices must be adequately filtered to prevent the removal of fines from the soil. 7. The Contractor shall be responsible for any damage to the foundations or any other parts of existing structures or of the new work caused by failure of any part of the Contractor's protective works. After temporary protective works are no longer needed for dewatering purposes, they shall be removed by the Contractor. 8. If pumping is required on a 24-hour basis, requiring engine drives, then engines shall be equipped in a manner to keep noise to a minimum. Refer to Section 01140 for noise control requirements. 9. Prevent disposal of sediments from the soils to adjacent lands or waterways by employing whatever methods are necessary. B. The Contractor shall be responsible for furnishing temporary drainage facilities to convey and dispose of surface water falling on or passing over the site. Earthwork for Pipelines 02302 - 4 Job No. 1345001.00 3.02 EXISTING UTILITIES A. General: The known existing buried utilities and pipelines except building connections are shown on the Drawings in their approximate location. The Contractor shall exercise care in avoiding damage to all utilities as he will be held responsible for their repair if damaged. There is no guarantee that all utilities or obstructions are shown, or that locations indicated are accurate. Utilities are piping, conduits, wire, cable, poles, ducts, manholes, pull boxes and the like, located at the project site and adjoining said site and along the pipeline right-of-way. B. Check on Locations (Potholing): 1. Contact all affected utility owners and request them to locate their respective utilities prior to the start of "potholing" procedures. The utility owner shall be given 7 days written notice prior to commencing potholing. If a utility owner is not equipped to locate its utility, the Contractor shall locate it with the written permission of the utility agency. 2. Clearly paint the location of all affected utility underground pipes, conduits and other utilities on the pavement or identify the location with suitable markers if not on pavement. In addition to the location of metallic pipes and conduits, non-metallic pipe, ducts and conduits shall also be similarly located using surface indicators and detection tape, if present, and shall then be similarly marked. 3. After the utility survey is completed, commence "potholing" to determine the actual location and elevation of all utilities where crossings, interferences, or connections to the new pipelines are shown on the Drawings, marked by the utility companies, or indicated by surface signs. Prior to the preparation of piping shop drawings, or the excavating for any new pipelines or structures, the Contractor shall locate and uncover these existing utilities including services and laterals to a point 1 foot below the utility. Submit a report identifying each underground utility and its depth and station. Any variation in the actual elevations and the indicated elevations shall be brought to the Engineer's attention. 4. Excavations around underground electrical ducts and conduits shall be performed using extreme caution to prevent injury to workmen or damage to electrical ducts or conduits. Similar precautions shall be exercised around gas lines, telephone and television cables. 5. Excavations shall have surface dimensions of no more than 18" x 18". Air spades and vacuum excavators shall be used to limit the size of excavations and damage to adjacent facilities. Backfill after completing potholing. In existing streets, pavement thickness shall be 1” greater than existing. C. Interferences: 1. If interferences occur at locations other than shown on the Drawings, the Contractor shall notify the Engineer, and a method for correcting said interferences shall be supplied by the Engineer. Payment for interferences that are not shown on the plans, nor which may be inferred from surface indications, shall be in accordance with the provisions of the General Conditions. If the Contractor does not expose all required utilities prior to shop drawing preparation, he shall not be entitled to additional compensation for work necessary to avoid interferences, nor for repair to damaged utilities. Job No. 1345001.00 02302 - 5 Earthwork for Pipelines 2. Any necessary relocations of utilities, whether shown on the Drawings or not, shall be coordinated with the affected utility agency. The Contractor shall perform the relocation only if instructed to do so in writing from the utility and the Engineer. D. Shutdowns: Planned utility service shutdowns shall be accomplished during period of minimum use. In some cases this may require night or weekend work. Such work shall be at no additional cost to the Owner. Program work so that service will be restored in the minimum possible time, and shall cooperate with the utility companies in reducing shutdowns of utility systems to a minimum. 1. Disconnections: No utility shall be disconnected without prior written approval from the utility owner. When it is necessary to disconnect a utility, the Contractor shall give the utility owner not less than 72 hours notice when requesting written approval. The Contractor shall program his work so that service will be restored in the minimum possible time. E. Overhead Facilities: There are existing overhead electric and telephone transmission lines along the pipeline routes. These overhead utilities are shown on the Drawings. Extreme caution shall be used when working in the vicinity of overhead utilities so as to prevent injury to workmen or damage to the utilities. The Contractor shall be required to comply with the applicable provisions of the Occupational Health and Safety Administration when working anywhere on this project. F. Existing gas, water, sewer and telephone house laterals are not specifically shown on the Drawings but may exist along the pipeline routes. Protect all service laterals from damage due to construction operations. If any laterals are damaged, notify the Engineer and the affected utility immediately. The cost of repair shall be borne by the Contractor. 3.03 GENERAL CONSTRUCTION REQUIREMENTS A. Site Access: Access to the site will be over public and private roads. Exercise care in the use of such roads and repair at own expense any damage thereto caused by Contractor’s operations. Such repair shall be to the satisfaction of the owner or agency having jurisdiction over the road. Take whatever means are necessary to prevent tracking of mud onto existing roads and keep roads free of debris. B. Traffic Regulation: Provide such flagmen, patrols, pilot cars, drivers, lighted barricades, flares, lights, warning signs, and safety devices as may be required for control of traffic adjacent to all areas of work. A minimum of one lane of traffic shall be kept open at all times on public roads, refer to Section 01550 for Traffic Regulation. C. Barriers: Barriers shall be placed at each end of all excavations and at such places along excavations as may be necessary to warn all pedestrian and vehicular traffic of such excavations. Lights shall also be placed along excavations from sunset each day to sunrise of the next day until such excavation is entirely restored. D. Access: Free access must be maintained to all fire hydrants, water valves and meters, and private driveways. Earthwork for Pipelines 02302 - 6 Job No. 1345001.00 E. Open Trench Limitations: The Engineer shall have the authority to limit the amount of trench to be opened or left open at any one time. In public roads, excavation and pipe laying shall be coordinated to the end that a minimum of interference with public traffic will result. In existing streets and parking areas, the contractor must adhere to the limitations as set forth in the Memorandum of Understanding between The Owner and affected property owners and included in the Site Certificate. An open trench in existing streets shall be defined as any trench which has not been completely backfilled, satisfactorily compacted, and capped with at least 1-inch of temporary paving (cutback) or first lift of permanent pavement. In the remaining areas of the project, no more than 1,000 feet of trench shall be open at any one time on any single heading. Refer to Section 01550. F. Demolition of Pavement: Where trenching or excavation occurs in paved areas, the pavement shall be scored and broken ahead of the trenching or excavation operation. The extent of paving removed shall be limited to the minimum necessary for the excavation. G. Dust Control: Take proper and efficient steps to control dust. H. Permits: Refer to General Conditions. I. Storage of Materials: Excavated materials unsuitable for backfill shall not be stored on existing streets, and shall be disposed of immediately. Neatly place excavated materials far enough from the excavation to prevent stability problems. Keep the materials shaped so as to cause the least possible interference with drainage or the normal use of adjacent properties, structures or roadways. J. Temporary Pavement: Unless otherwise indicated in the Memorandum of Understanding between Owner and affected property owners, refer to the Site Certificate. Place temporary pavement or first lift of permanent pavement on trenches in existing streets within 24 hours after the trench has been backfilled. Maintain temporary pavement until permanent pavement is to be placed. 3.04 TRENCH EXCAVATION A. Excavation for pipe shall be in open cut except where indicated on the Drawings. The trench shall be as wide as necessary for sheeting and bracing and the proper performance of the work up to the maximum width permitted by the typical cross- sections shown on the Drawings. The sides of the trenches shall be vertical in existing streets. The bottom of the trench shall be constructed to the grades and shapes indicated on the Drawings. Should the Contractor desire to use other equivalent methods, he shall submit his method of construction to the Engineer for favorable review prior to its use. B. Take care not to over-excavate. Accurately grade the bottom of the trenches to provide uniform bearing and support for each section of the pipe at every point along its entire length, except for the portions of the pipe sections where it is necessary to excavate for bell holes and for the proper sealing of pipe joints, and as hereinafter specified. Dig bell holes and depressions for joints after the trench bottom has been graded, and, in order that the pipe rest on the bedding for as nearly its full length as practicable, bell holes and depressions shall be only of such Job No. 1345001.00 02302 - 7 Earthwork for Pipelines length, depth and width as required for properly making the joint. Remove stones as necessary to avoid point bearing. C. Backfill and compact over-excavations to 95% relative compaction with bedding material. There shall be no additional payment to the Contractor for over- excavations not directed by the Engineer. Remove unsatisfactory material encountered below the grades shown as directed by the Engineer and replace with bedding material. Payment for removal and replacement of such unsatisfactory material directed by the Engineer shall be made in accordance with the provisions of the General Conditions. D. Grade trenches so that they are uniformly sloped between the pipe elevations shown on the Drawings. Comply with the minimum and maximum trench widths shown on the Drawings. Notify the Engineer if the trench width exceeds the maximum allowable width for any reason. E. Provide ladders for access to the trench by construction and inspection personnel. 3.05 EXCAVATION FOR STRUCTURES A. All excavation for structures shall be done to the dimensions and levels indicated on the Drawings or specified herein. Excavate to such width outside the lines of the structure to be constructed as may be required for proper working methods, the erection of forms and the protection of the work. B. Take care to preserve the foundation surfaces in an undisturbed condition. If the Contractor over-excavates or disturbs the foundation surfaces without written authorization of the Engineer, he shall replace such foundations with concrete fill or other material approved by the Engineer in a manner which will show by test an equal bearing value with the undisturbed foundation material. No additional payment will be made for the added quantity of concrete fill or other material used because of over-excavation. C. Inspection of Excavation: Notify the Engineer when excavation for the structure is complete. No forms, reinforcing steel, concrete, or precast structure shall be placed until the excavation has been inspected and approved by the Engineer. D. Where unsatisfactory material is encountered below the grades shown for structural excavations, it shall be removed and replaced with selected material as directed by the Engineer and compacted. Payment for removal and replacement of such unsatisfactory material directed by the Engineer shall be made in accordance with the provisions of the General Conditions. 3.06 BACKFILL AND COMPACTION A. Place bedding and backfill materials true to the lines, grades, and cross-sections indicated on the Drawings and compacted to the degree specified in this Specification and in Section 00100. Place bedding and backfill materials in horizontal lifts not to exceed 6 inches in thickness measured before compaction. The difference in level on either side of a pipe shall not to exceed 4 inches. Earthwork for Pipelines 02302 - 8 Job No. 1345001.00 B. Backfill material shall not be placed over the pipe until after it has been inspected and approved by the Engineer. C. It shall be incumbent upon the Contractor to protect the pipe from damage during the construction period. It shall be his responsibility to repair broken or damaged pipe at no extra cost to the Owner. Tamping of backfill over the pipe shall be done with tampers, vibratory rollers and other machines that will not injure or disturb the pipe. Carefully place backfill around and over the pipe and do not allow it to fall directly upon the pipe. D. Do not allow construction traffic nor highway traffic over the pipe trench until the trench backfill has been brought back even with existing adjacent grade. E. Add water to the backfill material or dry the material as necessary to obtain the optimum moisture content for the compaction shown on the Drawings or specified. If the Engineer determines that the nature of the ground in which the trench lies precludes compaction of the backfill to the specified density, the backfill shall be compacted to the maximum practicable density. Employ such means as may be necessary to secure uniform moisture content throughout the material of each layer being compacted. After the material has been moisture conditioned, compact it with compaction equipment approved by the Engineer to achieve specified compaction. The Contractor shall be responsible for obtaining the densities specified. Should the Contractor fail, through negligence or otherwise, to compact to specified density, or to backfill and compact to surface grade, thus permitting saturation of the backfill material from rains or from any other source, the faulty material shall be removed and replaced with approved material which shall be compacted to the specified density at optimum moisture content, and no additional payment will be made for doing such work or removal and replacement. F. Compaction by flooding, ponding or jetting will not be permitted. G. For all piping or conduits to be placed in any excavated and backfilled area, such as at manholes or for building connections, the structural backfill shall be first compacted to a level at least 3 feet from the top of the piping or conduit elevation and then retrenched to pipe grade. H. Compact backfill for structures to 95% relative compaction. 3.07 SUPPORT OF EXCAVATIONS A. Adequately support excavation for trenches and structures to meet all applicable requirements in the current rules, orders and regulations. Excavation shall be adequately shored, braced and sheeted so that the earth will not slide or settle and so that all existing structures and all new pipe and structures will be fully protected from damage. Keep vehicles, equipment and materials far enough from the excavation to prevent instability. B. In areas where the Contractor encounters high groundwater table, take all necessary measures to protect excavations and adjacent improvements from running, caving, boiling, settling, or sliding soil resulting from the high groundwater table and the nature of the soil excavated. C. The support for excavation shall remain in place until the pipeline or structure has been completed. During the backfilling of the pipeline or structure, the shoring, Job No. 1345001.00 02302 - 9 Earthwork for Pipelines sheeting and bracing shall be carefully removed so that there shall be no voids created and no caving, lateral movement, or flowing of the subsoils. 3.08 ROCK SUBGRADE UNDER STRUCTURES A. Place a 6-inch layer of crushed rock, compacted to 95% relative compaction, under structures. 3.09 FINISH GRADING A. Except where shown otherwise in the Drawings, restore the finish grade to the original contours and to the original drainage patterns. Grade surfaces to drain away from structures. The finished surfaces shall be smooth and compacted. 3.10 DISPOSAL OF EXCAVATED MATERIAL A. Dispose of unsuitable material or excavated material in excess of that needed for backfill offsite in accordance with the requirements of Section 01140. END OF SECTION Earthwork for Pipelines 02302 - 10 Job No. 1345001.00 SECTION 02370 SLOPE PROTECTION PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Provide all labor, materials, equipment, tools and related items required to furnish and install seeding and gabion structures slope protection. 1.02 REFERENCES A. State of Texas, Department of Transportation, Standard Specifications (Standard Specifications) 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit the following under the Product Information category. 1. Samples: Furnish such quantities of construction materials as may be required by the Engineer for test purposes. The Contractor shall cooperate with the State and furnish necessary facilities for sampling and testing of all materials and workmanship. All materials furnished and all work performed shall be subject to rigid inspection, and no materials shall be used in the construction work until it has been inspected by the Engineer. 2. Submit a signed certification from each source of supply for each material indicating that the material meets the Specification requirements. 3. Gabion layouts shall be provided to an engineering scale showing the type of gabions used, stone gradation, cell/diaphragms planned. The layout shall include plan and sections showing the extent and location approximately to scale. The layout drawing shall show the connections to the existing gabions, and custom fit segment to complete the system. The submittal will be reviewed and approved by the Engineer prior to installation. PART 2 - PRODUCTS 2.01 SEEDING A. Hydromulch Seeding Mixture: Minimum, 85% germination. 1. Erosion Control Seed Mix: Apply mixture at the rate of 50 pounds per acre. The seed used on this project will conform to ITEM 164.2 Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation. The seed mix shall be as follows: a. Seed for Fall planting (temporary) shall be one (1) or more of the following small grains as designated by the Engineer: Wheat (120 lbs/acre), oats (128 lbs/acre), rye (112 lbs/acre), or barley (114 lbs/acre). b. Seed for spring planning (permanent) shall be Bermuda Grass (50 lbs of pure live seed per acre). Job No. 1345001.00 02370 - 1 Slope Protection c. Fertilizer: Commercial fertilizer with the following guaranteed chemical analysis. Apply at a rate of 300 lbs/acre. Ingredient Percentage Nitrogen 16 Phosphoric Acid 20 Water Soluble Potash 0 2. Soil Stabilizing Agent: A mixture of 100% organic, water soluble alginic acids derived from cold water kelps. 3. Fiber: a. Green colored, fibrous, wood cellulose mulch containing no other growth or germination inhibiting factors and manufactured in such a manner that after addition and agitation in slurry tanks with fertilizer, seed, water, and other approved additives, the fibers in the material will become uniformly suspended to form a homogeneous slurry; and that when hydraulically sprayed on the ground, the material will form a blotter-like ground cover impregnated uniformly with seed; and which after application, will allow the absorption of moisture and allow the rainfall to percolate to the underlying soil. b. Cellulose shall be certified to indicate that laboratory and field testing of the product has been accomplished and that it meets all of the foregoing requirements based on testing. Weight specifications of this material from suppliers and for all application shall refer only to air dry weight of the fiber material. c. Absolute air dry weight is based on the normal standards of the Technical Association of the Pulp and Paper Industry for wood cellulose and is considered equivalent to 10% moisture. Each package of the cellulose fiber shall be marked by the manufacturer to show the air dry weight content. d. Apply at a rate of 1,500 lbs/acre. e. Water: Clean, potable. Add to the slurry mixture in sufficient amount to spread uniformly the required quantity of hydromulch solids. 2.02 RIPRAP A. Riprap: 1. Provide in accordance with ITEM 432 Standard Specifications for Construction of Highways, Streets and Bridges, Texas Department of Transportation. B. Filter Blanket: Clean, hard, durable sand and gravel free of organic material, clays or other deleterious substances, with a minimum Durability Index of 40 and a minimum specific gravity of 2.5. The material shall conform to the following gradation. It shall not be gap graded. Sieve Size Percent Passing by Weight 8 inch 100 6 inch 93 – 100 4 inch 83 – 98 2 inch 63 – 80 ¾ inch 35 - 55 No. 4 2 – 5 Slope Protection 02370 - 2 Job No. 1345001.00 Sieve Size Percent Passing by Weight No. 10 0 - 10 2.03 GABION STRUCTURES A. Gabions: 1. Gabions shall consist of uniform hexagonal shaped wire mesh woven in a double twist pattern with openings approximately 3-1/4 inches by 4-1/2 inches. The mesh shall be fabricated in such a manner as to be non-raveling and designed to provide the required flexibility and strength. 2. Gabions are to be of single unit construction that when assembled will form a rectangular gabion with a minimum thickness of 12 inches. The base, end and sides are to be either woven into a single unit, or one edge of these members connected to the base section of the unit in such a manner that strength and flexibility at the point of connection is approximately equal to that of the mesh. The lid for revet gabions may be of separate construction. Where the length of the gabion exceeds its horizontal width, the gabion is divided into compartments of approximately equal size by diaphragms, using the same mesh and gauge as the body of the gabion, into cells whose length does not exceed the horizontal width. The diaphragms shall be secured in proper position on the base in such a manner that no additional tying is necessary. 3. All perimeter edges of the wire mesh shall have a heavier selvage wire woven into the mesh panel. 4. All cut edges of the mesh shall be securely attached to a selvage wire by a minimum of two complete turns of the wire mesh around the salvage wire. 5. All wire used in the construction of galvanized gabions, including the wire, shall be equal to or exceed Federal Specifications QQ-W-461h, wire, steel, carbon, including the following specified requirement: Finish 5, Class 3 weight of zinc coating. 6. Wire used in the construction of galvanized gabions, shall meet the following diameters: Mesh Wire Nominal 0.118" + 0.004" or approximately U.S. 11 gauge Selvedge Wire Nominal 0.1535" + 0.004" or approximately U.S. 9 gauge Tie Wire Nominal 0.086" + 0.004" or approximately 13-1/2 gauge 7. PVC coated gabions shall meet all requirements of galvanized gabions, except wire diameter for the mesh wire shall be approximately 0.106" + 0.004". Wire diameter for selvedge wire shall be approximately 0.134" + 0.004". The wall thickness of one side for the PVC coating shall be not less than 0.014". 8. All testing of wire diameters shall be prior to fabrication. 9. Tie wire shall be supplied for securely fastening all edges of the gabion baskets and diaphragms. Tie wire shall be included in sufficient quantity for tying all gabion baskets in accordance with the specifications. No other wire except of the type supplied with the gabions shall be used. No clips, rings, or fasteners made of wire other than the tire wire furnished with the gabions may be used. 10. Gabions furnished by manufacturer shall be of uniform size and subject to dimension tolerance limit of plus/minus 5 percent. The gabions shall be certified by a notarized affidavit of manufacturer showing compliance with specification requirements. Job No. 1345001.00 02370 - 3 Slope Protection B. Gabion Rock: 1. The rock for gabions shall be hard, angular to round, durable and of such quality that they not disintegrate on exposure to water or weathering during the life of the structure. Gabion rocks shall range between 4-inch to 8-inch in size (3-inch to 5-inch rock shall be used for gabion heights of up to 18-inches). The range in sizes shall allow for a variation of 5% oversize and/or 5% undersize rock, provided it is not placed on the gabion exposed surface. The size shall be such that a minimum of three layers of rock much be achieved when filling the gabions. Prior to placing the rock, samples shall be delivered to the site and shall be approved for gradation and appearance. C. Geotextile Fabric: 1. Geotextile fabric shall be placed on the back of the gabion baskets and under the gabion mattresses. The fabric used shall be Trevira S/1114. D. Filter Blanket Material: 1. Refer to section 2.02, B. 2. The Owner will perform their testing in order to determine the acceptability of the material. In the event the materials fail to meet the requirements specified, the tests shall be at the expense of the Contractor 3. Install filter blanket material to a 8-inch minimum thickness, unless otherwise noted. PART 3 - EXECUTION 3.01 SEEDING A. Preparation of Slopes: 1. Dress and grade the slopes to provide a uniform surface and slope. Do not compact the surface. 2. Thoroughly water the slopes for one week prior to seeding. Take care not to cause erosion or otherwise damage the slope profile and integrity. B. Hydromulch Seeding Installation: Fall planting will be temporary only and will be required if construction is completed between May 15 and November 30. The fall planting is to be followed by a spring planting of perennial vegetation. For Spring planting, if construction is completed between November 30 and May 15, or after a temporary fall planting has been made. 1. Apply erosion control seed mix at the specified rate. 2. Equipment: Use hydraulic equipment for the application of the fertilizer, seed, and slurry of prepared wood pulp of the type approved by the Engineer. This equipment shall have a built-in agitation system and operating capacity sufficient to agitate, suspend and homogeneously mix a slurry containing up to 40 pounds of fiber plus combined total of 70 pounds fertilizer solids for each 100 gallons of water. The slurry distribution lines shall be large enough to prevent stoppage and equipped with a set of hydraulic spray nozzles which will provide a continuous non-fluctuating discharge and delivery of the slurry of the prescribed quantities uniformly, without misses, waste, or erosion. The slurry tank shall have a minimum capacity of 1,000 gallons and be mounted on a traveling unit which may be either self-propelled or drawn with a separate unit which will place the slurry tank and spray nozzles within sufficient proximity to Slope Protection 02370 - 4 Job No. 1345001.00 the areas to be seeded so as to provide uniform distribution. The Engineer may allow equipment with smaller tank capacity provided that the equipment has the necessary agitation system and sufficient pump capacity to spray the slurry in a uniform coat. C. Preliminary Inspection: Notify the Engineer 48 hours in advance of all seeding inspection and favorable review of the completed work shall begin the plant establishment period. D. Plant Establishment Maintenance: 1. General plant maintenance shall immediately follow seeding and continue until seeded areas are 85% germinated and covered with acceptable stands of grass and clover. 2. Protect areas against all damage, including erosion and trespass, and provide proper safeguards. Maintain and keep in good repair all temporary barriers erected to prevent trespass. Check all barriers and temporary fencing daily, and make immediate repairs or replacements. 3. Repair all damage to seeded areas. 4. Irrigate if necessary to maintain minimum moisture depth in soil of 6 inches to insure vigorous growth. 5. Continue maintenance for at least 45 days or until the grass is established. 6. Control competitive weed growth during the establishment period by mowing and/or with herbicides. Chemical usage shall be in accordance with the current recommendations of the Texas Agricultural Experiment Station or local Soil Conservation Service Field Office Technical Guides. Strictly adhere to all Federal, State, and local laws governing herbicides. 7. Weed control shall be the Contractor’s responsibility whether topsoil is from on- site or off-site sources and also for seeded areas which are specified not to receive topsoil. E. Final Inspection and Acceptance: Final inspection will be conducted upon completion of maintenance replacements, and corrective work. Five (5) days notice shall be given. If project improvements, corrective work, and maintenance have not been performed as specified and to the satisfaction of the State, maintenance shall continue at Contractor's expense until such time as work has been successfully completed. F. Guarantee and Replacement: 1. Guarantee all planting to be in a healthy, thriving condition until the end of the maintenance period or beyond that time until active growth is evident and for one (1) year from date of acceptance. 2. Replace all seeded areas not in vigorous condition as soon as directed by Engineer. Repair any erosion in areas where grass does not become established. Seed mixture used for replacement must be of the same kind and quantity as specified in this section. 3.02 RIPRAP INSTALLATION A. Foundation Preparation: Trim and dress the slopes to conform to cross sections shown on the Drawings. Where such areas are below the allowable minus tolerance limit, they shall be brought to grade by filling with earth similar to the adjacent material and compacted to a comparable density. Immediately prior to Job No. 1345001.00 02370 - 5 Slope Protection placing the filter rock, the prepared base will be inspected by the Engineer, and no material shall be placed thereon until that area has been approved. B. Filter Blanket: Spread filter uniformly on the prepared base to the slope lines and grades indicated on the Drawings. Placing of material by methods, which will tend to segregate particle sizes within the filter rock layer will not be permitted. Any damage to the surface of the base during placing of the filter layer shall be repaired before proceeding with the work. Compaction of the filter rock layer will not be required, but it shall be finished to present a reasonably even surface free from mounds or windrows. C. Riprap: Place rock for riprap on the filter blanket in such a manner as to produce a reasonably well graded mass of rock with the minimum practicable percentage of voids. Comply with the following tolerance to the lines and grades shown on the Drawings. A tolerance of plus 3 inches or minus 0 inches from the slope lines and grades shown on the Drawings will be allowed in the finished surface of the riprap. Place riprap to its full course thickness in one operation and in such a manner as to avoid displacing the filter rock material. Distribute the larger rocks over the entire surface. The entire mass of rocks in their final position shall be roughly graded to conform to the gradation specified. The finished riprap shall be free from pockets of small stones and clusters of larger stones. Placing riprap in layers will not be permitted. Placing riprap by dumping into chutes or by similar methods likely to cause segregation of the various sizes will not be permitted. The desired distribution of the various sizes of rocks throughout the mass shall be obtained by selective loading of the material at the quarry or other source; by controlled dumping of successive loads during final placing; or by other methods of placement, which will produce the specified results. Rearranging of individual stones by mechanical equipment or by hand will be required to the extent necessary to obtain a reasonably well-graded distribution of rock sizes as specified above. Maintain the riprap protection until the Contract is accepted. Replace any material displaced by any cause to the lines and grades shown on the Drawings. 3.03 INSTALLATION OF GABION STRUCTURES A. General: The gabions shall be placed in accordance with the size and type as shown on the plans. The placement shall be in close conformity to the line and grade shown on the plans and cross sections and shall be in strict accordance with these specifications. In fill areas within 2 feet of the gabion mattress, soil below gabion shall be compacted to 95% density, at -2% to +3% of optimum moisture. B. Geotextile Fabric Placement: After excavation to grade has been performed, the geo-textile fabric shall be placed with a minimum overlap of 18 inches. The geotextile fabric shall be secured by pins or other suitable means before placing gabions. C. Assembly: The gabions are supplied folded flat and packed in bundles. The units are assembled individually by erecting the sides, ends, and diaphragms, ensuring that all panels are in the correct position, and the tops of all sides are aligned. The four corners shall be connected first, followed by the internal diaphragms to the outside walls. All connections should use lacing wire or fasteners as specified. Tie all diaphragms and panels to the sides of the gabion by the specified tying method. Slope Protection 02370 - 6 Job No. 1345001.00 D. Tying Method: Cut off a piece of wire approximately 1.5 times the length of the edge to be tied. The tie wire should be secured around the selvedge wire and lacing should proceed with alternate single and double loops. Allow spaces of 5-inches between loops. Care should be taken to avoid damaging the wire coating. Secure the end of the wire by again looping and twisting. No other wire except the type supplied with the gabions shall be used. No clips, rings and other fastening devices, made other than the tie wire furnished with the gabions may be used. Special attention shall be given that all gabions are tied in this manner. Proper tying of the gabions at all steps in construction is critical to the performance of the finished gabion structure. E. Gabion Placement: After the gabions have been assembled, the gabions shall then be placed in position empty and shall be tied together, each to its neighbor along all contacting edges in order to form a continuous connection structural unit. Gabions 3 feet high, that are to be placed in a straight row, are to be stretched in the following manner before being tied to the adjacent gabions. Tie together approximately 50 feet of gabions and fill one gabion cell at the end to hold the row in place or tie the end gabion to an existing gabion already filled and then stretch the row of gabions with a come-a-long or other suitable means until the row of gabions is stretched sufficiently to remove all kinks. Do not overstretch. A frame or other suitable means shall be used to avoid deformation of the end cell when stretching the gabions. While maintaining tension, tie the row of gabions to its neighbor along all contacting edges F. Filling the Gabions: When the assembled empty gabions have been installed, the gabions shall then be filled in the following manner. The gabions may be filled by machine, but shall be filled in 12-inch layers. Care shall be taken when placing the rock into the gabions to ensure that the gabions are not damaged or bent. Edges of gabions and diaphragms may be protected by tying steel reinforcement to the gabions or other suitable means. Sufficient hand manipulation for the rock shall be performed in each 12-inch layer of rock to minimize voids and result in a maximum density of the rock in the gabion. Retaining walls shall have the rock in vertical outside surfaces placed by hand with large rock in order to achieve the best appearance. It is critical to the performance of the finished gabion structure that the gabions are filled to their maximum with the voids in the gabion minimized by the manipulation of the rock. In gabions that are 3 feet high, a looped inner tie wire shall be installed in each cell connecting to front and back faces and any unsupported face every 12 inches of vertical height (see figure at end of this section). Individual cells may not be filled more than 12 inches above any adjacent cell unless looped inner tie wires run in both directions. Care shall be taken that the individual cells do not bulge outward and that the rows are straight, level, and have square corners. G. Closing the Gabions: When each gabion has been filled to its maximum, which is slightly higher than the sides, and surface leveled with a minimum amount of voids, the lids shall be pried down and over with a bar or lid closing tool until the edge of the lid and the edge of the basket are together. It should require a light stretching in order to bring the two gabion pieces together. The heavy projecting wire on the lid shall then be twisted around the heavy wire on the sides two (2) complete turns and the lid shall then by tied to the sides and tops of the diaphragms in the same Job No. 1345001.00 02370 - 7 Slope Protection manner as the baskets are assembled. The lids of the gabions shall also be tied together, each to its neighbor along all contacting edges to ensure the formation of a continuous connecting structural unit. Special attention shall be given that all projecting sharp ends of wire are turned in. H. Cutting the Gabions: Gabions may be cut to form curves or bevels. Retying shall be in manner to produce a closed cell and retying of the gabion shall be in the same manner as the assembly. Excess mesh wire shall be cut off or be tightly and neatly laced down. END OF SECTION Slope Protection 02370 - 8 Job No. 1345001.00 SECTION 02373 DRILLED PIERS PART 1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidents necessary to install reinforced concrete drilled piers. Work shall include drilled excavation, groundwater control and dewatering, reinforcing steel, concrete, steel casing, and all other work necessary to provide drilled piers in place as specified herein and as shown on the Drawings. 1.02 RELATED WORK A. Section 01300 - Submittals. B. Division 2 –Sitework. C. Division 3 - Concrete. 1.03 REFERENCED STANDARDS A. American Concrete Institute (ACI): 1. 305R, Hot Weather Concreting. 2. 306R, Cold Weather Concreting. 3. 318 - Latest Edition, Building Code Requirements for Reinforced Concrete. 4. 336.1 - Standard Specifications for the Construction of Drilled Piers. B. American Society for Testing and Materials (ASTM): 1. A36, Specification for Structural Steel. 2. A252, Specification for Welded and Seamless Steel Pipe Piles. 1.04 SUBMITTALS A. Shop Drawings: 1. Fabrication and/or layout drawings. a. Log of installation of all drilled piers. b. Shop drawings of all reinforcing, anchor bolts, dowels, and accessories required for the drilled piers. 2. Product technical data including: a. Acknowledgment that products submitted meet requirements of standards referenced. b. Manufacturer’s installation instructions. 3. Certifications. 4. Test reports. Copies of concrete strength tests for concrete placed in the drilled piers. 5. Concrete mix design as per Section 03300. Job No. 1345001.00 02373 - 1 Drilled Piers 1.05 DEFINITIONS A. Installer or Applicator: Installer or applicator is the person actually installing or applying the product in the field at the Project site. Installer or applicator are synonymous. 1.06 QUALITY ASSURANCE A. Qualifications: 1. Installer to have a minimum of 5 years experience in installing drilled piers in soils similar to those to be encountered on this Project site. 2. Submit written description of equipment and techniques proposed for use and names of three similar projects completed in last three years. B. Quality of Work: Drilled pier construction shall conform to the requirements of ACI 336.1, except as modified for herein. C. Pre-Construction Conference: 1. The Contractor shall schedule a pre-construction conference between the Contractor and Owner’s Representative to discuss the methods of construction to be used for drilled pier construction as specified herein. D. Inspection: Conformity to the Drawings and Specifications will be determined as follows: 1. Each shaft will be inspected by the Owner’s Geotechnical Engineer for condition of bearing strata and for debris and standing water prior to concrete placement. 2. Measurement of the drilled shaft shall be made for size, depth, vertical alignment and uniformity. All piers shall be drilled to depth shown on the Drawings at a minimum. 3. Reinforcing cages shall be checked for proper spacing, clearance, length and general conformance to the Drawings. 4. Concrete placement shall be monitored for actual quantity placed. 5. Slump tests and concrete test cylinders shall be taken for each pier. 1.07 DRILLED PIER MEASUREMENT AND PAYMENT A. Payment of drilled piers will be made at the bid unit price per linear foot of “Drilled Piers” of the specified diameter as indicated on the Drawings. Acceptable drilled piers, complete in place, will be measured from the top of pier elevation to the bottom pier elevation as shown on the Drawings. Additional length required by the Owner’s Representative due to inadequate bearing material will be measured by the actual linear feet in place below the bottom elevation as shown on Drawings and paid at the bid unit price per linear foot. Additional pier length provided beyond the elevations shown on the drawings due to Contractor’s error will not be measured and will not be paid. B. The unit bid price for drilled piers shall include pier drilling; excavation for bells if required; removing excavated material; furnishing and placing casing; Drilled Piers 02373 - 2 Job No. 1345001.00 dewatering where necessary; furnishing and placing concrete; reinforcing steel; dowels; and furnishing all labor, equipment and installation supervision. No extra payments will be made for steel casing left in place. C. No payment will be made for the following items: 1. Any drilled pier length extending above cut off elevation indicated. 2. Drilled pier lengths resulting from Contractor over drilling a pier. 3. Drilled piers placed outside of specified tolerances. 4. Drilled piers disapproved by Engineer for reasons stated elsewhere in this Section. 5. Concrete placed prior to approval of bottom subgrade of pier by the Owner’s Representative. PART 2 PRODUCTS 2.01 CONCRETE A. Concrete: 1. 28-day minimum compressive strength: 4000 psi. 2. Comply with Section 03300. 3. Maximum slump: 6 inches. 4. Portland cement: Type I. 5. Concrete admixtures: Comply with Section 03300, when approved by Engineer. 2.02 REINFORCING STEEL A. Provide reinforcing steel conforming to requirements of Section 03200. Reinforcing sizes, number, configurations, spacing and lengths to be as indicated on submittal drawings. Splicing of pier steel shall not be allowed unless approved by the Engineer. 2.03 CASING A. Casing steel to conform with requirements of either ASTM A252, Grade 2, or ASTM A36. Weld sections of casing together with continuous full penetration welds to make all joints watertight. Include cost of casing in base bid. PART 3 EXECUTION 3.01 LINES AND LEVELS A. Furnish lines and levels necessary for drilled pier installation. Contractor is solely responsible for final placement and location of drilled piers. 3.02 INSTALLATION A. Provide drilled piers with straight shafts of uniform required diameter. Job No. 1345001.00 02373 - 3 Drilled Piers B. Drilled pier bottom elevation or elevations indicated on the submittal drawings are to be used as a guide. Final elevation or elevations of bottom of drilled piers will be as determined and directed by Owner’s Representative. C. Provide steel casing in drilled pier holes as required to allow cleaning and inspection of the bottom of each drilled pier to prevent caving in and to prevent entering of ground water into the drilled pier holes. Casing to be steel cylinders of adequate thickness as required to support all loadings encountered during drilled pier installation. D. Maintain bottom of drilled pier excavations free of loose, wet, soft or frozen materials, mud, snow and water until drilled pier concrete is placed. Prevent, by whatever means are necessary, the drilled pier bottom excavations from becoming loose, wet, frozen or soft before drilled pier concrete is placed. In no case shall there be more than a 2-inch depth of water at bottom of drilled pier at time of concrete placements. Excavate drilled pier bottoms to a level plane. E. Remove materials resulting from excavation for drilled piers to designated area. Remove excavated materials from around drilled pier holes as soon as excavation for holes has been completed. F. Provide gas testing equipment, ventilation equipment, protective cage, and other safety equipment required for any operations necessitating entry into drilled pier holes. G. Do not begin excavation for any drilled piers until the Owner’s Representative is present to witness the excavation. The bottom subgrade of each drilled pier at time of placing pier concrete shall be at an elevation which will provide the drilled pier the following properties: 1. Free of loose, wet, soft or frozen materials. 2. Free of water exceeding a 2 inch maximum depth. 3. Is at a minimum depth into the subgrade as shown on the drawings. H. Do not place drilled pier concrete until the Owner’s Representative approves the bottom elevation of the drilled pier for the above requirements. I. When drilled pier bottom elevation does not meet the requirements of this Section, take corrective action as directed by the Owner’s Geotechnical Engineer to bring bottom elevation into conformance with requirements. J. Place steel reinforcing cage in drilled pier holes as indicated after Owner’s Representative has accepted drilled pier bottom subgrade. Adequately support reinforcement by means to ensure indicated vertical position, concentric alignment and required concrete cover over reinforcing steel. Provide additional reinforcing steel in drilled piers as directed by Engineer due to revised condition of drilled pier installation. Place all dowels and anchor bolts extending from tops of drilled piers immediately after concrete shaft has been fully placed. Drilled Piers 02373 - 4 Job No. 1345001.00 K. After approval of drilled pier bottom elevation is obtained, and reinforcing steel placed, place concrete as soon as possible. Concrete shall be placed in manner that will preclude segregation of concrete aggregates, infiltration of water and soil, or any other occurrence which would tend to decrease strength of concrete or supporting capacity of finished drilled pier. Limit concrete free fall to 4 ft. Cover open holes for protection of workmen, and to keep out foreign materials until concrete is placed. Concrete placement shall commence on the day and no later than 8 hours after completion of hole drilling, to avoid redrilling of hole. Place concrete in a continuous manner to prevent cold joints from forming. Do not allow concrete to free fall through reinforcing steel. L. When concrete free fall is potentially greater than 4 ft, use tremie method to place concrete. Use tremie pipe between 6 and 8 in dia. Provide positive control to ensure that bottom of tremie pipe is at all times below concrete surface. M. Vibrate top 10 ft of drilled pier concrete. Vibrate each 2 ft lift of this top 10 ft prior to subsequent concrete being placed. Perform vibration after casing has been withdrawn if casing is not permanent. N. Surface of drilled pier at cut off elevation to be level with diameter required by submittal drawings. Where top surface of drilled pier has a mushroomed configuration, remove excess concrete in such manner to prevent damage to top of drilled pier and to provide drilled pier of diameter required. O. If during drilling, an underground obstruction prevents shaft from being drilled to required depth, terminate shaft and fill with concrete. Notify Owner for the termination of drilled pier. A new drilled pier arrangement and foundation design shall be performed by the licensed Professional Engineer in the State where the project is located and retained by the Contractor to replace terminated shaft. P. Do not place concrete for drilled piers against soft, loose or frozen ground. Q. Do not use concrete which has had water added more than 1 hr before placement. R. After placement of concrete for a drilled pier is completed, cure exposed top surface of drilled pier of a minimum of 7 days. When outside temperature falls below 40°F, maintain temperature of exposed top surface of drilled piers at a minimum of 50°F during the curing period. Follow recommendations of ACI 306R for curing concrete in cold weather and recommendations of ACI305R for curing concrete in hot weather. 3.03 SUPERVISION AND INSPECTION A. Drilled pier installer to provide qualified, experienced person in his employ to supervise all drilling and concrete filling of all drilled piers. Job No. 1345001.00 02373 - 5 Drilled Piers 3.04 TOLERANCES A. Place each drilled pier plumb at locations indicated. Maximum allowable tolerance from true vertical measured from center of shaft shall not exceed more than 1.5 percent of the drilled pier depth. Shaft at cut off elevation shall not be off center horizontally from its required location more than 1/24 of shaft diameter or 2 in whichever is less. If tolerances are exceeded, Contractor will be required to replace piers. 3.05 CONCRETE STRENGTH TESTS A. Number of sets of concrete test cylinders to be cast and concrete strength testing to be performed shall be in accordance with Section 03300. Along with each set of cylinders, make one test each for slump, air content and concrete temperature. Submit all test results in accordance with Section 03300 and Section 01300. 3.06 DISAPPROVED DRILLED PIERS A. Drilled piers will be disapproved and replaced as directed by Engineer for following reasons: 1. Concrete not reaching minimum required 28-day compressive strength, or containing cracks, voids, soft materials, inclusions of earth or other foreign materials, or any other defect which, in the opinion of the Engineer, may affect the strength of the drilled pier. 2. Drilled piers out of horizontal and vertical alignment in excess of tolerances specified. 3. Drilled piers of improper size and depth, and drilled piers suspected to be of incorrect diameter due to any reason. B. Any additional drilled piers or additional construction required due to disapproved drilled piers will be placed by Contractor at no additional expense to Owner and no contract extension time will be allowed. 3.07 DRILLED PIER RECORDS A. Keep a log of each installed drilled pier including: 1. Drilled pier location by column grid lines or by other means. 2. Pier Reinforcing placed. 3. Bottom elevation of drilled pier. 4. Cut off elevation of drilled pier. 5. Total length of drilled pier from bottom to cut off elevation. 6. Diameter of drilled pier shaft, and bell diameter (if bell is required) 7. Depth of casing. 8. Deviation from allowable installation tolerances. 9. Stratigraphy of subgrade materials encountered during drilling. Drilled Piers 02373 - 6 Job No. 1345001.00 B. After all drilled piers are installed, submit copy of complete drilled pier logs to Engineer. END OF SECTION Job No. 1345001.00 02373 - 7 Drilled Piers THIS PAGE INTENTIONALLY BLANK Drilled Piers 02373 - 8 Job No. 1345001.00 SECTION 02445 JACKING AND BORING PART 1 – GENERAL 1.01 SUMMARY A. Section Includes: 1. Furnish and install steel conductor casings under roadways and other locations where indicated on the Drawings and in conformity with this specification. Conductor casings shall be smooth steel casing pipe designed by the Contractor for the loads to be imposed. The casings shall be installed by jacking using methods that will not disturb roadways, railroads or utilities. Any damages shall be immediately repaired at the Contractor's expense to the satisfaction of the agency or utility having jurisdiction. Jacking shall not interfere with highway or railroad traffic. 2. Perform work in accordance with the requirements of the local governing city requirements. B. Related Sections: 1. Section 02302: Earthwork for Pipelines 2. Section 02510: Water System Piping and Accessories 3. Section 02530: Sanitary Sewer Pipe 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. A252 Specification for Welded and Seamless Steel Pipe Piles B. American Water Works Association (AWWA): 1. C-206 Field Welding of Steel Water Pipe 2. C-210 Liquid Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. C. American Association of State Highway and Transportation Officials (AASHTO) D. American Railway Engineering Association (AREA) Manual for Railway Engineering E. Occupational Safety and Health Administration (OSHA) F. Nation Electrical Code – (NFPA 70) 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit a complete description of proposed installation methods and materials of casing pipes and other items to the Engineer prior to construction under the Product Review category. Submit for record purposes drawings and calculations for any tunnel support system designed by the Contractor. Drawings shall be adequate for Job No. 1345001.00 02445 - 1 Jacking and Boring construction, and include installation details. For pipe jacking, show pipe and pipe joint detail. Documents must be signed and sealed by a Professional Engineer registered in the State of Texas. Calculations shall include clear statement of criteria used for the design as described in Paragraph 1.05, Design Criteria. 1.04 QUALITY ASSURANCE A. Allowable Tolerances. Conductor casings shall not vary from the line established on the plans by more than 0.5 foot, nor from the grade established on the plans by more than 0.1 foot vertically. B. Construction along roads and railroads shall be performed in a manner that the excavated material be kept off the roads and railroads at all times, as well as all operating equipment. Construction shall not interfere with the operations of the roads and railroads. The Contractor shall confine operations within the construction easements and staging areas as shown on the plans. C. Contractor must submit record of experience for construction by other than open cut for casing pipe diameter greater than or equal to 36 inches. Contractor must have a minimum of 10 years experience in tunneling and/or jacking and boring construction, including experience within the past 5 years on Boring and Jacking similar sized casing with minimum of 3 projects for reference with contact information for verification. 1.05 PERMITS A. The work shall comply with the requirements of the applicable permitter. The work will be inspected by the permitter. Right of Entry shall be obtained in writing from all agencies prior to beginning the work, and copies shall be provided to the Engineer. The Contractor shall comply with the requirements of the local governing city. B. It shall be the Contractor's responsibility, at his own expense, to obtain any additional permits and agreement as required for the installation of conductor casings. 1.06 DESIGN CRITERIA A. Contractor is responsible for selection of the appropriate pipe and pipe joints to carry the thrust of any jacking forces or other construction loads in combination with overburden, earth and hydrostatic loads. Design of any pipe indicated on the Drawings considers in-place loads only and does not take into account any construction loads. The criteria for longitudinal loading (jacking forces) on the pipe and joints shall be determined by the Contractor, based on the selected method of construction. B. The jacked pipe shall be designed to withstand the thrust from the shield and pipe advance without damage or distortion. The propulsion jacks shall be configured so that the thrust is uniformly distributed and will not damage or distort the pipe. C. Take into account loads from handling and storing. Jacking and Boring 02445 - 2 Job No. 1345001.00 D. The criteria to be used at railroad crossings shall be Cooper E-80 locomotive loading distributions in accordance with AREA specifications for culverts. In the design, account for additive loadings due to multiple tracks. E. The criteria to be used for truck loading shall be HS-20 vehicle loading distributions in accordance with AASHTO. F. Provide pipes of diameter shown on the Drawings. PART 2 – PRODUCTS 2.01 CASING MATERIAL A. Pipe: Steel casing pipes shall have minimum yield strength of 35,000 psi and shall be smooth-welded steel pipe, conforming to ASTM A-36, ASTM A-568, ASTM A- 135, ASTM A-139 with watertight butt-welded seams and field joints. Field joints shall be watertight in accordance with AWWA C-206. After pipe is welded, coating and lining shall be repaired. The minimum casing inside diameter shall be as shown on the Drawings. The minimum pipe wall thickness shall be designed by the Contractor in accordance with Paragraph 1.06 Design Criteria, with a deflection of less than 3%. The minimum thickness shall not be less than 0.750 inches. B. Lining and Coating: Line and coat conductor casing pipe in accordance with AWWA C-210 or approved equal. 2.02 CARRIER PIPE SUPPORT A. Provide casing insulators to support the carrier pipe within the casing, to prevent the carrier pipe from floating, and to electrically insulate the carrier pipe from the casing. Insulators shall be designed and spaced to support the carrier pipe when full, with no water in the annular space. B. Insulators: Flanged steel bands with PVC insulating liner, and phenolic insulating runners. Steel bands shall be coated with heat-fused polyvinyl chloride, and nuts and bolts shall be painted with enamel after installation. PSI Industries; equivalent product by T.D. Williamson, Inc.; or approved equal. 2.03 GROUT A. Grout shall be non-shrink cement-sand grout as indicated in the Drawings. Grout shall only be used to fill any annular void between the casing pipe and bore. 2.04 CASING SEALS A. Seals shall be standard wrap around ends seals, made of synthetic rubber, with watertight seams and seals, and provided with stainless steel bands and clamps. PSI Industries Model W; equivalent product by T.D. Williamson; or approved equal. Job No. 1345001.00 02445 - 3 Jacking and Boring PART 3 – EXECUTION 3.01 JACKED CASING PIPE INSTALLATION A. Installation shall be appropriate for the specific subsurface conditions and shall result in a safe, expeditious, and non-disruptive crossing. Earth shall be removed by auguring, boring, or other favorably reviewed methods, and shall be in full accordance with the permit requirements of all affected utilities, companies and agencies. B. Install casing pipes in such a manner that they are not damaged or deflected to reduce their effective true circular diameter. Jacking pits of adequate size shall be excavated, and suitable backstops constructed therein to provide stable backings for hydraulic jacks. C. The diameter of the excavated hole shall not be more than 0.1-foot greater than the outside diameter of the pipe. Sluicing or jetting with water will not be permitted. When material tends to cave in from outside these limits, a shield shall be used ahead of the first section of pipe or the face of excavation shall not extend beyond the end of the pipe more than 1-1/2 feet, unless otherwise permitted by the Engineer. D. Where pilot hole method is applied, an approximate 2 inch pilot hole shall be bored the entire length of the crossing and shall be checked for line and grade on the opposite end of the bore from the work pit. This pilot hold shall serve as the centerline of the larger diameter hole to be bored. E. Fill any annular void between casing pipe and bore with pressurized 8 sack non- shrink grout. 3.02 INSTALLATION OF CARRIER PIPE A. Install the carrier pipe in the conductor casing on insulators of sufficient thickness to prevent the pipe from touching the casing as shown on the Drawings and to align the pipe to meet the grade shown on the Drawings. The final grade of the carrier pipe through the conductor pipe shall be favorably reviewed by the Engineer. On all bell and spigot pipe, insulators shall be installed behind each bell and one within 18 inches of each spigot end and have a maximum spacing of 10 feet center to center. Place an insulator within 6-inches of each end of the conductor casing. There shall be a minimum of two insulators installed or skids on each section of pipe. B. Where sections of conductor casings are joined by welding, touch up the coating, inside and outside with the same material, prior to recommencement of jacking operations. C. Install conductor casing end seals. Secure seals in place with stainless steel band. Make watertight by bonding together the exposed overlapping surfaces with a permanent sealing adhesive. Jacking and Boring 02445 - 4 Job No. 1345001.00 3.03 EXCAVATION AND BACKFILL OF JACKING PITS A. All earthwork for working pits for conductor casings shall be done in the dry in accordance with Section 02302, as modified below. 1. The location of the pit shall meet the approval of the Engineer. 2. Dimension of pits shall be as required for sheeting and bracing and for proper performance of the work. 3. Boring pits shall be dug with minimum length and width dimensions and to the depth necessary for installation of the boring and encasement to the proper grade. The boring pit shall be kept dry at all times. Where the bottom is not firm, a layer of crushed rock shall be placed on the bottom to provide working surface. Where a utility goes through a boring pit, it shall be adequately supported and protected. The distance that excavation shall extend beyond the end of the pipe depends on the character of material encountered, but it shall not exceed 2 feet in any case. 4. Boring pits shall be adequately shored to support the adjoining ground. All boring pits shall at all times be adequately barricaded from public access and for the protection of workers. 5. The pits of trenches excavated to facilitate these operations shall be backfilled immediately after the casing and carrier pipe installation has been completed. Backfill for the pit shall be as shown on the Drawings and as specified for trenches. END OF SECTION Job No. 1345001.00 02445 - 5 Jacking and Boring THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 02510 - 1 Water System Piping and Accessories SECTION 02510 WATER SYSTEM PIPING AND ACCESSORIES PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnish and install all piping, including fittings, valves, and accessories as shown on the Drawings, described in the Specifications and as required to completely interconnect all piping for a complete and operable system. B. Related Sections: 1. Section 02302: Earthwork for Pipelines 1.02 REFERENCES A. American Association of State Highway and Transportation Officials (AASHTO) B. American National Standards Institute (ANSI) C. American Society of Mechanical Engineers (ASME) D. ASTM International (ASTM) E. American Water Works Association (AWWA) F. NSF/ANSI Standard 61 Drinking Water System Components (NSF 61) 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Shop Drawings: 1. Layouts and schematics: Submit detailed installation drawings of all piping and connected equipment. The drawings shall include each pipe, all fittings, valves, and other appurtenances (Product Review submittal). 2. Submit data to show that the following items conform to the Specification requirements: a. Pipe, fittings, and accessories. b. Flexible couplings and flanged coupling adapters. c. Restrained joints. d. Valves. e. Air release valves. f. Pressure relief valves. g. Pressure reducing valves. h. Fire hydrants. i. Water meters. 3. Submit certified test reports as required herein and by the referenced standard specifications. 4. Disinfection schedule and procedures including: Water System Piping and Accessories 02510 - 2 Job No. 1345001.00 a. "Normal" disinfection procedure. b. Emergency disinfection procedure for mains and services which must be returned to service immediately. c. Disinfection schedule including number and type of services and length of disruption of service. d. Disinfecting agent(s). e. Method of disposal of chlorinated water. 5. All items that are submitted for use on water pipelines including, but not limited to, piping and valve linings, solvent cements, welding materials, gaskets and gasket lubricants, and additives in concrete or cement mortar shall be NSF certified for use in water systems. Submit proof of NSF certification for each item submitted. C. Manuals: The Contractor shall furnish manufacturer's installation and operation manuals, bulletins, and spare parts lists for the following items: 1. All valves over 4-inch size. 2. Air release valves. 3. Pressure relief valves. 4. Pressure reducing valves. 5. Water meters. D. Affidavits: Submit affidavits from the manufacturer of the following valves and meters: 1. Butterfly valves. 2. Gate valves. 3. Air release valves. 4. Pressure relief valves. 5. Pressure reducing valves. 6. Water meters. E. The preceding submittals shall be in the Product Information Category except where noted. 1.04 QUALITY ASSURANCE A. All materials and equipment furnished under this Section shall: (1) be of a manufacturer who has been regularly engaged in the design and manufacture of the materials and equipment for at least 5 years; and (2) be demonstrated to the satisfaction of the Engineer that the quality is equal to the materials and equipment made by those manufacturers specifically named herein, if an alternate product manufacturer is proposed. B. Factory Quality Control: The Contractor shall test all products as noted herein and by the reference specifications. C. Field Quality Control: 1. The Owner will: a. Perform bacteriological analysis for pipelines to be disinfected. Job No. 1345001.00 02510 - 3 Water System Piping and Accessories 2. The Contractor shall: a. Perform leakage tests. b. Be responsible for the costs of additional inspection and retesting by the Owner resulting from noncompliance. 1.05 POTHOLING (CHECK ON LOCATIONS) A. Do not prepare any shop drawings for, or make final order for, or design any pipe materials for any particular section of pipeline until all utilities in that section of pipeline have been exposed, as specified in paragraph 3.02 of Section 02302 and until such time as no interferences are found between said existing utilities and the proposed pipeline alignment. If interferences are found in any particular section of pipeline, do not prepare any shop drawings for, or make final order for, or design any pipe materials for that particular section of pipeline until the pipeline alignment has been modified by the Engineer to eliminate all such interferences. 1.06 CONSTRUCTION SCHEDULING/SEQUENCING A. Construction under this Contract involves expansion and/or modification of the existing water system which must continue to provide service to all buildings during construction. B. Connections and utilities changes must be programmed to provide the least possible interruptions of service. Prior to any shutdown, all materials, fittings, supports, equipment and tools shall be on the site and all necessary labor scheduled prior to starting any connection work. The Contractor shall notify the water agency and the Engineer in writing at least 7 days in advance of any required shutdowns so that affected customers may be notified. In general, shutdowns shall not exceed four hours in duration unless specifically authorized or indicated in the suggested construction sequence. If a shutdown of more than four hours is required, the Contractor shall first install temporary water service connections to all affected houses and other buildings. All temporary piping shall be disinfected in accordance with Paragraph 3.07 before being put into service. C. All work under this Contract shall be conducted in a manner which will minimize shutdowns, open roadways, or traffic obstructions caused by the construction. Shutdowns causing damage to adjacent public and private property shall not be permitted, and any damage resulting shall be the sole responsibility of the Contractor. D. Planned utility service shutdowns shall be accomplished during periods of minimum use. In some cases this will require night or weekend work, which shall be at no additional cost to the Owner. The Contractor shall program his work so that service will be restored in the minimum possible time, and shall cooperate with the Owner in reducing shutdowns of the utility system to a minimum. Any planned utility interruption will be coordinated with the utility owner and the Engineer. Water System Piping and Accessories 02510 - 4 Job No. 1345001.00 PART 2 - PRODUCTS 2.01 GENERAL A. Pipe and valve sizes are nominal inside diameter unless otherwise noted. B. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. C. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the completed product. Acceptance of installed piping systems shall be based on inspection and leakage and bacteriological tests as specified hereinafter. D. Fusion Epoxy Coating: Materials and application shall be in accordance with AWWA C213, expect application shall be by the fluid bed method only unless the greatest dimension of the article to be coated exceeds 10 feet, in which case electrostatic spray method may be used. 2.02 PIPING MATERIALS A. Pipe Designation: Piping materials for miscellaneous small piping are designated on the Drawings. B. Pipe Systems: Each designation identifies not only the pipe itself, but the entire system as well as including the associated fittings, appurtenances, and installation and test procedures. C. Polyvinyl Chloride Pipe: 1. Pipe: Polyvinyl chloride pressure pipe, cast-iron pipe outside dimensions. Pipe shall be UL listed or Factory Mutual Approved. a. 4-inch through 12-inch: AWWA C900. 2. Dimension ratio: 18 (Pressure Class 235). 3. Joints: a. Unrestrained joints: Bell and spigot, gasketed; or twin gasket coupling. b. Restrained joints: Bell and spigot (push-on) gasketed, or mechanical joints; both using ductile-iron clamp-on restraining devices. 1) Restraining devices: Ductile-iron with ductile-iron or cor-ten rods and bolts. Pressure rating of at least 150 psi. Series 1500 or Series 2800 by EBBA Iron; equivalent by Uni-Flange; or equal for bell and spigot joints. Series 2000 PV by EBBA Iron; equivalent by Uni-Flange; or equal for mechanical joints. 2) Provide restrained joints for all pipe of this type. 3) Protection for buried restraining devices: Double-wrap with polyethylene encasement, AWWA C105 and tape the edges of the encasement with PVC tape. 4. Gaskets: SBR rubber OR NBR (Nitril or Buna-N). 5. Fittings: Fusion epoxy lined and coated ductile-iron AWWA C110 or C153, with hubs cast and/or ground as required for pipe furnished OR and fusion epoxy lining and coating. Fusion epoxy lining and coating shall be in accordance with AWWA C116. Job No. 1345001.00 02510 - 5 Water System Piping and Accessories 2.03 PIPE COUPLINGS A. General: For typical pipe joints refer to pipe material specifications. Other joint devices shall be furnished where called for as specified below. B. Flexible Couplings and Flange Coupling Adaptors: 1. Sleeve: Cast-iron or fabricated steel. 2. Followers: Cast-iron, ductile-iron, or steel. 3. Sleeve bolts: ASTM A325, Type 3; malleable iron; or equivalent, except for buried and submerged, which shall be Type 304 stainless steel or Type 316 stainless steel, respectively. 4. Coating: Fusion epoxy line and coat sleeve and followers. 5. Pressure rating: The test pressure of the applicable service or 50 psi, whichever is greater. 6. Performance: Longitudinal movement and angular deflection capabilities shall meet AWWA C-219. 7. Flanged Coupling Adaptor Flanges: Match mating flanges. If required by connecting valve or other device, provide flanges with inside diameter equal to nominal pipe diameter. 8. Buried flexible coupling sleeve: Long barrel; Smith-Blair 442, Dresser Style 40, or equal. 9. Manufacturers: a. Flexible couplings: 1) Connecting pipe with identical outside diameters: Smith-Blair 411 or 431, Dresser Style 38 or 138 or equal. 2) Connecting pipe with slightly different outside diameters: Smith- Blair 413 or R 441, Dresser Style 62, or equal. b. Flange coupling adaptors: 1) Connecting new pipe or new pipe to existing non-ferrous pipe: Smith-Blair 912 or 913, Dresser Style 128-W, or equal. 2) Connecting new pipe to existing ferrous pipe: Insulating flange coupling adaptor with insulating boot: Smith-Blair 932 or 933, or equal. 10. Gaskets: SBR rubber or NBR (Nitril or Buna-N). 11. Joint restraint: Provide joint harnesses (tie rod lug or attachment plate assemblies) across flexible couplings and flange coupling adaptors where indicated on the Drawings. For flanged coupling adaptors, anchor studs may be substituted for the harnesses on pipe up to 12-inch. Design restraint in accordance with AWWA M-11 for 250 psi if size of the rods is not indicated on the Drawings. 12. Protection for buried connectors and adaptors: Double-wrap with polyethylene encasement, AWWA C105 and tape the edges of the encasement with PVC tape. a. The sleeves shall be fabricated from polyethylene or polyolefin and shall be cross-linked. The sleeve shall be homogeneous and free from flaws, defects, pinholes, bubbles, cracks, and inclusions. The inner surface shall be coated with an adhesive-sealant that will bond to and seal the pipe joints and fittings. The sleeve shall have the following properties: Property Unit Value Test Method Specific gravity -- 0.94 ASTM D792 Tensile strength -- 2200 ASTM D638 Water System Piping and Accessories 02510 - 6 Job No. 1345001.00 Identification hardness Shore D 44 ASTM D2240 Softening point °F 220 ASTM D1525 Brittle point °F -112 ASTM D746 Dielectric strength volts/mil 650 ASTM D149 Volume resistivity ohm-cm 104 ASTM D257 Sleeve length shall be as noted on the Drawings. Application shall be done as noted herein and on the Drawings. Material shall be Ray Chem, Nitto-Denko, or equal. b. The adhesive sealant that will bond to and seal the pipe joints and fittings shall have the following physical and chemical characteristics: 1) Base: Non-drying synthetic polymers 2) Fillers: Asbestos and other inert ingredients 3) Non-volatile (% solids): 100% 4) Specific gravity: 1.694 5) Odor: No unpleasant odor 6) Cone penetration (ASTM D217-52T modified to total moving load of 300 gm, 5 sec, @77°F) 85 to 100 mm/10. 7) Temperature usage range (recommended): Minus 20°F to plus 120°F. 8) Temperature tolerance range: Minus 40°F to plus 180°F. Will not slump at plus 280°F c. The sealant shall have the following electrical characteristics: Power Factor, ASTM D150-65T 1. At 60 hertz at 100°C 0.85>PF>0.06 1.A At 1,000 hertz at 100°C 0.39 2. At 60 hertz after 96 hours at 115°C 0.85>PF>0.06 2.A At 1,000 hertz after 96 hours at 115°C 0.26 Resistivity, ASME Power Test Code 28 of 1965, Section 4.05 1. At 100°C 4.8 x 109 ohm-cm 2. After 96 hours at 115°C 1.8 x 1010 ohm-cm Dielectric Breakdown, ASTM D149-64 110 Volts/mil The adhesive sealant shall be supplied by Calpico, Inc., 185 Harbor Way, South San Francisco, CA 94080, Sealer No. 1002; Duo Seal; or equal d. Sleeve shall be installed as recommended by the manufacturer and as specified herein. A filler or transition piece shall be used prior to installing the sleeve at all irregular surface interfaces. The Contractor shall secure the field services of the sleeve manufacturer to instruct the Contractor's installation personnel. The sleeve manufacturer's field service representative shall be retained at the site and instruct the Contractor's men for a minimum of 10 actual field joints or until the Contractor's personnel have acquired the skills to install the sleeve coating. 13. Bonding: Bond all flexible couplings and flange coupling adaptors unless insulated couplings are required. Job No. 1345001.00 02510 - 7 Water System Piping and Accessories C. Flexible Expansion Joints: 1. Type: Single or double ball joints with integral expansion sleeves. Minimum 15 degrees deflection and minimum 4 inches expansion. 2. Materials: Ductile-iron conforming to AWWA C153. 3. Pressure rating: 350 psi minimum. 4. Lining: Fusion epoxy. 5. Connections: Flanges. 6. Manufacturer: EBAA Iron Flex-Tend; or equal. D. All joints shall be restrained. 2.04 VALVES AND ACCESSORIES A. General Requirements for Valves: 1. All valves of each type shall be the product of one manufacturer. 2. All valves shall be furnished with control assembly, operators, handwheels, levers, or other suitable type wrench including handles as specified herein or as shown on the Drawings. 3. All threaded stem valves shall open by turning the valve stem counter- clockwise. 4. The exterior of all valves and valve operators shall be painted with two coats of Tape Coat Mastic; Protecto Wrap CA1180 Mastic; or equal, except where otherwise indicated. B. Valves and Accessories: 1. Gate Valves: a. Rating: 200 psi water b. Type: Resilient seated, non-rising stem, AWWA C509, as modified herein c. Connection: Flanged OR Mechanical Joint, or as shown on the Drawings d. Stem seal: O-ring e. Finish: Fusion epoxy f. Manufacturers: American Darling CRS-80; equivalent by Kennedy; or equal. 2. Water meters: a. As shown on the Drawings. 3. Valve boxes, adjustable screw type: a. Materials: Cast-iron, top and center sections and base and cover. C. SERVICE CONNECTIONS 1. General: All corporation stops, service clamps or saddles, and service connection accessories shall be the product of one (1) manufacture. D. Service Clamps: 1. Type: Bronze, double-strap, retained o-ring gasket, rolled strap threads, and tapping boss with full length threads. 2. Manufacturer: Mueller Co., H-16130; equivalent by Clow; or equal. E. Corporation Stops: 1. Rating: 100 psi water 2. Type: Thread inlet; compression connection outlet 3. Manufacturer: Mueller Co. Model 110; equivalent by Ford; or equal. Water System Piping and Accessories 02510 - 8 Job No. 1345001.00 F. Curb Stops: 1. Rating: 100 psi water 2. Type: copper service thread both ends 3. Manufacturer: Mueller Co., H-1502-2; equivalent by Ford; or equal. G. Meter Boxes: 1. Type: Plastic structural foam box with plastic locking cover having a hinged plastic reader lid and a metal base plate. 2. Manufacturer: Mueller Co., H-1310 and H-1312; equivalent by Clow; or equal. 2.05 APPURTENANCES A. Provide all necessary assembly bolts, washers and nuts, thrust blocks, supports, gaskets, flanges, and all other appurtenant items shown on the Drawings, specified or required for the proper installation and operation of the piping, and devices included in or on the piping, equipment, and piping accessories. PART 3 - EXECUTION 3.01 PIPING INSTALLATION A. General Handling and Placing: 1. Exercise great care to prevent injury to or scoring of the pipe lining and coating, as applicable, during handling, transportation or storage. Handle fusion epoxy coated pipe in accordance with AWWA C213. Pipe shall not be stored on rough ground and rolling of the pipe on the coating will not be permitted. Repair any damaged pipe sections, specials, or fittings or replace at the direction of the Engineer. 2. Inspect each pipe, fitting, valve and accessory carefully before installation. Inspect the interior and exterior protective coatings and patch all damaged areas in the field or replaced at the direction of the Engineer. 3. Place or erect all piping to accurate line and grade and backfill, support, hang, or brace against movement as specified or shown on the Drawings, or as required for proper installation. Remove all dirt and foreign matter from the pipe interior prior to installation and thoroughly clean all joints before joining. 4. Use reducing fittings where any change in pipe size occurs. Bushings shall not be used, unless specifically noted on the Drawings. Use eccentric reducing fittings wherever necessary to provide for no trapped air pockets. 5. Connections between ferrous and non-ferrous piping and accessories shall be made using a dielectric coupling, union, or flange. B. General Buried Piping Installation: 1. Trenching, bedding, and backfill for buried piping shall be as shown on the Drawings and as specified in Section 02302. 2. Where no grade elevations are shown on the Drawings, buried piping shall have at least 3 feet of cover. Where pipe grade elevations are shown on the Drawings, install the pipe with straight grades between the indicated elevations. 3. Provide each pipe with a firm, uniform bearing for its full length in the trench except at field joints. Do not lay pipe in water or when trench conditions or weather are unsuitable for such work. 4. Protect buried piping against thrust by use of restrained pipe joints. Thrust blocks maybe used only at points of connections where indicated on the Job No. 1345001.00 02510 - 9 Water System Piping and Accessories drawings. Securely brace all exposed free pipe ends. Cap or plug pipe ends that are left for future connections as shown on the Drawings and in a manner favorably reviewed by the Engineer. 5. Do not pull bell and spigot, gasketed joints more than 75% of the maximum deflection permitted by the pipe manufacturer. 6. Where piping leaves a structure or concrete encasement, provide a joint capable of angular deflection within 12 inches of the structure for pipes 12-inch and smaller or as shown on the Drawings for larger pipe sizes. Conform to details on the Drawings where such details are shown.Snake buried PVC pressure pipe from side to side in the trench in long sweeps. 7. Wrap buried appurtenances with polyethylene encasement and tape the encasement tightly closed to the pipe. C. Water Main Installation: 1. The Contractor is advised that precautions taken to keep the pipeline clean during construction will facilitate achieving the disinfection requirements of this project with a minimum of effort and expense. Compliance with these suggested minimum procedures will not relieve the Contractor of the disinfection requirements. 2. Prior to installation, thoroughly clean the interior of each length of pipe and each fitting or valve and inspect to ensure that no foreign material remains. Cover both ends with plastic and do not uncover them until just prior to completing the joint. 3. Whenever pipe laying is discontinued for short periods, or whenever work is stopped at the end of the day, close the open ends of the pipe with watertight plugs or bulkheads. 4. Provide adequate trench pumping to ensure against groundwater contacting the inside of the pipeline at any time. Do not lower any pipe or fitting into a trench where groundwater is present and may enter the pipe. When necessary, pump the water from trenches and keep the trench dry until the joints have been completed and the open ends of the pipe have been closed with a watertight plug. Do not remove the plug until the trench has again been pumped dry. 5. Keep new pipe sections clean and dry. 6. Reference the AWWA specification section for disinfection when making the connection between a new pipeline and an existing pipeline, or when repairing a damaged pipe, take the following extra precautions: a. Clean the exterior of the existing pipeline of all dirt and debris, and spray or swab with a standard 5.25% or stronger chlorine solution (as specified) in the immediate vicinity of the work. Clean equipment and materials, including new pipe and fittings, to be used in making these connections of all dirt and debris and disinfect them. Allow at least 30 minutes contact time for disinfection before the chlorine solution is diluted or rinsed off. Provide sufficient trench pumps to prevent flooding of the trench. b. When an old line is opened, either by accident or by design, the excavation may be wet or badly contaminated from groundwater. Apply liberal quantities of standard chlorine solution or tablets to the open trench areas to lessen the danger from such pollution. Tablets are recommended because they dissolve slowly and continue to release hypochlorite as water is pumped from the excavation. Scatter liberally around and locate the tablets so that flow entering the work site will Water System Piping and Accessories 02510 - 10 Job No. 1345001.00 contact the disinfecting agent. Trench application should be done very carefully to avoid contact by skin and clothing with chlorine solution. Minimally, safety dictates wearing safety goggles and rain gear. c. When excavating a leaking or broken pipeline, "valve-off" the system gradually to less than watertightness. This is to prevent causing areas of zero pressure which would allow entry of foreign material. A flow should be maintained which is slightly less than trench pump capability. Once the break is exposed and cleaned to disallow site contamination, the valving can then be made watertight. D. Installation Specifics: 1. Polyvinyl Chloride Pipe: Installation shall conform to AWWA M23, Chapters 6 and 7, as modified herein. 3.02 COUPLING INSTALLATION A. Flexible Couplings and Flange Coupling Adaptors: Prior to installation, thoroughly clean oil, scale, rust, and dirt from the pipe to provide a clean seat for the gasket. Care shall be taken that the gaskets are wiped clean before they are installed. If necessary, flexible couplings and flanged coupling adapter gaskets may be lubricated with soapy water or manufacturer's standard lubricant before installation on the pipe ends. Install in accordance with the manufacturer's recommendations. Bolts shall be tightened progressively, drawing up bolt on opposite sides a little at a time until all bolts have a uniform tightness. Workers tightening bolts shall be equipped with torque-limiting wrenches or other favorably reviewed type. Anchor studs on restrained flanged coupling adapters shall be installed so as to lock into holes drilled through pipe wall in accordance with manufacturer's recommendation. B. Tie Rods: Except where double-nutting is required, install the nuts snug. Tighten the nuts gradually and equally at opposite sides of the pipe until snug to prevent misalignment and to ensure that all rods carry equal loads. If double-nutting is required, double-nut each end of each tie rod. The space between the pairs of nuts shall be ½-inch greater than the distance between the lugs. Provide double-nutting at buried locations and where otherwise required on the Drawings. C. Flexible Expansion Joints: Install in accordance with manufacturer's instructions unless otherwise shown, install flat, with one-half the maximum expansion. 3.03 INSTALLATION OF VALVES AND ACCESSORIES A. Wrap buried valve bodies as specified for flexible couplings and flanged coupling adapters. B. Use reducing fittings where any change in pipe size occurs between valves or accessories and the attached pipeline. Bushings shall not be used, unless specifically noted on the Drawings. Use eccentric reducing fittings wherever necessary to provide for eliminating trapped air pockets. 3.04 FIELD QUALITY CONTROL A. Refer to Section 01400 Quality Control. Job No. 1345001.00 02510 - 11 Water System Piping and Accessories 3.05 CLEANING A. Prior to testing, the inside of each completed pipeline shall be thoroughly cleaned of all dirt, loose scale, sand and other foreign material. Cleaning shall be by sweeping, flushing with water internal cleaning device or "pig" or blowing with compressed air, as appropriate for the size and type of pipe. Flushing shall achieve a velocity of at least 3 feet per second. The Contractor shall install temporary strainers, temporarily disconnect equipment or take other appropriate measures to protect equipment while cleaning piping. Cleaning shall be completed after any pipeline repairs. 3.06 FIELD TESTING A. Refer to Section 01400 Quality Control. 3.07 DISINFECTION OF POTABLE WATER SYSTEMS A. Disinfect all water mains and interconnected piping after testing and before being placed into service to ensure their bacteriological safety. Disinfection shall be accomplished under the supervision of the Contractor by a person skilled and experienced in the operation of water systems. Following disinfection and flushing, the Owner will take water samples for bacteriological analysis of the water. If the specified bacteriological requirements are not satisfied, the disinfection procedure must be repeated until the requirements are met. B. Mains: 1. Standard: AWWA C651 as amended herein. 2. Forms of Chlorine: Sodium hypochlorite or calcium hypochlorite. 3. Method: Continuous-Feed. C. Small Pipelines (less than 3-inch): 1. Preparation: Provide the system with a 1-inch minimum service cock or valve or other means to inject chlorine solution at a point within 2 or 3 feet of its junction with the supply source. When system is complete thoroughly flush it by fully opening every outlet until clear water flows from all of them. 2. Disinfecting Agent: Sodium hypochlorite or calcium hypochlorite in sufficient quantities to produce chlorine concentration of at least 50 parts per million in the system. 3. Disinfecting Procedure: Connect a hand-operated pump, or other means of injecting the disinfecting agent, to 1-inch minimum service cock or valve or other injection device. Pump must provide a pressure greater than that of supply of system. With system completely full of water and supply valve open, proceed to adjust every outlet of system so that a trickle of water flows from each. Inject disinfectant slowly and continuously at an even rate, not in slugs, until a test at each outlet shows a free chlorine residual concentration of at least 50 parts per million. Close all outlets and valves, including valve connecting to supply line and 1-inch minimum service cock on solution injection connection. Maintain condition for 24 hours. After 24 hours, test for residual chlorine at each outlet. The free residual chlorine concentration indicated should be not less than 10 ppm. If the indicated free chlorine concentration is less than 10 ppm, the disinfection procedure must be repeated until an approved result is obtained. Water System Piping and Accessories 02510 - 12 Job No. 1345001.00 When the above procedure has been completed to the satisfaction of the Engineer, flush out entire system with fresh water until tests at all outlets show a residual of not more than 0.5 ppm. D. Chlorine Residual Testing: AWWA C651, Appendix A, DPD Drop Dilution Method, except where otherwise specified. Testing shall be performed by the Contractor. E. Bacteriological Analyses of Water: After the completion of disinfecting procedure, including the final flushing as described heretofore, the Engineer will obtain water samples from this system for bacteriological analyses. Requirements for satisfactory disinfection of water supply are that bacteriological analyses (Heterotrophic plate count) indicate that water samples are negative for coliformnerogenes organisms, and that total plate count is less than 100 bacteria per cubic centimeter. If bacteriological analyses do not satisfy the above requirements, then disinfection procedure must be repeated until these requirements are met. F. Disposal of Disinfection Solution: Dechlorinate and dispose of disinfection solution in accordance with applicable regulations and Section 01140. Take care to assure that chlorinated water is not spilled in drains. END OF SECTION SECTION 02513 CURED-IN-PLACE PIPE (CIPP) LINING PART 1 - GENERAL 1.01 SCOPE A. This section covers the rehabilitation of fully deteriorated gravity sanitary sewers, inclusive of the following: 1. Cleaning and flushing existing sanitary sewer pipelines. 2. Closed circuit televising (CCTV) of existing sewer pipelines. 3. Public relation requirements. 4. Cured-In-Place-Pipe (CIPP) liner design and installation. 5. Sampling and testing requirements. 1.02 REFERENCE STANDARDS A. Supply all products and perform all work in accordance with the latest applicable ASTM International (ASTM) standards. B. The following ASTM Standards are being made part of the Specifications for the various approved processes and will be used as a minimum. Latest revisions of all standards are applicable. 1. ASTM C581 Standard Practice for Determining Chemical Resistance of Thermosetting Resins Used in Glass Fiber Reinforced Structures Intended for Liquid Service. 2. ASTM D543 Standard Test method for Resistance of Plastics to Chemical Reagents. 3. ASTM D578 Specification for Glass Fiber Strands. 4. ASTM D638 Standard Test Method for Tensile Properties of Plastics. 5. ASTM D790 Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 6. ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep-Rupture of Plastics. 7. ASTM D5035 Test Method for Breaking and Elongation of Textile Fabrics (Strip Method). 8. ASTM D5199 Standard Method for Measuring Nominal Thickness of Geotextiles and Geomembranes. 9. ASTM D5813 Specification for Cured-in-Place Thermosetting Resin Sewer Pipe. 10. ASTM E1251 Standard Practice for General Techniques for Qualitative Infrared Analysis. 11. ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin- Impregnated Tube. 12. ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled-in-Place Installation of Cured-in- Place Thermosetting Resin Pipe (CIPP). 13. ASTM F2019 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 1 Cured-in-Place Pipe (CIPP) Lining Reinforced Plastic (GRP) Cured-in-Place Thermosetting Resin Pipe (CIPP). 14. ASTM F2561 Rehabilitation of a Sewer Service Lateral and its Connection to the Main Using a One Piece Main and Lateral Cured-in-Place Liner. 1.03 SUBMITTALS A. Product Data: 1. CIPP Liners: Submit manufacturer's information on resin, resin enhancer, tube material, curing chemicals, sealant/caulking material, end seals, and lubricants. 2. Submit manufacturers' certificates certifying products meet or exceed specified requirements. Details on short and long-term properties (providing all supporting test data) of all component materials and construction. Certification shall state that all CIPP materials have been manufactured in accordance with all applicable ASTM standards, and the CIPP method is suitable for the installed environment. B. Shop Drawings: 1. For all liners, indicate liner dimensional information for each pipe size to be relined. Include field measurements of each host pipe section with liner design. C. Manufacturer's Storage and Installation Instructions: 1. Submit manufacturer's requirements for receiving, handling, and storage of materials. 2. CIPP Liner: Submit detailed description of liner placement and curing procedures for piping. Submit manufacturer's recommended installation pressures and cure times, minimum and maximum, for each reach. Include description of procedures for sealing liner material at manholes and re- establishing service connections, if any. Include resin manufacturer’s heating requirements. 3. Warranty: Submit written warranty as required herein. D. Contractor Qualifications: 1. Submit documentation of lining installer's experience. 2. Submit certification of Contractor's and Superintendent's licensure to install the provided lining method. 3. Submit documentation from the manufacturer that there is an established and ongoing quality control and quality assurance program for the product at the manufacturer's production facility. This should include proof that the manufacturer has the necessary equipment and trained personnel to properly implement the program. 4. Qualifications shall be submitted with the Contractor’s bid. E. Design Data: Liner thickness and structural design calculations, in conformance with the specified design requirement, shall be submitted. Design shall be signed and sealed by a Professional Engineer registered in the State of Texas. F. Field Measurements: Contractor to verify pipe materials and measure the actual diameter of each pipe section to be lined. Measurements shall be provided to Engineer. For CIPP lining, each liner section shall be manufactured per actual diameter of pipe section. Provide actual measurements and liner dimensions for each pipe section with liner design. Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 2 Cured-in-Place Pipe (CIPP) Lining G. CIPP Resin Curing Schedule: Submit resin curing schedule indicating the time and temperature for each pipe reach per the manufacturer's requirements. H. CCTV Inspection Records and Reports: CCTV inspections, in accordance with Section 02560, shall be provided for each installation, manhole to manhole. 1. Submit CCTV after cleaning and prior to lining, showing the condition of existing pipe and pipe joints, and location of existing service connections. 2. Available close circuit television (CCTV) inspection video footage for a portion of the 33-inch sewer line from Station 35+23.91 to Station 41+32.57 (Main ‘A’) is available by request of the Owner. This does not negate any requirements for CCTV inspection along the associated station range. I. Public Notification Letter: Submit public notification letter/flyer to Engineer for review and acceptance prior to distribution to public. J. Detailed method for addressing CIPP sampling requirements including location and size of each sample, method of removal, and method of liner repair. K. A safety plan for all hazardous chemicals used or expected to be onsite including resin, catalyst, cleaners and repair agents. L. The Contractor shall submit test results from post field installations of the CIPP liner installed for this project to verify that the physical properties specified have been achieved. Testing submittal shall include an affidavit from a third-party testing laboratory of installation samples. M. Traffic Control Plan per Section 01550. N. Closeout Submittals 1. Submit post lining CCTV within 3 days after liner installation is complete, showing entire finished liner and re-established service connections. Line shall be dry and clean during the video inspection and CCTV shall include both ends of liner. 2. CIPP Resin Curing logs shall be submitted after the liner installation. 3. Record Drawings per Section 01700. 1.04 DESIGN REQUIREMENTS A. GENERAL 1. Design lining material for a fully deteriorated host pipe in accordance with ASTM F1216 or ASTM F1743. Rehabilitated pipe shall have sufficient structural strength to support dead loads, live loads, and groundwater loads imposed. 2. Design liner to least possible thickness to minimize decreasing the inside pipe diameter. 3. Design liner material to provide joint less and continuous structurally sound construction. B. Cured-in-Place Pipe, Resin Impregnated Felt Design Requirements: The liner shall be designed in accordance with ASTM F1216, Appendix X1. The design shall assume no bonding to the original pipe wall. All material properties used in design calculations shall be long-term (time-corrected) values. The cured-in-place liner minimum design thickness shall be calculated based on the following physical conditions of the existing pipe. . Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 3 Cured-in-Place Pipe (CIPP) Lining 1. The liner shall be structurally designed for a minimum service life of 50 years. 2. The safety factor shall be 2.0. 3. Long-term modulus and strength shall be set to 50% of the initial values given in paragraph 2.01B. 4. Design lining material for a fully deteriorated host pipe. 5. Flow velocity greater than 2.0 fps. 6. Modulus of Soil Reaction of 1,000 psi. 7. Unit weight of Soil of 120 pcf. 8. Live loading shall be considered to be HS-20 except for railroad crossings in which case use Cooper E-80. 9. Water table shall be assumed to be at the ground elevation unless otherwise specified. 10. All pipes shall be considered to have a minimum of two percent (2%) ovality in the circumference. 11. Allowable liner deflection of 5%. 12. The pipeline depth, diameter, and length shown on the Drawings are based on field investigation and existing records. The Contractor shall use field measurements of the pipeline length and diameter for the liner design. Any discrepancies between the Drawings and the field measurements shall be reported to the Engineer. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this section with minimum 5 years of documented experience. B. Installer: Company specializing in performing work of this section and who is licensed and approved by the manufacturer. Company shall have a minimum of 5 years of documented experience and 300,000 feet of installed liner on projects of similar size and complexity as this project; and with the installation of liner materials specified herein. Project Superintendent shall have a minimum of 5 years of experience as Superintendent on similar Projects. Superintendent shall have installed a minimum 300,000 feet of CIPP in proposed size and range of this project. C. Installer and manufacturer shall be certified under International Organization for Standardization (ISO) 9001:2008. D. Design liner under the direct supervision of Professional Engineer experienced in design of this work and licensed in the State of Texas. Liner design shall be stamped by a registered engineer in the State of Texas. 1.06 WARRANTY A. The Contractor shall provide a written 2-year guarantee covering any type of failure in the CIPP liner and agreeing to repair or replace the liner at no additional cost to the Owner at any point during the two year period. The Contractor shall also provide a two-year written warranty from the liner manufacturer for the entire liner system, including all repair material, defect fillers, primers, and the liner composite. B. Liner failure is defined as blistering, cracking, embrittlement, peeling, delamination or softening. Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 4 Cured-in-Place Pipe (CIPP) Lining 1.07 MATERIAL DELIVERY, STORAGE AND HANDLING A. Materials shall be transported to, and stored at, the site in such a manner that they will not be damaged, exposed to direct sunlight, or result in any public safety hazard, and per manufacturers' recommendations. 1.08 COORDINATION A. Notify property owners and businesses in advance of any expected disruption of sanitary service. Notification shall be provided to each affected property owner in a written format. Submit the public notification letter/flyer to Engineer for review and acceptance prior to distribution to the public. PART 2 - PRODUCTS 2.01 CURED-IN-PLACE PIPE, RESIN IMPREGNATED FELT A. Materials 1. Tube: Fabricated from one or more layers of absorbent non-woven felt fabric meeting the minimum requirements of ASTM F1216 or ASTM F1743. a. The tube shall be fabricated to a size that when installed will tightly fit the internal circumference and length of the original pipe. The Contractor shall make allowances in determining the felt tube length and circumference for stretch during installation and shrinkage during curing and aging. The minimum design length shall be that which continuously spans the distance from the center of the inlet manhole to the center of the outlet manhole. The Contractor shall verify the lengths in the field before the liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as authorized by the Engineer. b. The tube shall have a uniform thickness equal to the designed nominal tube thickness when compressed at installation pressures. c. The layers of the cured CIPP shall be uniformly bonded. It shall not be possible to separate any two layers with a probe or point of a knife. d. The tube shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated layers. e. The outside layer of the tube (before installation) shall be plastic coated with a translucent flexible material that clearly allows inspection of the resin impregnation (wetout) procedure. The plastic coating shall not be subject to delamination after curing of the CIPP. 2. Resin: The resin used shall be compatible with the CIPP system used, and designed for use in gravity sewers. Resin shall be a corrosion resistant polyester, vinyl ester, or epoxy and catalyst system that when properly cured within the tube composite meets the requirements of ASTM F1216 and ASTM F1743. Maximum amount of resin enhancer shall be 30 pounds per 100 pounds of resin. B. Structural Requirements: The physical properties of the cured CIPP shall have minimum initial test values as defined in Table 1 of ASTM F1216 and supplemented below for polyester resin. Properties for the polyester or any other enhanced resins shall be substantiated with third party test data. Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 5 Cured-in-Place Pipe (CIPP) Lining Property Test Method Cured Composite (per ASTM F1216) Modulus of Elasticity ASTM D790 400,000 psi minimum Flexural Stress ASTM D790 4,500 psi C. The tube thickness shall meet approved design calculations based on structural requirements listed herein. The nominal CIPP thickness shall be at least the calculated design thickness, per ASTM F1216, except where fabric layers overlap, in which case it may be in excess of this value. The wall thickness of the felt tube shall be ordered to the next standard 1.5 mm incremental thickness above the minimum calculated design thickness. D. Chemical Resistance: The CIPP shall meet the chemical resistance requirements of ASTM F1743, Section 7. In addition, the following chemical/moisture/temperature conditions are expected to exist at various times in the air stream. The resins and CIPP liner system used shall be suitable for all of the following: 1. H2SOa (sulfuric acid): up to 20 ppm 2. H2S (hydrogen sulfide): up to 20 ppm 3. Water Vapor: up to 100% relative humidity 4. Temperature Range: 0°F to 125°F E. Manufacturers: 1. Tube manufacturers: a. Insituform Technologies, Inc. b. Liner Products, LLC c. Applied Felt d. National Liner e. Or Approved Equal 2. Resin manufacturers: a. AOC b. Richold c. Interplastic d. Substitutions: Not Permitted 2.02 END SEALS A. End seals shall create a water tight seal between the liner and the host pipe and meet the requirements of ASTM F1216 and ASTM F1743. B. Acceptable manufacturers: 1. LMK Or Approved Equal PART 3 - EXECUTION 3.01 EXAMINATION A. Contractor shall verify existing conditions before starting work in accordance with Division 1 and other applicable specifications. B. Site verification of conditions: Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 6 Cured-in-Place Pipe (CIPP) Lining 1. Verify field measurements of pipe inside diameters and lengths between manholes prior to design, fabrication, and delivering of liner material. 2. Verify existing pipe material changes from previous repairs. 3. CIPP Liners: Contractor to measure actual diameter of each pipe section to be lined. Measurements shall be provided to Engineer and each liner section shall be manufactured per actual diameter of pipe section. Provide actual measurements and liner dimensions for each host pipe section with liner design. 3.02 CLEANING, FLUSHING, AND LINE OBSTRUCTIONS A. It is the responsibility of the Contractor to clear the line of obstructions such as roots, debris, sedimentation, grease, and mineral deposits that will prevent or hinder the insertion of the liner prior to liner installation. Presence of obstructions in the pipeline are considered incidental to the work and are not reason for a change order. Costs for the cleaning and disposal shall be borne by the Contractor. B. Clear obstructions, service piping protrusions more than ¼ inch and other materials from entire circumference of existing pipe to ensure inserted pipe liner contacts only existing pipe wall. C. If the cleaning work is not satisfactory to the Owner, the Contractor shall perform additional cleaning, at the Contractor's sole cost, so that the installation of the liner pipe is not hindered. D. All sludge, dirt, sand, rocks, grease, and other solid or semi-solid material resulting for the cleaning operation shall be removed from the sewer system and properly disposed of by the Contractor, at the Contractor's sole cost. E. Precautions shall be taken to ensure that the cleaning operation will not cause any damage or flooding to public and/or private property being serviced by the sewer line. The Contractor shall bear full costs associated with any flooding or damage to basements of structure. F. If the pre-lining video inspection reveals an obstruction such as a protruding service connection, offset joint, or a collapse that will prevent the CIPP insertion process, and it cannot be removed by conventional sewer cleaning equipment, the Contactor shall uncover and remove the obstruction through a point repair. Contractor shall make a point repair excavation to uncover and remove or repair the obstruction to provide a smooth continuous surface for the CIPP installation that will not reduce the cross-sectional area of the interior of the relined pipe or reduce wall thickness to less than the minimum specified thickness. Such excavation must be approved in writing by the Owner’s representative prior to the commencement of work. 3.03 INITIAL VIDEO INSPECTION A. Conduct closed-circuit video inspection in accordance with Section 02560 – Internal Inspection of Pipelines after cleaning and removal of line obstructions. B. Pipeline shall be dry during the pre-lining inspection. Contractor is required to bypass lines with more than 3,000 gpm of flow. C. Notify the Owner’s representative if any of the following defects are observed: 1. Major offset of joints 2. Crushed walls 3. Other obstructions. Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 7 Cured-in-Place Pipe (CIPP) Lining D. Identify sizes and locations of service entrances and service connections. Identify the addresses of all live and capped service connections. E. If flow is resumed in the pipe prior to lining, and after the pre-lining video inspection, the Contractor is required to re-inspect the pipeline immediately before lining to ensure no debris has been introduced into the pipe. F. Submit the initial video inspections on DVD or thumb drive to the Field Administrator or other Owner Representative for review. DO NOT start trenchless rehabilitation until the Owner has reviewed and accepted the initial video inspections. The Owner may require additional videotaping to ensure that all obstructions have been removed prior to lining. G. Submit the video "logs" to the Field Administrator or other District Representative for review. Each service connection or tap must be documented and the following information provided: 1. Whether the service is active or "capped". Contractor shall determine by dye test, running water, or visual inspection whether connections of active or abandoned. 2. Linear distance from starting manhole. 3. Circumferential position on pipe (2 o'clock, 10 o'clock, etc.). H. Engineer and Contractor shall agree prior to liner installation which services, not listed in the construction plans, are to be re-established. Engineer or Owner's representative will review video logs and respond to contractor with 14 calendar days with approval or required action. 3.04 PUBLIC RELATIONS A. The Contractor is responsible for contacting property owners and businesses that are affected by the construction activities to inform them of the Work to be done and the estimated schedule and timing for the Work. Written notice shall be delivered to each home or business 2 weeks prior to installation of the liner. Notice shall include a local telephone number of the Contractor, and contract information for the Owner or Engineer. Written notices must be reviewed by the Engineer prior to distribution to the public. B. Two (2) days prior to the liner installation, a follow-up notice shall be delivered to each home or business that has a service connection on the sewer pipeline that is scheduled to be lined. The notice shall instruct occupants to minimize water usage on the day of the liner installation and to fill floor drain traps with water to prevent potential odors. C. Additional notification required by City of Carrolton within McInnish Park. 3.05 INFILTRATION A. Minor infiltration (drips or wet, blotchy areas) is a normal condition and is not to be considered a change in conditions by the Contractor. For CIPP liners, if, in the opinion of the Contractor and Engineer, infiltration is significant enough to adversely affect the curing process, the Contractor shall install chemical grout or perform other remedies to address the infiltration, as approved by the Engineer. Chemical grouting or other infiltration remedies will be considered additional work and will be paid for through a Change Order. Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 8 Cured-in-Place Pipe (CIPP) Lining 3.06 BYPASS SEWAGE A. The Contractor is responsible for setting up the bypassing pump system per Section 01010 – Summary of Work to isolate each section of piping for lining. B. Maintain bypass pumping until lining is totally formed and fully cured and service connections are re-instated. C. Coordinate with manhole rehabilitation work prior to removal of bypass pumping. D. All traffic control issues resulting from the bypass pumping, including interruption of traffic flow due to laying bypass pipe across intersections, are the responsibility of the Contractor and shall be coordinated with the appropriate jurisdictions and governing agencies. Contractor is also responsible for coordination with local businesses and residences that may be affected by the bypass pumping operations. Driveway access shall be maintained to homeowners and business at all times. E. Bypass design flows are listed in Section 01010. Flows listed are approximated based on temporary metering data, meter station MS17.0E data, Cypress Waters Lift Station design flows, and observed flows near the abandoned 33-inch aerial crossing and should be verified by the Contractor prior to start of work. Coordination of bypass flows and temporary metering around MS17.0E must be coordinated and approved in advance with the Trinity River Authority. 3.07 STORAGE AND DELIVERY: A. The Contractor shall be responsible for the delivery, storage and handling of all materials for CIPP in accordance with the written requirements of the manufacturer. B. Contractor shall exercise adequate care during transportation, handling and installation to ensure the material is not torn, cut, or otherwise damaged. C. If any part or parts of the material becomes torn, cut or otherwise damaged before or during installation, it shall be repaired or replaced in accordance with the manufacturer’s recommendations before proceeding further and at no additional cost to the Owner. 3.08 INSTALLATION, CURED-IN-PLACE PIPE - RESIN IMPREGNATED FELT Cured-In-Place Pipe installation shall be in accordance with ASTM F1216, or ASTM F1743, with the exception that resin impregnation shall only take place at a permanent facility. The Contactor shall designate the offsite location where the CIPP will be impregnated with resin (“wet-out”). Locations shall be subject to approval by the Engineer. The Contractor shall allow the Engineer to inspect the materials and “wet-out” procedure. Field wet-outs are not allowed. A. Pre-qualified Installers: 1. Layne Inliner, LLC (National) 2. Insituform Technologies (National) B. The Contractor shall verify the lengths between manholes in the field before the liner tube is cut and impregnated. Individual installation runs may include one or more manhole-to-manhole sections as authorized by the Engineer. C. Resin Impregnation: The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 9 Cured-in-Place Pipe (CIPP) Lining the original pipe wall. A vacuum impregnation process shall be used. To ensure thorough resin saturation throughout the length of the felt tube, the point of vacuum shall be located to create adequate withdrawal of air so that the tube is fully wet out and no dry spots are visible at the exterior coating. D. Unless otherwise specified to provide for excess resin migration, the gap thickness of the wetting out equipment shall be sized to allow an excess of 5 to 10 percent resin to pass during impregnation. E. The leading edge of the resin slug shall be as near to perpendicular as possible. A roller system shall be used to uniformly distribute the resin throughout the tube. If the Installer uses an alternate method of resin impregnation, the method must produce the same results. F. The impregnated CIPP tube shall be transported to site under controlled environmental conditions. Transport vehicles shall include a tamper resistant, sealed temperature recording device that records the temperature of the liner at all times after leaving the wet-out site. The Contractor shall decide when to transport the impregnated CIPP tube to site and when to commence insertion with respect to weather conditions. G. Weather Conditions: No CIPP installations shall be undertaken in weather conditions that could jeopardize the installation of the CIPP, or be detrimental to the long-term performance of the CIPP. H. Tube Insertion: The wet-out tube shall be positioned in the pipeline using inversion. The tube should be inverted through an existing manhole or approved access point and fully extend to the next designated manhole or termination point. I. Temperature gauges shall be placed inside the tube at the invert level of each end to monitor the temperatures during the cure cycle. Curing logs are to be kept and submitted to Engineer. J. Curing: Curing shall be accomplished by utilizing hot water under hydrostatic pressure or low temperature stream pressure in conjunction with low pressure air for inversion in accordance with the manufacturer's recommended cure schedule. Once the liner installation has started, installation pressures shall be maintained between the minimum and maximum pressures as required by the manufacturer until the operation has been completed. Should the pressures deviate from within the acceptable operating range, the installed liner will be rejected and the Contractor must remove and dispose of the tube at no cost to the Owner. Cure schedules must be strictly adhered to with no exceptions. 1. The curing process shall follow a step cure or similar approach recommended by the manufacturer and approved by the Engineer, and shall be held at the top step for an adequate length of time to ensure that the design physical properties are attained. Steam or water will be used to cure pipes. Circulation water or steam shall cool down to at least 100 degrees F for 1 hour before releasing the hydrostatic head. The water or steam shall be evacuated from the pipe at a controlled rate to prevent negative pressure in the pipe. 2. The rate of temperature rise and fall during heating and cooling shall not exceed 2 degrees F per minute. 3. For CIPP liner thicknesses greater than 0.75 inch, or where the existing pipe, soil and groundwater combination is likely to provide a significant heat sink, affecting the temperature gradient across the CIPP liner material, the temperature of the exotherm shall be monitored by remote temperature Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 10 Cured-in-Place Pipe (CIPP) Lining sensors placed at the interface of the existing pipe and the CIPP. A minimum of two temperature sensors shall be installed, one at either end of the length being lined. 4. The curing process shall not be terminated until the temperature sensor readings indicated that a satisfactory cure has been completed. 5. Any extended cure times shall not adversely affect the properties of the CIPP lining material. K. Water: Curing supply water for CIPP liner installation may be obtained from the City of Coppell and City of Carrollton public water system. The Contractor shall make the necessary arrangements for securing and transporting all water required in the construction, as specified in Section 01040. L. "Dimples" shall be visible where service openings are present so it is absolutely clear where the service openings are located. If dimples are not present, Contractor to use infrared device to locate sanitary sewer service connections. Alternatively, the use of plugs may be permitted. Plug product information, shop drawings, in addition to installation and removal plans must be submitted for review. M. The Contractor shall apply an annular space, hydrophilic sealant at the manhole or CIPP termination point. The seal shall be of a material compatible with the CIPP material and shall be approved by the Owner or Engineer. N. If the Contractor lines through a manhole or structure, the top half of the CIPP liner shall be neatly cut off, not broken or sheared off. The opening shall be smoothed so that no tears or burrs are present. The channel section through the manhole shall be smooth. Void space between the liner and the channel wall shall be filled with non-shrink grout and sealed with the annual space sealant. All manholes shall be individually inspected. Liners installed through structures that have deflection angles greater than 45 degrees, shall be cut off at the pipes and the liners shall be removed from inside the structure. O. Liner shall be trimmed at the inside edge of the manhole. The trimmed liner shall be smoothed so that no tears or burrs are present. 3.09 INSTALLATION - END SEALS AT MANHOLES A. End seals will create a water tight seal between the host pipe and the liner. Seals will be installed per manufacturer recommendations and meet all applicable ASTM standards. B. Where voids are present, a sealant may be used in addition to end seals. Sealant shall be a quick-set epoxy or high viscosity epoxy with good adhesion to the liner and concrete. Contractor will apply sealant to create a watertight and flexible seal between the liner and the host pipe. C. The channel in the manhole shall be a smooth continuation of the pipe(s) and shall be merged with other lines or channels. Void space between the liner and channel wall shall be filled with non-shrink grout and sealed with sealant. D. All sealants and grouts coming into contact with the CIPP material will be approved for use with the CIPP product by the CIPP manufacturer. E. All manholes shall be individually inspected for liner cut-offs and end sealing works. Liner shall be cut off at pipes and all liner removed within intermediate manholes with deflection angles greater than 45 degrees. Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 11 Cured-in-Place Pipe (CIPP) Lining 3.10 SERVICE REINSTATEMENT A. Reinstate active sewer service connections. Engineer and Contractor shall agree, prior to liner installation, which services are to be re-established. Generally, capped sewer service connections will not be reinstated. B. Match invert of reinstated service with previously existing invert. Maintain minimum of 95 percent to maximum of 105 percent of original service connection opening. C. Reinstate sewer service connection with uniform cuts free of burrs and sharp edges. The openings shall be neat, clean, circular, and concentric with the service pipe. The reactivation process can be a one or two-step method. 1. One Step Method - Cut hole using a router bit or deburring tool leaving service free of burrs and sharp edges. After inspection, if burrs or sharp edges remain a second brushing step may be required. 2. Two Step Method - Cut hole using a router bit or deburring tool and then brush with a wire brush to a neat and smooth surface free of burrs and sharp edges. D. Where the CIPP liner does not create dimples at the service connections or in other ways indicate the locations, the exact location shall be determined from the internal inspection data and infrared device. It shall be the Contractor's responsibility to accurately locate and reinstate all service connections after the CIPP installation and curing has been completed. E. Perform lining and re-instate service connections without need for excavation while minimizing disruptions to residences, adjacent occupied buildings and traffic. 3.11 FIELD QUALITY CONTROL A. Construction Observation will be performed in accordance with Division 1 and applicable specifications. Additional observation may be required by Engineer. B. Manhole structures shall be protected from damage. C. When liner fails to form, remove failed liner and install new liner. D. No infiltration of groundwater is permitted after installation of liner. E. Confirm service connections are complete and are unobstructed. F. Wrinkles or lifts shall not exceed 2% of the host pipe diameter, or ¼ inch, whichever is greater. Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for approval. G. Defects such as foreign inclusions, dry spots, pinholes, delamination, and wrinkling beyond the specification allowances, as determined by the Engineer as affecting the integrity or strength of the liner, or as adversely affecting the hydraulic capacity of the pipe, shall be repaired or replaced. Contractor shall repair or replace that section of the pipe at no additional cost to the Owner. Methods of repair shall be proposed by the Contractor and submitted to the Engineer for approval. H. Excavate for point repairs or service connections only on an emergency basis and as permitted by the Owner or Engineer. 3.12 FIELD SAMPLES A. This section applies to Cured-In-Place Pipe for Resin Impregnated Felt B. Field Samples for CIPP: Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 12 Cured-in-Place Pipe (CIPP) Lining 1. Contractor shall submit samples as required herein. Contractor shall provide all labor and materials necessary to produce samples for laboratory and/or field testing. Contractor to contract directly with third party certified laboratory for testing as required. 2. The wall thickness will be measured in accordance with the applicable ASTM Standards. Test method to be determined by testing laboratory. 3. The flexural strength and flexural modulus of elasticity shall be determined in accordance with ASTM D-790. 4. Method for obtaining sample 15 inch-diameter or smaller pipe: a. Prior to lining work, install an inverted, half-section short piece of pipe, 12 inches minimum length, with an equal or comparable diameter. Hold sample pipe in place by a suitable heat sink, such as sandbags. b. Line the testing pipe with the same tube as the sewer line being rehabilitated, and complete the cure process. c. Cut and remove the sample pipe where the pipe enters the manhole. d. Label the manhole number and date of installation, and submit the sample pipe to laboratory for testing. 5. Method for obtaining sample for 18 inch-diameter pipe or larger: a. Provide a flat plate sample using the method described in ASTM F1216. An affidavit shall be provided by the wet out facility for each flat plate sample. The affidavit shall state that the flat plate sample is the same as the liner it represents. b. Label the sample with: Date, Project Name, Size, Thickness, Manhole number/location, Resin, Catalyst, and date of installation, and submit the sample pipe to the laboratory for testing. The sample shall be double bagged and sealed. 6. Sample frequency: a. One (1) sample per every 1,000 feet of liner installed. b. If there are visual or physical properties that indicate inferior samples, the Owner reserves the right to take five (5) random core samples of the installed CIPP liner at no additional cost in accordance with the procedures in ASTM D5813, if there are visual or physical properties which indicate inferior CIPP lining. The method of repair will be as recommended by the Contractor. 7. The Contractor shall provide a delivery manifest for each liner with the following information: a. The inversion location where the liner will be installed. b. Provide the manhole numbers for either end of the inversion. c. If the Contractor has assigned an inversion number provide that number as well. d. Liner diameter, length and thickness. After the ENGINEER has confirmed that the liner is the correct product for the planned inversion, the CONTRACTOR shall prepare a Chain of Custody form for the CIPP sample(s). A CIPP sample shall be taken for each inversion. The Chain of Custody prepared by the CONTRACTOR and submitted to the ENGINEER for approval, shall document that the sample being sent for testing is from the inversion placed in the down tube for curing at the inversion location. After the CIPP sample has been cured, the sample shall be labeled with the inversion location. The information on the Chain of Custody shall include the inversion location, and when the sample was removed and bagged. The signed and verified Chain of Custody form shall be presented to the Owner’s inspector, who will independently verify that the Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 13 Cured-in-Place Pipe (CIPP) Lining sample is the correct sample and has been properly bagged and labeled for shipment. The Owner’s inspector will sign the Chain of Custody form so attesting. A copy of the delivery manifest and Chain of Custody form will be given to the OWNER after all signatures are affixed and the sample is ready for shipment. The Owner will review all invoices to confirm that a request for a progress payment has the required delivery manifest and Chain of Custody form on file. Progress payments will not be paid without prior verification of the inversion documentation. 8. The Contractor shall be responsible for any deviation from the specified physical properties and those evaluated through testing. Failure to meet the specified physical properties will result in the CIPP being considered defective work. 9. The Contractor shall be responsible for all costs associated with the testing of the liner physical properties. The Contractor shall submit all test results in accordance with Section 01300. 3.13 POST-LINING VIDEO INSPECTION A. Conduct closed-circuit video inspection in accordance with Section 02560 of the specifications for this project regarding Internal Inspection of Pipelines after cleaning and removal of line obstructions. B. Pipeline shall be dry during the post-lining inspection. Inspection shall take place after the reinstatement of points-of-entry. C. Submit the post video inspections on DVD or thumb drive to the Field Administrator or other Owner Representative for review. D. Submit the video "logs" to the Field Administrator or other District Representative for review. 3.14 CLEANING AND SITE RESTORATION A. Remove debris resulting from work and unused materials from site and legally dispose. B. Areas damaged or modified by the Work shall be repaired or restored to a condition equal to or better than the original condition. Site restoration is incidental to the Work and shall not be regarded as a reason for change orders. C. Care shall be taken to avoid damage to private property (ie sprinkler systems, lawn areas, etc.). If damage occurs, repairs shall be completed as soon as possible. Costs associated with the repairs shall be the responsibility of the Contractor. END OF SECTION Job No. 1345001.00 © 2017 Kennedy/Jenks Consultants 02513 - 14 Cured-in-Place Pipe (CIPP) Lining Job No. 1345001.00 02530 - 1 Sanitary Sewer Pipe SECTION 02530 SANITARY SEWER PIPE PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnish and install all piping as shown on the Drawings, described in the Specifications and as required for a complete and operable system. The work includes replacement of existing main sanitary sewers. B. Related Sections: 1. Section 02302: Earthwork for Pipelines 2. Section 02445: Jacking and Boring 3. Section 03300: Cast-in-Place Concrete 4. Section 03465: Pre-Cast Polymer Concrete Manholes and Structures 1.02 REFERENCES A. Texas Commission on Environmental Quality Rules, Chapter 217 B. American Society for Testing and Materials (ASTM): 1. A276 Standard for stainless and heat-resisting steel bars and shapes. 2. C33 Standard specification for concrete aggregates 3. C579 Standard Test Method for Compressive Strength of Chemical- Resistant Mortars, Grouts, Monolithic Surfacing and Polymer Concretes 4. D638 Test Method for Tensile Properties of Plastics 5. D2412 Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Testing 6. D3034 Specification for Type PSM Poly (Vinyl Chloride) (PVC) Sewer Pipe and Fittings 7. D3212 Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals 8. D3262 Standard Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting-Resin) Sewer Pipe 9. D3567 Standard Practice for Determining Dimensions of Fiberglass (Glass- Fiber-Reinforced Thermosetting-Resin) Pipe and Fittings 10. D3681 Standard Test Method for Chemical Resistance of Fiberglass (Glass- Fiber-Reinforced Thermosetting-Resin) Pipe in a Deflected Condition 11. D3754 Specification for Fiberglass (Glass-Fiber-Reinforced Thermosetting- Resin) Sewer and Industrial Pressure Pipe 12. D3839 Standard Guide for Underground Installation of Fiberglass (Glass- Fiber-Reinforced Thermosetting-Resin) Pipe 13. D4161 Standard Specification for “Fiberglass” (Glass-Fiber-Reinforced Thermosetting-Resin) Pipe Joints Using Flexible Elastomeric Seals 14. D6783 Standard Specification for Polymer Concrete Pipe 15. F477 Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe 16. F679 Specification for Poly (Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings Job No. 1345001.00 02530 - 2 Sanitary Sewer Pipe C. American Water Works Association: 1. M45 Fiber Glass Pipe Design 2. C905 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. Through 48 in. (350 mm through 1,200 mm), for Water Transmission and Distribution 3. C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. Through 12 in. (100 mm through 300 mm), For Water Distribution 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit the following for review: 1. Full dimensional data on the pipe including size, class, pipe stiffness, and type of joint. 2. Laying schedule demonstrating dimensions and joint deflections. 3. Potholing Report: Verify by excavation, inspection and measurement all installation conditions, including existing utilities and structures, for buried pipe before preparation of Shop Drawings. Submit field measurements, elevations, station locations, and photos. See also paragraph 3.02, Existing Utilities, of Section 02302. 4. Shop Drawings: Submit data to show that the products specified in this Section conform to the Specification requirements. Information should include materials of fabrication including glass fibers, resin, filler materials, etc. 5. Leakage Testing Plan. 6. Samples: Submit two sample gaskets of each type to be used with an explanation of the markings. 7. Test Results: As required herein. 8. Flow Control Diversion (By-Pass) plans shall be submitted, reviewed and approved prior to any flow control work. 9. Pumping plans shall also provide hydraulic calculations for determining the pumps size, horsepower, voltage, force main size and flow rate. All calculations shall be signed and stamped by a licensed Texas Professional Engineer. All by-pass pumping systems shall provide redundant pumps, piping and valves, power generators and fuel on stand-by for use if the primary system fails. 1.04 QUALITY ASSURANCE A. All materials and equipment furnished under this Section shall be of manufacturers who have been regularly engaged in the design and manufacture of the materials and equipment for a period of at least 5 years. B. Factory Quality Control: The Contractor shall test all products as required herein and by the reference specifications. C. Field Quality Control: 1. The Contractor shall perform the following tests as specified in Section 01400: a. Perform leakage tests b. Perform mandrel tests Job No. 1345001.00 02530 - 3 Sanitary Sewer Pipe c. Be responsible for the costs of additional inspection and retesting by the Owner resulting from non-compliance. 1.05 POTHOLING (CHECK ON LOCATIONS) A. Do not prepare any shop drawings for, or make final order for, or design any pipe materials for any particular section of pipeline until all utilities in that section of pipeline have been exposed, as specified in paragraph 3.02 of Section 02302, entitled Existing Utilities, and until such time as no interferences are found between said existing utilities and the proposed pipeline alignment. If interferences are found in any particular section of pipeline, do not prepare any shop drawings for, or make final order for, or design any pipe materials for that particular section of pipeline until the pipeline alignment has been modified by the Engineer to eliminate all such interferences. PART 2 - PRODUCTS 2.01 GENERAL A. Pipe sizes are nominal inside diameter unless otherwise noted. B. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. C. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the completed product. Acceptance of installed piping systems shall be based on inspection and leakage tests as specified hereinafter. 2.02 FIBERGLASS-REINFORCED POLYESTER PIPE (FRP) A. Materials: 1. Resin Systems: Polyester resin system with a proven history of performance for FRP piping systems. 2. Glass Reinforcement: Glass fibers of commercial grade E-glass filaments with binder and sizing compatible with impregnating resins. 3. Silica Sand: Minimum 98 percent silica with a maximum moisture content of 0.2 percent. 4. Additives: Resin additives including curing agents, pigments, dyes, fillers, thixotropic agents shall not detrimentally affect the performance of the pipe. 5. Elastomeric Gaskets: Gaskets shall be Nitrile supplied by a qualified gasket manufacturer and shall be oil and grease resistant suitable for sewage service. B. Manholes: 1. Where specified on the Manhole Schedule of the Drawings, provide fiberglass tee base manhole with fiberglass riser and cone. Fully concrete encase the tee base per manufacturer’s instructions. C. Dimensions: 1. Outside Diameter: Outside diameter shall be in accordance with ASTM D3262. Job No. 1345001.00 02530 - 4 Sanitary Sewer Pipe 2. Diameters indicated on the Drawings refer to the inside diameter. 3. Open Cut Pipe Length: Pipe for open cut may be in lengths up to 40 feet as determined by the Contractor. 4. Wall Thickness: Provide wall thicknesses sufficient to meet the Pipe Stiffness required for open cut construction methods. D. End Squareness: Square to plus or minus 1/8-inch tolerance. E. Strain Corrosion Testing: To obtain “Or Equal” status, alternative manufacturer must comply with the strain corrosion testing requirements of ASTM D3262. F. Manufacture: 1. Process: Manufactured in accordance with ASTM D3262. 2. Pipe: a. The pipe shall be manufactured using a filament wound - continuous advancing mandrel process utilizing continuous glass fiber reinforcements in the circumferential direction. Both continuous glass fiber rovings and chopped roving will be incorporated for high hoop strength and axial reinforcement. A sand fortifier shall be used to provide increased stiffness with placement near the neutral axis in the core. b. The pipes shall be manufactured in accordance with ASTM D3262. The pipe shall meet the following cell limits: Type 1, Glass-fiber-reinforced thermosetting polyester resin mortar (RPMP polyester), Liner 1, Grade 1. 3. Joints: a. Open Cut Pipe Couplings: A double belled coupling manufactured from fiberglass or 316L stainless steel that uses elastomeric sealing gaskets made of EPDM rubber meeting the requirements of ASTM D4161 shall be used. 1) FRP Couplings: Mark the couplings “OPEN CUT INSTALLATION ONLY.” 4. Fittings: Mold or fabricate fittings from pipe joined with glass-fiber-reinforced overlays to meet the fitting requirements. 5. Tee-based manhole fittings shall be made with fiberglass pipe and shall include a 60” diameter riser with 3” anti-flotation flange and fiberglass coupling to fit 36” FRP tee connection. G. Strength 1. Stiffness factor (SN) of 72 psi H. Markings: Clearly mark all items furnished under this Section by waterproof paint or identification. Waterproof paint shall be suitable for the material being marked. Marking to include the follow information on both exterior and interior: 1. Manufacturer’s name or trademark 2. Pipe Class 3. Specification designation 4. Nominal diameter 5. Length 6. Date and place of manufacture 7. Type, grade, and pipe stiffness Job No. 1345001.00 02530 - 5 Sanitary Sewer Pipe I. Acceptable manufacturers shall be Flowtite (US Composite Pipe South) or approved equal. J. Required Strength for Open Trench Construction Method: Provide calculations signed by a Professional Engineer registered in the Texas showing the pipe strength is adequate to withstand burial at the depths shown on the Drawings, native soil conditions as indicated in the geotechnical borings reflected on the plans, and based on the minimum requirements below: 1. Stiffness factor (SN) of 72 psi 2. Maximum allowable deflection shall not exceed 5 percent 3. H20 Loading under paved surfaces 4. Bedding Coefficient Kx = 0.1 (Direct Bury Condition) 2.03 POLYVINYL CHLORIDE PIPE (PVC) A. Pipe and Fittings: Polyvinyl chloride sewer pipe. 1. 4-inch through 15-inch nominal size: ASTM D3034, SDR 26. 2. 8-inch and 36-inch, where shown on the Drawings: AWWA C900, DR 25. 3. 18-inch through 42-inch nominal size: ASTM F679 2. 36-inch nominal size, AWWA C900, DR 25, where shown on the drawings. 3. 18-inch nominal size, ASTM F679, PS 115, where shown on the drawings. 4. 30-inch through 42-inch nominal size, ASTM F679, PS75. B. Joints: Elastomeric gasket joints, ASTM D3212 or ASTM D3139. B. Joints: 1. All PVC pipe joints shall be gasketed, bell-and-spigot, push-on type conforming to ASTM D3212, “Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals.” 2. Gaskets shall be supplied by the manufacturer, but installed in the field. 3. Lubricant shall be as recommended by the manufacturer. C. Gaskets: Gaskets shall conform to ASTM F477, synthetic rubber. Natural rubber shall not be accepted. D. Factory Testing: 1. Pipe Tests: Test at least 3 specimens for each size to be provided for the following conditions in accordance with ASTM D3034. a. Pipe Diameters b. Pipe Flattening c. Impact Resistance d. Pipe Stiffness 2. Joint Tests: Assemble two sections of pipe for each size in accordance with the manufacturer's recommendations. Test in accordance with ASTM D3212. 3. Gasket Tests: Test 3 gaskets of each size for all properties noted in Section 7 of ASTM F477. E. Required Strength for Open Trench Construction Method: Provide calculations signed by a Professional Engineer licensed in the State of Texas showing the pipe strength is adequate to withstand burial at the depths shown on the Drawings, native soil conditions as indicated in the geotechnical 2 2 2 Job No. 1345001.00 02530 - 6 Sanitary Sewer Pipe borings reflected on the plans, and based on the minimum requirements below: 1. Pipe Stiffness (PS) of 75 psi 2. Maximum allowable deflection shall not exceed 3 percent 3. H20 Loading under paved surfaces 4. Bedding Coefficient Kx = 0.1 (Direct Bury Condition) 2.04 CONNECTION DEVICES A. Transition Couplings: Transition couplings shall be elastomeric plastic or synthetic rubber resistant to sewage and grease, chemicals and normal sewer gases. Couplings shall be designed to slip over the outside of the pipes being connected with a snug fit. Coupling shall be held in place and sealed with a stainless steel band clamp around each end. Couplings shall be specifically manufactured for making the transition between various types of pipe with different outside diameters. Couplings shall meet the requirements of the Uniform Plumbing Code. Fernco; Indiana Seal; or equal. B. Transition Donuts: Transition donuts shall be elastomeric plastic resistant to sewage and grease, chemicals and normal sewer gases. They shall be designed to be inserted in the bells of sewer pipe to adapt the bell to accept the spigot of a smaller size spigot. They shall have reversed fins on the inside and outside to grip the bell and spigot. Transition donuts cast or grouted into concrete pipe or manhole sections shall have an outside diameter at least 2 inches greater than the inside diameter. Fernco; Indiana Seal; or equal. C. Manhole Adaptors: Manhole adaptors shall be SBR rubber manhole waterstops for use with PVC sewer pipe, Fernco, or equal. D. Flexible Manhole Connectors: ASTM C923 E. Other Devices: Other equivalent connection devices will be considered provided that they are made of elastomers resistant to sewage and grease, chemicals and normal sewer gases. Metallic parts shall be stainless steel. 2.05 APPURTENANCES A. Furnish and install all necessary guides, inserts, anchors and assembly bolts; washers and nuts, hangers, supports, gaskets, and flanges; all other appurtenant items shown on the Drawings, specified or required for the proper installation and operation of the piping; devices included in or on the piping equipment; and piping accessories. PART 3 - EXECUTION 3.01 FLOW CONTROL A. Divert sewage flows and storm water around all sewer replacement work areas, including building connection sewer replacement. Furnish, install, and operate pumps, plugs, conduits, and other equipment to divert the flow of sewage around Job No. 1345001.00 02530 - 7 Sanitary Sewer Pipe the pipeline reach in which work is to be performed. Plugs shall be designed so that all or any portion of the sewage can be released. The plug shall be provided with a tag line. The pumping system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during a rainstorm. If pumping is required on a 24-hour basis and engine drives are required, engines shall be equipped in a manner to keep noise to a minimum. Refer to Section 01140 for noise control requirements. Standby pumps shall be provided as required. Pumping shall be done in such manner as will not damage public or private property or create a nuisance or health menace. After the work has been completed, flow shall be restored to normal. Existing sewers to be abandoned shall be disconnected after the new service is operating. B. Notify residents of the impending work and request their cooperation to minimize flows shortly before working in each area. 3.02 POINT-OF-ENTRY CONNECTION REPLACEMENT A. Locate and replace all existing point-of-entry sewer connections on the main. B. Locations: 1. The exact locations of point-of-entry sewer connections are not known. An estimate of the point-of-entry connections are indicated on the Drawings and in the Pipe Schedule. 2. The Contractor shall maintain a log to record the method used to determine the status of all existing connections to the sewer mains. The log shall record the location of building connection sewers, reconnected or abandoned, and shall record the address(es) served by "live" connections. C. Replacement Connections: Install replacement building sewers on the most direct alignment between the property line and the main sewer, unless otherwise directed by the Engineer. The Contractor shall connect the building connection sewers to manholes when so directed by the Engineer. Provide outside drops when the invert of building connection sewer is 18 inches or more higher than the top of the main sewer. Payment for drops when a building sewer is connected to a manhole will be in accordance with general conditions. D. Sizes: 4-inch minimum diameter or match the size of the existing building sewer, whichever is larger. E. Cleanouts: Provide new cleanouts on each building sewer behind the curbs near the property line as shown on the Drawings. F. Pipe Laying: 1. Line and Grade: Lay the pipe on a uniform grade between the tee, wye, or the top of the riser section and the end of the existing house connection sewer at the point of reconnection. Minimum slope shall be 1/4-inch per foot unless otherwise permitted by the Engineer. Control the grade by means of a good- quality builder's level, not less than 24 inches in length. 2. Fittings: Maximum deflection permissible with one fitting shall not exceed 45 degrees except at vertical laterals, and shall be accomplished with long- radius elbows. Short-radius elbows will not be permitted, except by permission of the Engineer. Job No. 1345001.00 02530 - 8 Sanitary Sewer Pipe 3. Field cuts of existing building connections shall be performed in a neat and workmanlike manner providing a clean, flush, saw-cut end. 4. Any building connection sewer pipe upstream of the reconnection, which is damaged or loosened by the Contractor’s operation, shall be replaced or repaired at the Contractor's expense. 3.03 PIPING INSTALLATION A. Storage and Handling: 1. Great care shall be exercised to prevent damage to the pipe during handling, transportation or storage. Pipe shall not be stored on rough ground and rolling of the pipe on the coating will not be permitted. Any damaged pipe sections shall be repaired or replaced at the expense of the Contractor as satisfactory to the Engineer. 2. Store polyvinyl pipe under opaque covers, which do not transmit ultraviolet light. 3. Each pipe section shall be carefully inspected before installation, and all damaged areas patched in the field or replaced as satisfactory to the Engineer. B. General Piping Installation: 1. Trenching, bedding, and backfill for buried piping shall be as shown on the Drawings and as specified in Section 02302, Earthwork For Pipelines. 2. The profile drawings show invert elevations at certain structures and may show pipe slopes. In case of any conflicts the invert elevations shall govern over slopes. Install pipe with straight grades between indicated invert elevations. 3. Lay each length of pipe on a firm bed with a true bearing for its entire length between bell holes. Excavate holes of only sufficient size to accommodate the bell at each joint location. Adjust line and grade by scraping away, filling in and tamping the earth to provide true grade to fit the barrel of the pipe. No wedging or blocking up of the pipe will be permitted. The trench and bell holes shall be kept free from water during the laying of the pipe. 4. Except when noted specifically otherwise on the Drawings, whenever piping leaves a structure, concrete encasement, or concrete bedding, a joint capable of angular deflection shall be provided within 12 inches of the structure, encasement or bedding. 5. All dirt and foreign matter shall be removed from the pipe interior prior to installation and all joints shall be thoroughly cleaned before joining. 6. Plug open ends of pipe when construction is not underway. 7. Lay pipe upgrade with bell end forward, unless specifically shown otherwise. 8. After making each joint, rigidly secure the pipe in place by backfilling to the top of the pipe at the center, but not as to fill the bell hole nor interfere with the next jointing operation. C. Installation Specifics: 1. FRP pipe: a. Prior to installation, pipe shall be cleaned at each end, with lubricated and elastomeric seals attached to each end. b. Pipeline installation shall be done with ends accurately aligned and joined, pushed by forced not exceeding the manufacturer’s recommended limits. c. Install pipe, fittings, and specials in accordance with the Manufacturer’s recommendations, ASTM 3839, and AWWA M45. Each joint of pipe shall be inspected immediately prior to being lowered into the trench. If repair of Job No. 1345001.00 02530 - 9 Sanitary Sewer Pipe damaged areas is permitted by the Engineer, repair those areas per Manufacturer recommendations before the pipe is lowered into the trench. d. Install pipe in trench conditions as specified on specified embedment. e. Do not damage the gaskets and the ends of the pipe joints. Prior to jointing, inspect and verify that the pipe ends and gaskets are thoroughly clean with no foreign material. 2. PVC pipe: a. Install pipe in accordance with the manufacturer's instructions. b. Place pipe within the installation areas at least 24 hours prior to installation to permit temperature equalization. c. Cut pipe ends squarely, ream and deburr inside and out. d. Clean pipe ends and bells of dirt, grease and other foreign materials prior to making the joint. b. Cut pipe ends squarely, ream and deburr inside and out. c. Clean pipe ends and bells of dirt, grease and other foreign materials prior to making the joint. 3.04 CLEANING A. Prior to testing, the inside of each main sewer shall be thoroughly cleaned of all dirt, loose scale, sand and other foreign material. Cleaning shall be by flushing with water or balling as appropriate for the size and type of the pipe. 3.05 PERMANENT PLUGS A. Clean interior contact surfaces of all pipes to be cut off or abandoned. Construct a concrete plug in the end of all pipe 18 inches or less in diameter. Minimum length of concrete plugs shall be 8 inches. For pipe 21 inches and larger, the plugs may be constructed of common brick or concrete block. The exposed face of block or brick shall be plastered with mortar. All plugs shall be watertight and capable of withstanding all internal and external pressures without leakage. 3.06 TESTING A. See Section 01400 Quality Control for all testing requirements. END OF SECTION 2 THIS PAGE INTENTIONALLY BLANK. SECTION 02531 STORM SEWER PIPE PART 1 - GENERAL 1.01 SUMMARY A. Section Includes: Furnish and replace all storm sewer piping as shown on the Drawings, described in the Specifications and as required for a complete and operable system. The work includes replacement of existing storm sewers. B. Related Sections: 1. Section 02050: Demolition 2. Section 02302: Earthwork for Pipelines 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. A276 Standard for stainless and heat-resisting steel bars and shapes. 2. C33 Standard specification for concrete aggregates 3. C76 Specification for Reinforced Concrete Culvert, Storm Drain and Sewer Pipe 4. C443 Specification for Joints for Circular Concrete Sewer and Culvert Pipe, Using Rubber Gaskets 5. C923 Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes, and Laterals 1.03 SUBMITTALS A. Submit in accordance with Section 01300. B. Submit the following in for review: 1. Potholing Report: Verify by excavation, inspection and measurement all installation conditions, including existing utilities and structures, for buried pipe before preparation of Shop Drawings. Submit field measurements, elevations, station locations, and photos. See also paragraph 3.02, Existing Utilities, of Section 02302. 2. Shop Drawings: Submit data to show that the products specified in this Section conform to the Specification requirements. 3. Leakage Testing Plan. 4. Samples: Submit two sample gaskets of each type to be used with an explanation of the markings. 5. Test Results: As required herein. 1.04 QUALITY ASSURANCE A. All materials and equipment furnished under this Section shall be of manufacturers who have been regularly engaged in the design and manufacture of the materials and equipment for a period of at least 5 years. Job No. 1345001.00 02531 - 1 Storm Sewer Pipe B. Factory Quality Control: The Contractor shall test all products as required herein and by the reference specifications. C. Field Quality Control: 1. The Owner will: a. Inspect field welds and test the welds if it is deemed necessary. 2. The Contractor shall: a. Be responsible for the costs of additional inspection and retesting by the Owner resulting from non-compliance. 1.05 POTHOLING (CHECK ON LOCATIONS) A. Do not prepare any shop drawings for, or make final order for, or design any pipe materials for any particular section of pipeline until all utilities in that section of pipeline have been exposed, as specified in paragraph 3.02 of Section 02302, entitled Existing Utilities, and until such time as no interferences are found between said existing utilities and the proposed pipeline alignment. If interferences are found in any particular section of pipeline, do not prepare any shop drawings for, or make final order for, or design any pipe materials for that particular section of pipeline until the pipeline alignment has been modified by the Engineer to eliminate all such interferences. PART 2 – PRODUCTS 2.01 GENERAL A. Pipe sizes are nominal inside diameter unless otherwise noted. B. All materials delivered to the job site shall be new, free from defects, and marked to identify the material, class, and other appropriate data such as thickness for piping. C. Acceptance of materials shall be subject to strength and quality testing in addition to inspection of the completed product. Acceptance of installed piping systems shall be based on inspection and leakage tests as specified hereinafter. 2.02 REINFORCED CONCRETE PIPE (RCP) A. Pipe: Reinforced concrete culvert, storm drain, and sewer pipe, ASTM C76 except as modified herein. 1. Manufacture: a. 12-inch and 15-inch Pipe: Wet cast, centrifugally spun, or machine made. b. 18-inch and larger: Centrifugally spun or wet cast. 2. Cement: Type II. 3. Longitudinal Reinforcement: Extend into both the bells and spigots of each pipe. Epoxy coat ends of bars that rest on the forms. 4. Cover: Provide a minimum of 1-inch of concrete cover over the circumferential reinforcement. 5. Joints: Gasketed bell and spigot, all concrete, with bell cast integrally with the pipe, ASTM C443. Storm Sewer Pipe 02531 - 2 Job No. 1345001.00 B. Gaskets: Chloroprene, ASTM C443. C. Factory Tests: 1. Pipe tests: Perform the tests specified in Paragraph 5.1.2 of ASTM C76. Perform both the ultimate strength test and the .01-inch crack test for not less than one piece for each pipe size and class. Provide certification that three- edge-bearing load testing devices have been calibrated to two percent of the specified test load. Notify Owner 24 hours in advance of any test to allow scheduling of witness personnel. 2. Joint tests: Assemble two sections of pipe of each size and class. Test in accordance with Section 10 of ASTM C443. 3. Gasket tests: Test 3 gaskets of each size in accordance with Section 9 of ASTM C443. 2.03 CONNECTION DEVICES A. Transition Couplings: Couplings shall be designed to slip over the outside of the pipes being connected with a snug fit. Coupling shall be held in place and sealed with a stainless steel band clamp around each end. Couplings shall be specifically manufactured for making the transition between various types of pipe with different outside diameters. Couplings shall meet the requirements of the Uniform Plumbing Code. Fernco; Indiana Seal; or equal. B. Transition Donuts: They shall be designed to be inserted in the bells of sewer pipe to adapt the bell to accept the spigot of a smaller size spigot. They shall have reversed fins on the inside and outside to grip the bell and spigot. Transition donuts cast or grouted into concrete pipe or manhole sections shall have an outside diameter at least 2 inches greater than the inside diameter. Fernco; Indiana Seal; or equal. C. Manhole Adaptors: Manhole adaptors shall be SBR rubber manhole waterstops for use with PVC sewer pipe, Fernco, or equal. D. Flexible Manhole Connectors: ASTM C923 E. Other Devices: Other equivalent connection devices will be considered provided that they are made of elastomers. Metallic parts shall be stainless steel. PART 3 - EXECUTION 3.01 FLOW CONTROL A. Divert storm water around all storm drain replacement work areas. Furnish, install, and operate pumps, plugs, conduits, and other equipment to divert the flow of storm water around the pipeline reach in which work is to be performed. Plugs shall be designed so that all or any portion of the storm water can be released. The plug shall be provided with a tag line. The pumping system shall be of sufficient capacity to handle existing flow plus additional flow that may occur during a rainstorm. If pumping is required on a 24-hour basis and engine drives are required, engines shall be equipped in a manner to keep noise to a minimum. Refer to Section 01140 for noise control requirements. Standby pumps shall be provided as required. Job No. 1345001.00 02531 - 3 Storm Sewer Pipe Pumping shall be done in such manner as will not damage public or private property or create a nuisance or health menace. After the work has been completed, flow shall be restored to normal. 3.03 PIPING INSTALLATION A. Storage and Handling: 1. Great care shall be exercised to prevent damage to the pipe during handling, transportation or storage. Pipe shall not be stored on rough ground and rolling of the pipe on the coating will not be permitted. Any damaged pipe sections shall be repaired or replaced at the expense of the Contractor as satisfactory to the Engineer. 2. Each pipe section shall be carefully inspected before installation, and all damaged areas patched in the field or replaced as satisfactory to the Engineer. B. General Piping Installation: 1. Trenching, bedding, and backfill for buried piping shall be as shown on the Drawings and as specified in Section 02302, Earthwork For Pipelines. 2. The profile drawings show invert elevations at certain structures and may show pipe slopes. In case of any conflicts the invert elevations shall govern over slopes. Install pipe with straight grades between indicated invert elevations. 3. Lay each length of pipe on a firm bed with a true bearing for its entire length between bell holes. Excavate holes of only sufficient size to accommodate the bell at each joint location. Adjust line and grade by scraping away, filling in and tamping the earth to provide true grade to fit the barrel of the pipe. No wedging or blocking up of the pipe will be permitted. The trench and bell holes shall be kept free from water during the laying of the pipe. 4. Except when noted specifically otherwise on the Drawings, whenever piping leaves a structure, concrete encasement, or concrete bedding, a joint capable of angular deflection shall be provided within 12 inches of the structure, encasement or bedding. 5. All dirt and foreign matter shall be removed from the pipe interior prior to installation and all joints shall be thoroughly cleaned before joining. 6. Plug open ends of pipe when construction is not underway. 7. Lay pipe upgrade with bell end forward, unless specifically shown otherwise. 8. After making each joint, rigidly secure the pipe in place by backfilling to the top of the pipe at the center, but not as to fill the bell hole nor interfere with the next jointing operation. C. Installation Specifics: 1. Reinforced concrete pipe: a. Before joining the spigot into the bell of the previously laid pipe, the spigot groove, the synthetic rubber gasket and the bell shall be thoroughly cleaned. The spigot groove, synthetic rubber gasket and bell shall then be lubricated in accordance with the manufacturer's recommendations. Gasket shall be properly placed into the gasket groove on the spigot before joining. b. Pipe shall be jointed together to provide the proper space between abutting ends of pipe. In pipelines 24-inches and larger, metal or wooden spacers shall be placed against the inside shoulder of the bells at the springline. c. After a joint is assembled, a thin metal feeler gauge shall be inserted between bell and spigot and the position of the rubber gasket checked Storm Sewer Pipe 02531 - 4 Job No. 1345001.00 around the complete circumference of the pipe. If gasket is not in proper position, the pipe shall be withdrawn, the gasket checked to see that it is not cut or damaged, the pipe relaid, and the gasket position again checked. 3.04 CLEANING A. Prior to testing, the inside of each main shall be thoroughly cleaned of all dirt, loose scale, sand and other foreign material. Cleaning shall be by flushing with water or balling as appropriate for the size and type of the pipe. 3.06 LEAKAGE TESTS A. General: 1. Perform leakage tests on all storm drains installed in this project. 2. Furnish all equipment, materials, personnel, and supplies to perform the tests. 3. Pressure gauges and metering devices shall be of a type, accuracy and calibration acceptable to the Engineer. The Engineer may require certification of the gauges and meters by an independent testing firm at the Contractor's expense. 4. Leakage tests shall be performed on all piping at a time agreed upon and in the presence of the Engineer. B. The leakage test shall be made after all pipe is installed and backfilled, but prior to placing permanent resurfacing. The Contractor may conduct preliminary tests prior to backfill. If the Contractor elects to conduct preliminary tests, he shall provide any necessary temporary thrust restraint, and shall retest as set forth herein prior to surfacing placement. C. Leakage tests shall be air pressure tests conducted as follows: 1. Furnish all materials, equipment and labor for making an air test. Air test equipment shall be favorably reviewed by the Engineer. 2. The Contractor may conduct an initial air test of the storm sewer mainline after densification of the backfill. Such tests will be considered to be for the Contractor's information and need not be performed in the presence of the Engineer. 3. Each section of sewer shall be tested between successive manholes, or in sections if favorably reviewed by the Engineer, by plugging and bracing all openings in the mainline. Prior to any air pressure testing, all pipe plugs shall be checked to detect any air leakage. If any leaks are found, the air pressure shall be released, the leaks eliminated, and the test procedure started over again. The Contractor has the option of wetting the interior of the pipe prior to the test. 4. The final leakage test of the storm sewer mainline shall be conducted in the presence of the Engineer in the following manner: 5. Air shall be introduced into the pipeline until 4.0 psi (27kPa) gage pressure has been reached; or if groundwater is present, 4.0 psi (27kPa) above the computed pressure exerted by the average adjacent groundwater. Reduce the flow of air and maintain the air pressure within plus or minus 0.5 psi (3kPa) for at least 2 minutes to allow the internal air temperature to reach equilibrium. Pressure in the pipeline shall be constantly monitored by a gage and hose arrangement separate from hose used to introduce air into the line. A blowoff Job No. 1345001.00 02531 - 5 Storm Sewer Pipe valve shall be provided on the test apparatus to prevent over pressurizing the pipeline. The minimum time allowable for the pressure to drop from 3.5 pounds per square inch to 2.5 pounds per square inch gauge during a joint test, regardless of pipe size, shall be twenty (20) seconds. A drop in pressure from 3.5 psig to 2.5 psig (adjusted for groundwater level) in less than twenty seconds shall be cause for rejection. F. Reports: Keep records of each piping test, including: 1. Description and identification of piping tested. 2. Description of test procedure. 3. Date of test. 4. Witnessing by Contractor and Engineer. 5. Test evaluation. 6. Test reports shall be submitted to the Engineer. END OF SECTION Storm Sewer Pipe 02531 - 6 Job No. 1345001.00 SECTION 02560 INTERNAL INSPECTION OF PIPELINES PART 1 – GENERAL 1.01 REQUIREMENTS A. This specification defines the requirements for internal inspection of the existing 33- inch sewer line. The 33-inch sewer pipeline shall be inspected as specified herein prior to commencing rehabilitation work and after installation of CIPP. Pipeline inspection shall be performed using internal inspection methods such as closed- circuit television (CCTV) inspection or digital scanning and evaluation technology (DSET). The sewer line will be rehabilitated using cured-in-place pipe (CIPP) in accordance with Specification Section 02513. B. The Contractor shall be qualified or shall have a qualified independent company specializing in internal inspections inspect the 33-inch sewer pipeline interior using a color, high-definition camera and providing required documentation. The Contractor shall be responsible for properly inspecting the pipe, or providing approval of the finished inspection video. C. The Contractor shall have performed work successfully for at least three other similar projects in North Texas, within the last five years, with pipe lengths and pipe diameters similar to this Work. D. The field employee(s) designated by the Contractor to perform the inspection work shall have worked on other projects similar to this Work in North Texas and shall be experienced using the equipment proposed for this Work. E. Field operator(s) must have current National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP) Certification. F. Use of Preliminary Internal Inspection Records: 1. Preliminary internal inspection data will be used by the Contractor, and verified by the Engineer, to confirm the cured-in-place pipe (CIPP) rehabilitation technique scheduled for pipes to be rehabilitated. Preliminary internal inspection data may be used for the following: a. Cleaning prior to rehabilitation as specified in Section 02562; b. Identification of pipeline condition that makes rehabilitation unsuitable; c. Establish the size and location of points-of-entry or appurtenance connection where a connection liner will be installed after pipe lining is installed as specified in Section 02513; and d. Confirm pipeline diameters, ovality factors and other information as may be required by Contractor to complete CIPP rehabilitation as specified in Section 02513. Job No. 1345001.00 02560 - 1 Internal Inspection of Pipelines 1.02 REFERENCES A. NASSCO PACP Coding Manual. B. Other sections, not referenced below, may also be related to the proper performance of the work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1.03 SUBMITTALS A. Submittals shall be in accordance with Specification Section 01300. B. Shop Drawings: Catalog and manufacturer’s data sheets for inspection equipment. C. Field Data Acquisition System: User’s manual and office copy of the software for the field data entry system to be used to provide electronic data files. System shall be certified for NASSCO PACP Coding System. Provide to the Engineer prior to the start of internal inspection work. 1. CUES GraniteNet Software, Pipelogic, or approved equal. D. Quality Control Submittals: 1. Qualification References: Contact names and telephone numbers; 2. List of staff and equipment; 3. NASSCO PACP certifications; and 4. Look-ahead inspection schedules, one week in advance of Work. E. An example of work consisting of one electronic file of previous sewer inspection work complete with audio commentary and inspection record. The submittal shall show a variety of structural defects in sewers that are representative of the pipe sizes in this project. The inspection will be reviewed to determine if the quality of the inspection image is acceptable and if defects were properly identified and documented. The submittal shall be with the same camera, lighting equipment, and field data acquisition software proposed for the work. Electronic submittal shall be provided with office version of the proposed software. This will be provided to the Engineer to confirm the quality of the proposed inspection system at least two weeks prior to the start of internal inspection work. F. Completed Preliminary Internal Inspection and Post-Rehabilitation Inspection Records. 1. Internal inspections shall be completed at the following times: a. Prior to pipeline cleaning and rehabilitation; b. After CIPP lining, but prior to installation of connection liner or connection sealing (if applicable); and c. After installation of connection liner or connection sealing (if applicable) and final cleaning and after point repair backfilling (if applicable). PART 2 - PRODUCTS 2.01 INSPECTION EQUIPMENT A. Equipment to operate inside the pipe including, but not limited to, cables, power source, lights, and camera shall be operative in 100 percent humidity conditions. Internal Inspection of Pipelines 02560 - 2 Job No. 1345001.00 B. Support equipment including, but not limited to, monitor, footage counter, winches, rewinders, and computer, recording instruments located above-ground suitable to inspection work. C. Camera: 1. Camera shall be nationally-recognized testing laboratory (NRTL) certified for a normal sewer environment when gas meter readings of the manhole airspace indicate an LEL less than 10 percent and shall be explosion proof certified for hazardous environment when gas meter readings of the manhole environment indicate an LEL greater than 10 percent; 2. Resolution: 350 lines per inch, minimum, color image; 3. Pan and tilt unit, with adjustable supports specifically designed and constructed for operation in connection with pipe inspection; 4. 65-degree viewing angle, minimum and automatic or remote focus and iris controls; 5. Skid mounts, sized for each pipe diameter, or self propelled; 6. Equipped with tag line suitable for pulling camera backwards; and 7. Automatic or remote-controlled tint and brightness balance adjustments. D. Camera Lighting: 1. Minimize reflection; 2. Sufficient for diameters from 15 to 48 inches; 3. Provide clear view of entire inside periphery of pipe; and 4. Adjustable through range from 4 inches to infinity. E. Remote Reading Footage Counter: 1. Calibration: each day prior to start of work using walking meter, roll-a-tape, or other suitable device; and 2. Accurate to plus or minus 2/10ths of a foot over 1,000 feet of pipe inspected. 2.02 RECORDING MEDIUM A. The inspection shall be recorded, stored and submitted on DVD’s or external hard drives in high quality MPG format on disks formatted for use with PC systems. The audio portion of the composite disc shall be sufficiently free from electrical interference and background noise to provide complete intelligibility of the oral report. PART 3 - EXECUTION 3.01 GENERAL A. ALWAYS record pipe identification by upstream manhole first and downstream manhole second, including reverse setups. If report format has starting and ending manhole, always use upstream and downstream manhole instead of starting and ending manhole. Any inspection report that does not provide the manholes in this order will be rejected. B. Defect Coding: National Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification Program (PACP) coding system, latest version, shall be used to document all defects visible on the image recordings. Job No. 1345001.00 02560 - 3 Internal Inspection of Pipelines C. The camera shall be pulled through the sewer pipeline in the downstream direction. If the pipe is partially televised due to an unavoidable obstruction in the pipeline, then inspection will be provided in the upstream direction, against the flow, and both segments must be submitted together. D. Line segments shall be televised complete from structure to structure in a continuous run. Image stream must clearly show the camera starting and ending at the upstream and downstream structures, unless a defect(s) does not allow it. Do not record partial televising of a segment and then record another partial run. E. Pipe defects shall be recorded, in addition to any location determined not to be clean, part of a proper liner installation, or liner defects (including, but not limited to, bumps, folds, tears, dimples, etc.). These locations shall be noted in the report for later reference by the Owner and Engineer. 3.02 INSPECTION RATE Maximum rate of travel shall be 30 feet per minute when recording. The camera shall be stopped for a minimum of 5 seconds at each pipe defect. 3.03 REQUIRED FIELD IN HEADER FILE Opening Screen Fields: according to PACP format standards and valid codes and as amended below: - Operator’s Name - PACP Certificate No. - Sheet No. - Date - City Name (where work is being performed, use county name if not within city limits) - Upstream Manhole Number - Downstream Manhole Number - Direction of Survey (reverse or downstream only) - Size 1 (diameter of round pipe, or wide of other shape) - Material - Media number (unique number for every disc on the project e.g. date - # or 110206-1 or 110206-2) - Pre-cleaning - System Owner – Trinity River Authority - Survey Customer - (Contractor’s Name) - Drainage Area (subbasin number or interceptor name) - Purchase Order No. (or work order number if in-house crews) - Pipe Segment Reference (GIS) (use if available on GIS map) - Time - Upstream Rim to Invert Elevation - Upstream Rim to Grade - Downstream Rim to Invert Elevation - Downstream Rim to Grade - Use of Pipeline – Sewer Line - Lining Method Internal Inspection of Pipelines 02560 - 4 Job No. 1345001.00 - Total Length of Pipe (from drawings center of manhole upstream to center of manhole downstream) - Total Length Surveyed (from inspection edge of upstream manhole to edge of downstream manhole) - Purpose of Survey - Additional Information (complete for “other” code used in previous fields) 3.04 RECORDING A. Set the camera so that axis is as close to centerline of pipe as possible. B. Provide a 360-degree view of the pipe interior when moving forward. C. Keep camera lens clean and clear. If material or debris obscures image and reduces visibility, clean or replace lens prior to proceeding with inspection. D. Camera lens may submerge only while passing through clearly-identifiable line sags (or vertical misalignments). E. Lighting intensity shall be remote controlled and shall be adjusted to minimize reflective glare. Lighting and camera quality shall provide a clear, in-focus image of the inside periphery of the sewer. F. The system of cabling employed to transport the camera and transmit its signal shall not obstruct the camera’s view. G. Pipe defects according to NASSCO PACP standards shall be recorded, in addition to any location determined not to be clean, part of a proper liner installation, or liner defects (including, but not limited to, bumps, folds, tears, dimples, etc.). H. Record inside view of each lateral connection. I. Loss of color or severe red or green color will be cause for rejection of inspection. J. Record in English units. K. Continuous Footage Readings: 1. Visible on image at all times; 2. Record defect locations to the nearest one-half foot (e.g. 2.5 feet); and 3. Line segment recording will be rejected if continuous footage meter is inaccurate, not visible, or leave doubt as to the total length of pipe inspected. L. Loss of vertical hold will constitute a cause for rejection. M. Do not include defect codes on image at any time. N. Opening Screen 1. Failure to provide opening screen with correct information will result in the rejection of the entire pipe segment inspected. 2. The opening screen should include, at a minimum: a. Agency Name: Trinity River Authority; Job No. 1345001.00 02560 - 5 Internal Inspection of Pipelines b. Project Title: Elm Fork Subsystem, Coppell Interceptor Improvements Project, TRA Contract No. 13-27; c. Date of Inspection: month/day/year; d. Upstream and Downstream Manhole Identification Numbers. These manhole numbers shall always be provided in this order, regardless of inspection direction; e. Pipe Size: in inches. Use calipers or measuring rod to verify diameter of inlet and outlet pipes in manholes; f. Pipe Material: using standard NASSCO PACP codes; and g. Inspection Direction: Normal (upstream to downstream) or reverse (downstream to upstream). O. Continuous View 1. Include current distance along pipe segment (counter footage). 2. Do not include pipe structure identification number along active image (only on opening screen). P. Audio Commentary 1. Description of inspection setup, including related information from opening screen. 2. Unusual conditions. 3. Do not provide audio at any time in a way that characterizes defect. 3.05 INSPECTION RECORDS A. Electronic Inspection Report 1. Electronic Format: Electronic file shall be consecutively numbered and labeled and submitted to the Engineer. The Engineer will review to make sure that the required information is provided and the recording is of acceptable quality. If the Engineer determines that the disc is defective or not of adequate quality, the Contractor shall inspect again at no additional cost to the Owner. 2. Complete one inspection record for each manhole-to-manhole section of pipe. 3. Provide separate records for normal and reverse setups of same segment. 4. Originals shall be maintained onsite throughout Project and two copies shall be submitted to Engineer. 5. Access based electronic file of all inspection data to be provided. 6. Contractor shall maintain a copy of all inspection documentation (electronic data and databases) for the duration of the work and warranty period. 7. Provide documentation of any unidentified points-of-entry not shown on the construction plans encountered during the inspection. B. Electronic Disc Labeling 1. Provide hard copy list of segments on disc or external hard drive and that indicates the following: a. Owner Name: Trinity River Authority. b. Project Title: Elm Fork Subsystem, Coppell Interceptor Improvements Project, TRA Contract No. 13-27, File No. 3136.110. c. Date of Inspection: month/day/year. d. Inspection company. e. Segment ID’s: do not duplicate numbers at any time during the inspection work. Internal Inspection of Pipelines 02560 - 6 Job No. 1345001.00 C. Still Image: 1. Provide whenever defect is encountered that interrupts completion of inspection (i.e., collapsed pipe, deformed pipe, severe offset joints, heavy debris or roots). 2. Provide typed label on front of photograph with upstream and downstream identification numbers, footage (if not visible on photograph), and defect type. D. Written Inspection Summary: 1. Prepare one page summary for each week’s submittal with electronic submittal and include: a. Summary of discs clearly indicating which pipe segments are on each disc and include: (1) Upstream and Downstream Structure (2) Reverse or Normal Setup (3) Pipe Size (4) Pipe Length (feet) (5) Inspected Length (feet) (6) Date Inspected b. Summary of still images: Upstream and downstream manhole numbers, footage where image was taken, description of what image is showing. E. Look-ahead Schedules: Prepare at least one (1) week in advance, identifying areas to be investigated. Schedules shall include upstream and downstream structure numbers, street locations, pipe size, pipe length, and dates. 3.06 DRAWING CORRECTIONS A. Inventories or maps shall be corrected to reflect actual field conditions and corrections shall be incorporated into the as-built drawings. B. Verify pipe material, diameter and surface lengths between manholes. 3.07 QUALITY ASSURANCE A. The Engineer will review inspection data to ensure compliance with the requirements listed of the Contract Documents. If, in the opinion of the Engineer, the inspection is not acceptable, re-inspection will be completed by the Contractor at no additional cost to the Owner. B. The Contractor shall be responsible for modifications to his equipment and/or inspection procedures to achieve report material of acceptable quality. No work shall commence prior to approval of the material by the Engineer. Once accepted, the report material shall serve as a standard for the remaining work. END OF SECTION Job No. 1345001.00 02560 - 7 Internal Inspection of Pipelines THIS PAGE INTENTIONALLY BLANK Internal Inspection of Pipelines 02560 - 8 Job No. 1345001.00 SECTION 02562 SEWER PIPE CLEANING PART 1 – GENERAL 1.01 REQUIREMENTS A. This section specifies the requirements for cleaning and survey of the sewer pipe prior to rehabilitation and Engineer’s quality assurance inspection. Work for cleaning consists of furnishing all labor and equipment to remove and dispose of the accumulated sediments and obstructions in the sewer pipeline and survey of the existing pipeline once cleaned as indicated on the Drawings. B. Cleaning of the sewer pipe with high-pressure hydraulic cleaning equipment, shall be required prior to installation of cured-in-place pipe (CIPP) liner in the existing pipeline. C. No chemicals shall be used to clean the sewer without prior written authorization of the Engineer. In no case shall any chemical additive be used that might be considered hazardous, or considered detrimental to organisms or equipment, or detrimental to old or new pipe materials. D. Cleaning of the sewer pipe is considered as incidental to the unit cost or lump sum pay items for rehabilitation of the sewer pipeline. The Contractor shall be responsible for assessing the existing facilities, and the Owner will determine the expected quantity of sediments, debris, grease, scale, and encrustations to be removed from the pipeline by the cleaning process selected by the Contractor to comply with the requirements of this Section. 1.02 REFERENCES A. Division 01 – General Requirements B. Section 01040 – Project Administration C. Section 02513 – Cured-in-Place Pipe (CIPP) D. Section 02560 – Internal Inspection of Pipelines E. Other Sections, not referenced herein, may also be related to the proper performance of the work. It is the Contractor’s responsibility to perform all the work required by the Contract Documents. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300. B. A letter identifying the equipment and the methods the Contractor plans to employ to remove sediment, debris, grease, scale, and encrustations in the sewer pipeline. The letter shall include: Job No. 1345001.00 02562 - 1 Sewer Pipe Cleaning 1. Detailed explanation of the entire cleaning process including removal and disposal of debris. 2. Schedule of activities. 3. References where the Contractor has used the identified cleaning method successfully within the past three (3) years. 4. List of actions planned to mitigate impact to the public during the cleaning operation. 5. Survey data obtained for the existing pipeline and any potential deviations from the flow lines shown on the Drawings. PART 2 - PRODUCTS 2.01 EQUIPMENT A. Cleaning equipment shall be capable of removing dirt, grease, and obstructions such as hanging gaskets from pipelines. B. High-Velocity, Hydro Cleaning Equipment: 1. High-Pressure Hose: 700 feet, minimum 2. Hydraulically driven hose reel. 3. High Velocity Nozzle a. Two, minimum. b. Capable of producing scouring action from 10 degrees to 45 degrees in lines to be cleaned. 4. High-velocity Gun: Capable of producing flows ranging from fine spray to long distance solid stream. 5. Water Tank: 500-gallon storage, minimum. 6. Auxiliary engines and pumps. 7. Equipment Operating Controls: Locate above ground. 8. Working Pressure: Minimum 2,000 pounds per square inch at 35 gallons per minute. C. Mechanically-Powered Equipment 1. Bucket Machine: a. Furnish with buckets in pairs, and with sufficient dragging power to perform work efficiently. b. Use V-belts for power transmission or have overload device. No direct drive machines permitted. c. Equip with take-up drum and minimum 700 feet of cable. PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall at all times conduct work to prevent any blockage and minimize surcharging in the sewer structures and connecting pipelines. Damage to existing facilities as a result of the Contractor’s work shall be promptly repaired in kind at no additional cost to the Owner. B. When using hydraulically propelled cleaning tools that depend on water pressure to provide cleaning force, or tools that retard flow are used, take precautions to Sewer Pipe Cleaning 02562 - 2 Job No. 1345001.00 ensure that water pressure created does not damage or cause flooding of public or private property. C. The Contractor shall be thoroughly familiar with all phases of sewer pipe cleaning to ensure the completion of this Contract without causing a health hazard or damage to the sewage system, public, and private properties. 3.02 PIPELINE CLEANING A. The Contractor shall clean existing sediment, debris, scale, encrustations, grease accumulations, and obstructions such as hanging gaskets from the pipelines to be lined and adequately prepare the surfaces for rehabilitation. B. The Contractor shall document cleaning activities on a Cleaning Log Form. C. Cleaning shall restore pipe to a minimum of 99 percent of original carrying capacity. No debris, based on visual observation documented by internal inspection, shall remain in the pipe. D. Make minimum of two cleaning passes through the pipe segments. E. Begin cleaning at upstream end of system and proceed in downstream direction, unless conditions warrant cleaning upstream and are approved by the Engineer in prior to commencing the Work. F. Supply water for performing high-velocity hydro cleaning or flushing: Water may be obtained from the City of Coppell and City of Carrollton public water systems. The Contractor shall make the necessary arrangements for securing and transporting all water required, as specified in Section 01040. G. Hanging gaskets have been identified on the 33-inch pipeline. It is the Contractor’s responsibility to remove these obstructions as required through mechanical cleaning efforts to address the gaskets if they present a hindrance to the rehabilitation and lining of the pipeline. 3.03 DISPOSAL OF SEDIMENTS A. All materials dislodged during cleaning shall be removed from the work area and transported to an approved disposal site. B. Remove sediments and material from cleaning operation at the end of each workday. C. If debris volumes in the pipeline are too large to remove with hydraulic jet cleaning equipment, cleaning shall be performed by the Contractor using a bucket machine. D. The Contractor shall be responsible for transporting and disposing, including all disposal fees, of any sediments and material removed from the sewer. Off-site disposal of all material removed from the sewer shall be the Contractor’s responsibility. E. On-site stockpiling of removed material will not be permitted. Job No. 1345001.00 02562 - 3 Sewer Pipe Cleaning F. The Contractor is responsible for obtaining all necessary permits and approval and paying fees from all regulatory agencies required to perform the work, including transport of sediments. 3.04 VERIFICATION OF CLEANING A. Contractor shall demonstrate to Engineer results of cleaning effort. Verification shall be made by internal inspection records, as specified in Section 02560. Reclean pipeline segment if Engineer determines that the segment has not been adequately cleaned. Contractor shall provide Owner with two copies each of the pre and post videos. END OF SECTION Sewer Pipe Cleaning 02562 - 4 Job No. 1345001.00 SECTION 03100 CONCRETE FORMWORK PART 1 – GENERAL 1.01 SCOPE OF WORK A. This section defines requirements for design, construction, erection and removal of concrete formwork. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3 - Concrete. 1.03 REFERENCE STANDARDS A. American Concrete Institute (ACI). 1. American Concrete Institute; ACI 117, Standard Specifications for Tolerances for Concrete Construction and Materials. 2. American Concrete Institute; ACI 301, Specifications for Structural Concrete. 3. American Concrete Institute; ACI 347, Recommended Practice for Concrete Formwork. 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Division 1. B. Submit manufacturer’s literature, data and installation instructions for all proprietary materials, manufactured form systems, ties and accessories. C. Submit proposed method of sealing form tie holes; coordinate with details shown. 1.05 STORAGE AND HANDLING OF MATERIALS A. Store materials above ground on framework or blocking. Cover wood for forms and other accessory materials with protective waterproof covering, providing for adequate ventilation. Store materials in accordance with all manufacturer’s recommendations. B. Form lumber shall be delivered to the job site as far in advance of its use as is practical, and shall be carefully stacked clear of the ground in such a manner as to facilitate air-drying. C. Handle materials to prevent damage in accordance with the manufacturer’s recommendations. 1.06 QUALITY ASSURANCE A. Design Criteria for Formwork, Falsework and Shoring Job No. 1345001.00 03100 - 1 Concrete Formwork 1. The design and engineering of all concrete formwork, including all shoring, bracing and reshoring, shall be the responsibility of the Contractor and shall be performed by an engineer registered in the state where the project is located. 2. Design for loads, lateral pressure, and allowable stresses as described in ACI 347. Design for all lateral loads and other applicable requirements of controlling local building codes. 3. Camber formwork to compensate for anticipated deflection during placement of concrete when required to maintain specified tolerances. 4. Design formwork to be readily removed without impact, shock, or damage to concrete surfaces and adjacent materials. 5. Design for fresh concrete as the pressure exerted by a liquid weighing 150 pounds per cubic foot. Additionally, the rate of concrete placement, concrete temperature and all other pertinent factors shall be taken into account. 6. Design for all construction loads imposed during construction. 7. Forms shall have adequate stiffness to maintain mortar-tightness and true final dimensions of member being constructed within specified construction tolerances. 8. Falsework and shoring shall be designed to provide required strength and stiffness to insure safety and that no excessive settlement or deformation occurs. 9. Falsework and shoring shall be supported on an adequate foundation to provide required strength and stiffness to support the superimposed load without settlement. B. Alignment Control & Allowable Tolerances 1. Construct and erect formwork in accordance with ACI 117, ACI 301 and ACI 347. 2. True alignment of walls and other vertical surfaces having straight lines shall be controlled and checked. Forming shall be arranged with provisions for adjusting the horizontal alignment after the form has be filled with concrete. Establish a transit line or other reference so that adjustments can be made to an established line while the concrete is still plastic. PART 2 – PRODUCTS 2.01 MATERIALS A. Lumber 1. Properly seasoned and of good quality; free from loose or unsound knots, holes, shakes, splits, decay and other imperfections that would affect its strength or adversely affect the finished concrete surface. B. Form Linings 1. Fiberboard: Hardwood finished smooth on one side with minimum thickness of 3/16 inch. 2. Plywood: Conforming to APA HDO; exterior exposure waterproof adhesive with minimum thickness of 3/8 inch. C. Form Release Agent: 1. A ready to use water based material formulated to eliminate or reducre surface imperfections free of kerosene, mineral oils, waxes or resins. Concrete Formwork 03100 - 2 Job No. 1345001.00 2. Release agent shall not discolor or injuriously affect the finished concrete surface, subsequent coatings or concrete curing. D. Coating for Plastic Forms 1. Alkali-resistant gel-coat. 2.02 FABRICATIONS A. Forms 1. General a. Chamfers: Provide a chamfer on all exposed edges by using either wooden or plastic chamfer strips. Chamfer strips shall be a forty-five degree right triangle in section with the two shorter sides measuring 3/4-inch. b. Waterproofed Surfaces: At surfaces to be waterproofed, provide formwork with sufficient anchor pattern to facilitate bond of the membrane waterproofing. 2. Smooth Forms: a. Construct formwork with plywood; tempered, concrete-form hardboard; dressed lumber faced with plywood or fiberboard lining; metal; plastic; or metal-framed plywood-faced panel material acceptable to the Engineer to provide continuous, straight smooth surfaces. Form material will be free of raised grain, torn surfaces, worn edges, patches, dents or other defects. Furnish material in largest practical sizes to minimize the number of joints and, when shown on the drawings, conform to the joint system shown. Form material will have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Smooth forms will be used on all concrete surfaces exposed to view or liquid in the completed structure. 3. Rough Forms: a. Construct forms of dressed or undressed lumber free of knots, splits, or other defects; plywood; metal; or other material acceptable to the Engineer. Material shall have sufficient strength and thickness to withstand the pressure of newly placed concrete without bow or deflection. b. Rough forms may be used on concrete surfaces that will not be exposed to view or liquid in the completed structure. B. Metal Forms 1. All specified requirements for “Forms” regarding design, mortar tightness, geometry, bevels, chamfers, bracing, alignment, removal, re-use, oiling, etc. shall apply equally to metal forms. 2. Metal used for forms shall have adequate thickness to remain true to shape. Clamps, pins and other connecting devices shall be designed to hold the forms rigidly together and allow form removal without injury to the concrete. 3. Bolt and rivet heads on exposed surfaces shall be countersunk. 4. Metal forms that do not present a smooth surface free from rust, grease or other foreign materials that discolor concrete shall not be used. C. Slip Forming 1. Slip forming is not permitted. 2.03 FORM ACCESSORIES A. Form Ties Job No. 1345001.00 03100 - 3 Concrete Formwork 1. Form ties shall be of the removable end, permanently embedded body type and shall have sufficient strength and rigidity to support and maintain the form in proper position and alignment without the use of auxiliary spreaders. 2. Use removable cones of one-inch by one-inch minimum size on the end of the form tie. 3. Grout depressions left in concrete by the cones with non shrink grout after the ends of the cones have been removed. B. Form Sealer 1. Surface sealer that will not bond with, stain, or adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces when applied to most forms or form liners. A ready-to-use water based material formulated to reduce or eliminate surface imperfections, containing no mineral oil or organic solvents. Environmentally safe, meeting local, state, and federal regulations. PART 3 – EXECUTION 3.01 FORM CONSTRUCTION A. General 1. All formwork, scaffolds and work platforms shall be safe and conform to OSHA Requirements. 2. Construct and maintain formwork, complying with ACI 347 and these specifications so that it will maintain correct sizes of members, shape, alignment, elevation and position during concrete placement and until concrete has gained sufficient strength. Provide for openings, offsets, sinkages, keyways, recesses, moldings, anchorages and inserts, as required. 3. Construct forms for easy removal without damage to concrete surfaces. 4. Formwork shall be sufficiently tight to prevent leakage of cement paste during concrete placement. Solidly butt joints and provide backup material at joints as required to prevent leakage and fins. 5. Chamfer strips shall be placed in forms to bevel all edges and corners permanently exposed to view, except the top edges of walls and slabs which are shown to be tooled. Edges of formed joints and interior corners shall not be beveled unless shown or specified otherwise. Equipment bases shall have formed beveled edges for all vertical and horizontal corners. Unless otherwise noted, bevels shall be 3/4-inch wide. 6. Form ties shall be employed in such places and at such intervals as to securely hold the forms in position during the placing of concrete, and to withstand the weight and pressure of the wet concrete. Ties of a type intended to be entirely removed shall be coated with an acceptable lubricant to safeguard against damaging the concrete during such removal. The use of wire ties will not be permitted. 7. Provide temporary openings at the base of column and wall forms and at other points as required to facilitate observation and cleaning immediately before concrete is placed. Temporary opening shall be 2' x 2' in size or as required by Owner’s Representative. 8. If runways are required for moving equipment, provide for support of runways with struts or legs resting directly on the formwork or structural member. Do not allow runways or supports to rest on reinforcing steel. Concrete Formwork 03100 - 4 Job No. 1345001.00 9. Provide openings below large pipe (over 10" diameter) or large embedments to allow adequate concrete fill and minimize honeycombs and voids. 10. Construct forms with such care as to produce concrete surfaces which will not have unsightly or objectionable form marks in exposed concrete surfaces. Forms shall have all contact surfaces thoroughly cleaned before reuse. B. Forms for Surfaces Exposed to View or Liquid: 1. Drill forms to suit ties used and to prevent leakage of concrete mortar around tie holes. Form ties shall be uniformly spaced and aligned in rows. 2. Provide sharp, clean corners at intersecting planes, without visible edges or offsets. Back joints with extra studs or girts to maintain true, square intersections. 3. Form molding shapes, recesses and projections with smooth-finish materials and install in forms with sealed joints to prevent displacement. 4. Form exposed corners of beams and columns to produce square, smooth, solid, unbroken lines. Provide all exterior exposed corners with 3/4-inch chamfer. 5. Arrange facing material in an orderly and symmetrical fashion. Keep the number of seams to a practical minimum. Support facing material adequately to prevent deflection in excess of allowable tolerances. 6. For flush surfaces exposed to view in the completed structure, overlap previously placed hardened concrete with form sheathing by approximately 1- inch. Hold forms against hardened concrete to maintain true surfaces, pre- venting offsets or loss of mortar. C. Edge Forms and Screed Strips for Slabs: Set edge forms or bulkheads and intermediate screed strips for slabs to obtain required elevations and contours in the finish slab surface. Provide and secure units to support types of screeds required. D. Surface to Receive Membrane Waterproofing: Provide chamfers for external corners in concrete surfaces that will be covered with membrane waterproofing. Provide a continuous reglet at line of top of membrane waterproofing on vertical surfaces. Coordinate location with waterproofing applicators. 3.02 TOLERANCES A. Construct formwork so that concrete surfaces will conform to tolerance limits as listed in ACI Sections 117, 301 and 347. B. Establish sufficient control points and bench marks as references for tolerance checks. Maintain these references in undisturbed condition until final completion and acceptance of the project. 3.03 ADJUSTMENTS OF FORMW ORK A. Use wedges or jacks to provide positive adjustment of shores and struts. Wedges used for final adjustment of forms should be fastened in position after final inspection and before concrete placement. B. Securely brace forms against lateral deflections. Prepare to compensate for settling during concrete placement. C. For wall openings, construct wood forms that facilitate any necessary loosening to counteract swelling of forms. Job No. 1345001.00 03100 - 5 Concrete Formwork 3.04 PREPARATION OF FORM SURFACES A. Before placing concrete, clean surfaces of forms and embedded materials. Remove accumulated mortar, grout, rust and other foreign matter. B. Coat forms for exposed or painted concrete surfaces with form oil or form-release agent before placing reinforcement. Cover form surfaces with coating material used in strict accordance with the Manufacturer's printed instructions. Do not allow excess coating material to accumulate in forms or to contact hardened concrete against which fresh concrete will be placed. Remove coating material from reinforcement before placing concrete. C. Other than retained-in-place metal forms, forms for unexposed surfaces may be wet with water immediately before concrete placement in lieu of coating. One exception is that when a possibility of freezing temperatures exists, use of a coating is mandatory. 3.05 REMOVAL OF FORMS A. Forms shall not be removed until the concrete has adequately hardened and set. Clamps or tie rods may be loosened twenty-four (24) hours after the concrete is placed; ties, except for a sufficient number to hold the forms in place, may be removed at that time. B. Forms on vertical surfaces, when repair of surface defects or finishing is required before concrete is aged, may be removed as soon as concrete has hardened sufficiently to resist damage from removal operations. C. Remove top forms on sloping surfaces of concrete as soon as concrete has attained sufficient stiffness to prevent sagging. Loosen wood forms for wall openings as soon as this can be accomplished without damage to concrete. Formwork for columns, walls, sides of beams, and other parts not supporting weight of concrete may be removed provided that concrete has hardened sufficiently to resist damage from removal operations and provided the removal of these forms will not disturb members supporting the weight of the concrete. D. All forms and shoring used to support weight of concrete or any construction loads shall remain in place until concrete has reached the minimum strength specified for removal of forms and shoring. In no case shall forms be removed in less than 4 days. 3.06 REMOVAL STRENGTH A. Control Tests: Suitable strength control tests will be used as evidence that concrete has attained specified strength for removal of formwork or shoring supporting weight of concrete in beams, slabs, and other structural members. 1. Field-Cured Test Cylinders. When field-cured test cylinders reach the specified removal strength, formwork or shoring may be removed from the respective concrete placements. Strength data from field-cured test cylinders shall be furnished by the Contractor. 2. Laboratory-Cured Test Cylinders. When concrete has been cured as specified for cast-in-place concrete for the same time period required by laboratory-cured cylinders to reach specified strength, the formwork or shoring may be removed from respective concrete placements. Determine the length of time that the Concrete Formwork 03100 - 6 Job No. 1345001.00 concrete placement has been cured by totaling the number of days or fraction of days, not necessarily consecutive, during which the air temperature surrounding the concrete is above 50 degrees F and the concrete has been damp or thoroughly sealed against evaporation and loss of moisture. B. Compressive Strengths: The minimum concrete compressive strengths for removal of all formwork supporting the weight of concrete shall be 75 percent of the specified minimum 28 day strength of the class of concrete involved. 3.07 RESHORING A. When reshoring is permitted or required, plan operations in advance and secure approval of such operations. While reshoring is under way, keep live load off the new construction. Do not permit concrete beams, slab, column or other structural member to be subjected to combined dead and construction loads in excess of loads permitted for developed concrete strength at the time of reshoring. B. Place reshores as soon as practicable after stripping operations are complete but in no case later than the end of the working day on which stripping occurs. Tighten reshores to carry the required loads without overstressing construction. Leave reshores in place until tests representative of concrete being supported have reached specified strength at time of removal of formwork supporting the weight of concrete. C. Floors supporting shores under newly placed concrete shall have their original supporting shores left in place or shall be reshored. The reshores shall be located directly under a shore position above unless other locations are permitted. Extend reshoring over a sufficient number of stories to distribute weight of newly placed concrete, forms and construction live loads in such a manner that design superimposed loads of floors supporting shores are not exceeded. D. Reshoring shall comply with ACI 301, “Specifications for Structural Concrete for Buildings”. 3.08 FORM REUSE A. Do not reuse forms that are worn or damaged beyond repair. Thoroughly clean and recoat forms before reuse. For wood and plywood forms to be used for exposed smooth finish, sand or otherwise dress concrete contact surface to original condition or provide form liner facing material. For metal forms, straighten, remove dents and clean to return to original condition. END OF SECTION Job No. 1345001.00 03100 - 7 Concrete Formwork THIS PAGE INTENTIONALLY BLANK Job No. 1345001.00 03200 - 1 Concrete Reinforcement SECTION 03200 CONCRETE REINFORCEMENT PART 1 – GENERAL 1.01 SCOPE OF WORK A. This section specifies requirements for all concrete reinforcement. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3, Concrete. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A36: Standard Specification for Structural Steel. 2. ASTM A82: Standard Specification for Steel Wire, Plain, for Concrete Reinforcement. 3. ASTM A184: Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement. 4. ASTM A185: Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete. 5. ASTM A496: Standard Specification for Steel Wire, Deformed, for Concrete Reinforcement. 6. ASTM A497: Standard Specification for Welded Deformed Steel Wire Fabric for Concrete Reinforcement. 7. ASTM A615: Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 8. ASTM A706: Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. 9. ASTM A775: Standard Specification for Epoxy-Coated Steel Reinforcing Bars. B. American Concrete Institute (ACI): 1. ACI 315: Manual of Standard Practice for Detailing Reinforced Concrete Structures. 2. ACI 318: Building Code Requirements for Reinforced Concrete. 3. ACI 350: Code Requirements for Environmental Engineering Concrete Structures C. Concrete Reinforcing Steel Institute (CRSI) 1. CRSI Manual of Standard Practice. 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Division 1. B. Certificates: Submit the Manufacturer’s certificate giving the properties of steel proposed for use. List the Manufacturer’s test number and heat number, chemical Concrete Reinforcement 03200 - 2 Job No. 1345001.00 analysis, yield point, tensile strength and percent elongation. Also identify on the certificates the proposed location of the steel in the work. C. Bill of Materials: Submit bills of materials to be reviewed with shop drawings. D. Shop Drawings: 1. Show reinforcement fabrication, bar placement location, splices, spacing and bar designation, bar type, length, size, bending, number of bars, bar support type, and other pertinent information, including dimensions. Information must correspond directly to data listed on the bill of materials. 2. Provide sufficient detail to permit placement of reinforcement without use of design drawings. Reproduction of design drawings for use as shop drawings will not be allowed. Do not begin fabrication of reinforcing steel until after shop drawings have been reviewed by the Owner’s Representative. 3. Detail shop drawings in accordance with ACI 315. 4. Rebar submittal shall include following information. a. Grade of bars. b. Table of bending dimensions, bar size, bar length, number of bars and spacing. c. The reinforcing shall be listed separately for each structural element (wall, slab, footing, beam, etc.). Each element shall be labeled on the bar list and clearly identified on the shop drawings. d. Each bar shall be identified such as corner bars, tie bars, vertical bars, etc. E. Quality Control Submittals. 1. Mechanical Threaded Connections. a. Provide verification that device threads have been checked and meet all requirements for thread quality, in accordance with manufacturer’s published methods. 2. Mill Test Reports. a. Provide certified copies, evidencing compliance with the requirements of these Specifications, shall be delivered to the Owner with all deliveries of reinforcing steel. 1.05 DELIVERY, STORAGE, AND HANDLING A. Unloading, storing and handling bars on the job shall meet CRSI publication “Placing Reinforcing Bars”, and the following: 1. Deliver steel with suitable hauling and handling equipment. 2. Tag steel for easy identification. 3. Store to prevent contact with the ground. 4. Protect reinforcing, as far as practicable, from mechanical injury, surface deterioration and rusting caused by exposure to the weather. 1.06 NOTIFICATION A. Notify the Owner’s Representative at least 48 hours before concrete placement so that reinforcement may be inspected and errors corrected without delaying the work. Job No. 1345001.00 03200 - 3 Concrete Reinforcement PART 2 – PRODUCTS 2.01 REINFORCEMENT A. Deformed Bars: Use Grade 60 deformed bars conforming to ASTM A615 unless indicated otherwise in the drawings. B. Welded Wire Fabric: 1. Welded Deformed Wire Fabric. Conform to ASTM A497 unless indicated otherwise in the drawings. 2. Provide wire size, spacing and type as shown. C. Marking: Clearly mark all bars and welded wire fabric with waterproof tags showing the number of bars, size, mark, length and yield strength. Mark steel with the same designation as the member in which it occurs. Key marks to the concrete placement number as designated on the concrete place sequence shop drawings. 2.02 MECHANICAL CONNECTIONS A. Reinforcing steel bars shall be spliced with a mechanical connection when either called for in the drawings. Splices may also be made with a mechanical connection when permitted by the Engineer in writing. B. Mechanical Couplers 1. The mechanical coupler shall meet building code requirements for developing in tension or compression. The coupler may be one of two types: a. Positive locking, taper threaded type coupler manufactured from high quality steel. The bar ends must be taper threaded using the manufacturer’s requirements. b. Mechanical butt splices utilizing lock-shear bolts and internal serrated grip rails within the coupling sleeve.. 2. The mechanical coupler shall develop both tension and compression to a minimum of 125 percent of the specified yield strength of the reinforcing bar. 3. Product and Manufacturer: Provide one of the following: a. LENTON taper threaded couplers as manufactured by ERICO. b. Bar Lock mechanical coupler system manufactured by Dayton Superior. C. Metal Sleeve 1. Provide with cast filler metal, capable of developing in tension or compression a minimum of 100 percent of specified ultimate tensile strength of the bar. 2. Product and Manufacturer: Provide one of the following: a. CADWELD Full Tensile Strength Splices, as manufactured by ERICO. b. Or approved equal. 2.03 TIE WIRE A. 16-gauge, black, soft-annealed wire where tie wire is not closer than 1 inch from surface of form after tying in place. B. Provide nylon-, epoxy-, or plastic-coated tie wire to fasten noncoated reinforcing steel, unless tie wire is bent to maintain a minimum of 1 inch from surface of form. Concrete Reinforcement 03200 - 4 Job No. 1345001.00 2.04 BAR SUPPORTS A. Provide chairs, riser bars, ties and other accessories made of metal, except as otherwise specified. Bar supports and accessories shall be of the sizes required to provide concrete cover as specified. Metal bar supports and accessories shall be Class 1 or 2 conforming to the requirements of CRSI Manual of Standard Practice. 2.05 FABRICATION A. Bending: Shop fabricate bars to the shapes shown on the drawings by cold bending. Bends shall conform to the minimum bend diameters specified in ACI 318. Do not heat, straighten or rebend bars without specific written approval. Field bending of bars is not permitted. B. Splices: Locate splices as shown on the drawings. Where it is necessary to splice reinforcement at locations other than shown on the drawings, the splices shall be approved by the Engineer. Use a minimum number of splices located at the points of minimum stress. Stagger splices in adjacent bars. Length of lap splices shall be in accordance with ACI 315, unless called out in the contract drawings. When there is a conflict between ACI 315 and the drawings the more restrictive provision shall apply. C. Fabrication Tolerances: 1. Bars must conform to the fabrication tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. PART 3 – EXECUTION 3.01 GENERAL A. Meet all requirements in, “Placing Reinforcing Bars”, published by Concrete Reinforcing Steel Institute (CRSI). 3.02 CLEANING A. Clean reinforcement of all scale, loose or flaky rust or other foreign material, including oil, mud or coating that will reduce the bond to concrete. 3.03 PLACMENT A. Placement in Forms: Use spacers, chairs, wire ties and other accessory items necessary to properly assemble, space and support reinforcing. Wire ties through forms and temporary spacers will not be allowed. Provide accessories of sufficient number, size and strength to adequately prevent deflection or displacement of reinforcement due to construction loads or concrete placement. Use appropriate accessories to position and support bolts, anchors and other embedded items. Tie reinforcing bars at each intersection and to accessories. Blocking reinforcement with concrete or masonry is prohibited. B. Placement for Concrete on Ground: Support reinforcement on precast concrete blocks spaced at approximately 3 feet on centers each way. Use a minimum of one Job No. 1345001.00 03200 - 5 Concrete Reinforcement block for each 9 square feet. Tie blocks to at least one reinforcing bar using tie wires embedded in the block. C. Placement Tolerances: Meet the placement tolerances listed in all reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. D. Interferences: If reinforcing interferes with the location of other reinforcing steel, conduits or embedded items, bars may be moved within specified tolerances or one bar diameter whichever is greater. If greater movement of bars is required to avoid interference, notify the Owner’s Representative. Do not cut reinforcement to install inserts, conduits, mechanical openings or other items without approval of the Owner’s Representative. E. Bundle or space bars as approved on shop drawings, instead of bending where construction access through reinforcing is necessary. F. Install in accordance with approved shop drawings. G. Protection, Spacing and Positioning. 1. Conform with reviewed placing drawings, design drawings, and all applicable reference specifications. When there is a conflict in the reference specifications the more restrictive requirement shall apply. H. Splices: 1. Do not splice bars, except at locations shown on the drawings or the reviewed shop drawings, without approval of the Owner. 2. Lap Splices. Tie securely with wire to prevent displacement of splices during placement of concrete. 3. Stagger splices in adjacent bars. I. Construction Joints. 1. Place reinforcing continuous through construction joints. J. Reinforcement Around Openings. 1. Place an equivalent area of steel around pipe or opening and extend on each side sufficiently to develop bond in each bar. 2. Refer to Details on Drawings for bar extension length of each side of opening. 3. Where welded wire fabric is used, provide extra reinforcing using fabric or deformed bars. 3.04 PLACING WELDED WIRE FABRIC A. Meet current ACI 318 and current Manual of Standard Practice, Welded Wire Fabric, by the Wire Reinforcement Institute regarding placement, bends, laps and other requirements. B. Install wire fabric in as long lengths as practicable. Lap adjoining pieces at least one full mesh plus 2 inches, or 6 inches, whichever is larger. Do not make end laps midway between supporting beams, or directly over beams of continuous structures. Offset end laps in adjacent widths to prevent continuous laps. C. Tie laps and splices securely at ends and at least every 24 inches with 16-gauge black annealed steel wire. Concrete Reinforcement 03200 - 6 Job No. 1345001.00 D. Place welded wire fabric on concrete blocks at proper distance above bottom of slab and rigidly support equal to that furnished for typical deformed bar reinforced steel. E. Do not use fabric that has been rolled. Install flat sheets only. 3.05 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted. 3.06 FIELD CUTTING A. Reinforcing bars cut on the job shall be cut by shearing or sawing. Do not cut bars with a cutting torch. 3.07 MECHANICAL SPLICES AND CONNECTIONS A. Use only in areas shown in the drawings or specifically approved in writing by the Engineer. B. Install as required by manufacturer. C. Carefully inspect each splice and verify that each component meets manufacturer's requirements. D. Maintain minimum edge distance and concrete cover. END OF SECTION SECTION 03250 CONCRETE JOINTS AND EMBEDDED ITEMS PART 1 – GENERAL 1.01 SCOPE OF WORK A. This section specifies requirements for all concrete joints and embedded items for all cast-in-place concrete. 1.02 RELATED WORK A. Division 3 – Concrete B. Division 5 - Metals C. Coordinate work of this section with all other sections to obtain a proper installation. Review all drawings and specifications for additional requirements for joints and embedded items. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM): 1. ASTM A120 - Standard Specification for Pipe, Steel, Black and Hot-Dipped Zinc-Coated (Galvanized) Welded and Seamless, for Ordinary Uses. 2. ASTM C881 - Standard Specifications for Epoxy Resin Base Bonding Systems for Concrete. 3. ASTM C920 - Elastomeric Joint Sealants. 4. ASTM C1059 - Standard Specification for Latex Agents for Bonding Fresh To Hardened Concrete. 5. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers – Tension. 6. ASTM D624 - Standard Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 7. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). 8. ASTM D1190 - Standard Specification for Concrete Joint Sealer, Hot-Poured Elastic Type. 9. ASTM D1751 - Standard Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). 10. ASTM D1752 - Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction. 11. ASTM D1850 - Standard Specification for Concrete Joint Sealer, Cold Application Type. 12. ASTM D2240 - Standard Test Method for Rubber Property - Durometer Hardness. 13. ASTM D2628 - Standard Specification for Preformed Polychloroprene Elastomeric Joint Seals for Concrete Pavements. B. American Concrete Institute (ACI) Job No. 1345001.00 03250 - 1 Concrete Joints and Embedded Items 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 503.2 - Standard Specification for Bonding Plastic Concrete to Hardened Concrete with a Multi-Component Epoxy Adhesive. C. U.S. Army Corps of Engineers (CRD) 1. CRD-C572 - Corps of Engineers Specifications for Polyvinyl Chloride Waterstops. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the requirements of the General Conditions and Division 1 - General Requirements. B. Shop Drawings. Submit shop drawings showing all concrete joints, proposed sequences for concrete placement and type of concrete specified. C. Product Data. 1. Submit manufacturer's technical literature on all products proposed for review. The submittal shall include the manufacturer's installation and/or application instruction. 2. When substitutions are proposed for acceptable brands of materials specified herein, submit brochures and samples of proposed substitutions to the Engineer for approval before delivery to the project. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. All materials used for joints in concrete shall be stored and covered to prevent contact with the ground and to avoid contact with weather and direct sunlight. Follow all additional requirements of the manufacturer. PART 2 – PRODUCTS 2.01 CONCRETE EXPANSION JOINTS (GENERAL) A. Expansion Joint Sealant 1. Single or multi-component cold-applied polyurethane elastomeric joint sealant conforming to ASTM C920. Sealant must be appropriate for the specific application. Provide joint primer according to Manufacturer's recommendation. 2. Material Properties: a. Ultimate hardness (ASTM D2240, Type A, Shore): 20 to 45. b. Tensile strength (ASTM D412): 200 psi minimum. c. Ultimate elongation (ASTM D412): 400% minimum. d. Tear strength (ASTM D624, die C): 75 psi per inch of thickness, minimum. e. Color: gray. B. Expansion Joint Filler 1. Resilient non-bituminous material conforming to ASTM D 1752. Material must be compatible with the joint sealant. C. Joint Accessories 1. Backer Rod a. Extruded closed-cell polyethylene foam rod compatible with the joint sealant. Rod shall be 25% larger than the joint opening. Concrete Joints and Embedded Items 03250 - 2 Job No. 1345001.00 2. Bond Breaker Tape a. Polyethylene or TFE-fluorocarbon self adhesive tape, compatible with the joint sealant. 2.02 CONCRETE EXPANSION JOINTS (EXTERIOR ROADWAY & PAVEMENTS ONLY) A. Expansion Joint Sealant 1. Hot-poured elastic joint sealant conforming to ASTM D1190. Sealant must be appropriate for concrete pavement. Provide joint primer according to Manufacturer's recommendation. B. Expansion Joint Filler 1. Preformed bituminous type conforming to ASTM D994. Material must be compatible with the joint sealant. 2.03 CONCRETE CONSTRUCTION JOINT ROUGHENER A. Water-soluble non-flammable surface-retardant roughener. 2.04 CONCRETE BONDING AGENT A. Concrete Exposed to Water and/or Chemicals 1. ASTM C881, Type II. Grade and Class shall be as required for the project application. A field service representative of the Manufacturer shall be available during initial application to instruct the Contractor in the proper use of the product when so requested by the Engineer or the Owner. B. Concrete Not Exposed to Water or Chemicals 1. Acrylic Bonding Agent. Acrylic bonding agent shall conform to ASTM C1059 latex agent for bonding fresh to hardened concrete surface not in contact with water, chlorine, ammonia etc. 2.05 BOND BREAKER A. 30-pound asphalt saturated felt. 2.06 EXPANSION JOINT DOWELS A. Smooth steel bars shall conform to the requirements of Section 3200. Cut dowels to length at shop or mill before delivery to the site. Dowels must be straight and clean, free of loose flaky rust and loose scale. 2.07 EXPANSION JOINT DOWEL SLEEVES A. ASTM A120, standard weight galvanized pipe. 2.08 WATERSTOPS A. General: All waterstop materials shall be compatible with potable water applications per AWWA and any other industry standards. B. Polyvinyl Chloride Waterstops 1. Material Requirements Job No. 1345001.00 03250 - 3 Concrete Joints and Embedded Items a. Waterstops shall be extruded from virgin polyvinyl chloride compound and shall conform to the requirements of the Corps of Engineers Specification CRD-C572. Waterstops shall be uniform in dimension, homogenous and free from porosity. No reclaimed or scrap material may be used. b. Tensile strength: 1400 psi minimum c. Ultimate Elongation: 280 percent minimum 2. Construction Joints a. Ribbed type without center bulb b. 6 inch minimum width c. 3/8 inch minimum thickness 3. Expansion Joints a. Dumbbell type with a minimum 3/4-inch inside diameter center bulb. b. 9 inch minimum width c. 3/8 inch minimum thickness C. Hydrophilic Waterstops 1. Hydrophilic waterstop materials shall be bentonite-free and expand by a minimum of 80% of dry volume in the presence of water to form a water-tight joint without damaging the concrete in which it is cast. 2. The material shall be absorb water and cause an increase in volume in a completely reversible and repeatable process. The material shall be dimensionally stable after repeated wet-dry cycles with no deterioration in swelling potential. 3. Minimum cross sectional dimensions are 3/16 inch by 3/4 inch. 4. Provide only where specifically indicated in the contract documents. D. Hydrophilic Sealants 1. Hydrophilic sealant shall be compatible with hydrophilic waterstop and shall firmly adhere to concrete, metal and PVC in a dry or damp condition. When cured, it shall be elastic indefinitely. E. Hydrophilic Injection Resin 1. Hydrophilic injection resin shall be acrylate-ester based with a viscosity of less than 50 cps. The resin shall be water soluble in its uncured state, solvent free and non-water reactive. in its cured state it shall form a solid hydrophilic flexible material resistant to permanent water pressure and compatible with bitumen, joint sealants and concrete. 2.09 EPOXY ANCHORS A. Refer to Section 05051. B. If Section 05051 is not in the Project Documents, provide the following: 1. Provide stainless steel adhesive anchors and hardware complying with ASTM F593, AISI Type 316 headed with stainless steel nuts and washers. 2. Adhesive system shall Hilti HIT-HY200 adhesive, by Hilti. No substitutions will be considered. 3. Embedment depth of the anchor shall provide pullout strength equal to the allowable tensile capacity of the anchor, unless otherwise noted in the Drawings. reduction in pullout strength due to spacing and edge distances shall be made. 2.10 MISCELLANEOUS EMBEDDED METAL ITEMS Concrete Joints and Embedded Items 03250 - 4 Job No. 1345001.00 A. Miscellaneous embedded metal items shall conform to the requirements Section 05051 or the section of the specifications to which they apply. In the case of conflicting requirements, the most restrictive requirements shall apply. B. Use “Form Saver” or “Threaded Coupler” to avoid drilling holes in the forms. PART 3 – EXECUTION 3.01 CONSTRUCTION JOINTS A. General 1. Make construction joints only at locations shown and required on the Contract Drawings, the reviewed shop drawings or as directed or approved by the Engineer. Any additional construction joints or relocation of construction joints shown on the drawings, proposed by the Contractor, must be submitted to the Engineer for review. 2. In addition to construction joints explicitly shown in the drawings, provide and locate additional construction joints as follows: a. In walls locate vertical construction joints at a spacing of 40 feet maximum and approximately 12 feet from corners. b. In foundation slabs and slabs-on-grade locate construction joints at a spacing of 40 feet maximum. Place concrete in a strip pattern, unless otherwise indicated in the Contract Drawings, to a maximum of 5000 square feet in any one placement. c. In structural slabs and beams locate construction joints at a maximum spacing of 40 feet. Locate construction joints in compliance with ACI 301, unless otherwise indicated in the drawings, to a maximum of 5000 square feet in any one placement. 3. Allow a minimum of five (5) days to elapse before placing concrete adjacent to a slab or wall previously placed. 4. All joints shall be perpendicular to main reinforcement; continue all reinforcing across the joint. 5. Provide waterstops in all wall and slab construction joints as specified or in all water bearing structures, all below grade joints and, at locations shown on the Drawings. B. Construction Joint Preparation 1. The joint surface of the previously cast member or existing concrete in all cases shall be cleaned free of all oil, grease, curing compound, dirt, or laitance, and shall be wetted. Cleaning shall be accomplished by high pressure water jet, wet sand blasting, dry sand blasting, or scrubbing, singly or in combination, as required and shall remove loosened particles of aggregate, damaged concrete at surface, and other substances which may prevent complete adhesion. Remove accumulated concrete on projecting reinforcing steel. 2. Horizontal and vertical construction joints shall have a joint roughener applied in a thin even film in accordance with manufacturer’s instructions. After roughener is dry, concrete may be placed. Where concrete has been in place for 60 days or more shall be coated with a bonding agent per the requirements of this Specification and the manufacturer. 3.02 EXPANSION JOINTS Job No. 1345001.00 03250 - 5 Concrete Joints and Embedded Items A. Do not extend reinforcement or other embedded metal items that are continuously bonded to concrete through any expansion joints. B. Position dowels accurately if called for in the drawings. Support dowels against displacement during concrete placement and vibration. Install dowel sleeve grout- tight to prevent bonding of the dowel during concrete placement. C. Position expansion joint filler material accurately. Support against displacement during concrete placement and vibration. Place filler the full depth of the member less an allowance to form a groove for sealant as detailed. 3.03 CONTROL JOINTS A. Control joints shall be provided in non-water bearing slabs-on-grade only as shown in the drawings and specified herein. B. Make top grooves for control joints in slabs on grade as detailed and seal as specified. Grooves may be made with joint forming strip, via tooling or may be sawed. C. If control joints are sawed, properly time cutting with concrete set. Start cutting as soon as concrete has hardened sufficiently to prevent aggregates from being dislodged by the saw. Complete cutting before shrinkage stresses have developed sufficiently to induce cracking and within twelve (12) hours of concrete placement. The Contractor shall have at least one spare saw available during the sawing operation. D. Control joints shall be cleaned and filled with expansion joint sealant. Inject sealant through a nozzle into the bottom of the joint, filling the entire joint space without air voids. 3.04 WATERSTOPS A. General 1. Provide PVC waterstops in all horizontal and vertical joints in foundation slabs and peripheral walls of all structures up to a minimum of 12 inches above final ground level and all walls and slabs of liquid-containing structures or compartments to a minimum of 12 inches above maximum liquid level unless specifically shown otherwise on the drawings. B. PVC Waterstops 1. Each piece of premolded PVC waterstop must be of maximum practicable length for a minimal number of end joints. 2. All PVC waterstops shall be continuous, and so jointed as to form a complete barrier to the passage of water through any construction, contraction or expansion joint. 3. Joints in PVC waterstops shall be made by heat sealing in accordance with the requirements of the manufacturer. The joints in strips of waterstop shall be such that the entire cross section of the joint shall be dense, homogeneous and free of all porosity. All finished joints shall have a tensile strength of not less than 75% of the material of the strip as extruded. 4. All PVC waterstops shall be installed so that half its width will be embedded on each side of the joint. Tie the waterstop to the reinforcement at a maximum Concrete Joints and Embedded Items 03250 - 6 Job No. 1345001.00 spacing of 18 inches to ensure that the waterstop will be held securely in true position and in straight alignment in the joint during placement and vibration of concrete. 5. Care shall be exercised to ensure that the PVC waterstop is completely embedded in concrete and without voids. C. Hydrophillic Waterstops 1. Install all hydrophilic waterstops as called for in the Contract Drawings in accordance with the manufacturer’s requirements. Install hydrophilic sealant in accordance with all manufacturer’s requirements. 2. The hydrophilic waterstop shall be installed in a bed of hydrophilic sealant compatible with the hydrophilic waterstop before skinning and curing begins so that any irregularities in the concrete surface are completely filled and the waterstop is bonded to the sealant. After the sealant has cured, secure the waterstop to the concrete in accordance with the manufacturer’s instructions. 3. Prior to installation of the hydrophilic sealant, clean the concrete surface to removed laitance and any other materials that will adversely affect bonding of the sealant to the concrete. 3.05 SEALING JOINTS A. Clean, prime and apply sealants in accordance with Manufacturer's recommendations. B. Sealant shall be applied when the ambient temperature is between 40° F and 90° F, unless recommended otherwise by the sealant Manufacturer. C. During application, exercise care to prevent sealant from spilling onto surfaces adjacent to joints. 3.06 DOWELS A. Where indicated on drawings, install dowels at right angles to construction joints and expansion joints. Align dowels accurately with finished surface. Rigidly hold in place and support during concrete placement. 3.07 SETTING ANCHORS A. Anchor embedded reinforcing, bolts and other items as shown on the Drawings into existing concrete with an epoxy in accordance with these Specifications and all manufacturer’s recommendations. 3.08 SETTING ANCHOR BOLTS A. Set anchor bolts for structural steel specified in Division 5 - Metals, according to this section. B. Install equipment anchor bolts as required by the equipment Manufacturer. C. Provide accurately made templates for positioning anchor bolts. 3.09 EMBEDDED ITEMS A. Placement Job No. 1345001.00 03250 - 7 Concrete Joints and Embedded Items 1. Place embedded items to least impair strength of the structure. Obtain approval of locations for embedded items not shown on the structural drawings before placement of concrete. Should locations of embedded items be detrimental to the strength of the structure, notify the Owner’s Representative and relocate items as directed by the Owner. 2. Do not cut or reposition reinforcing steel to facilitate installation of inserts, conduit, sleeves, anchor bolts, mechanical openings and similar items without prior approval of the Engineer, except that reinforcing bars may be moved one bar diameter or within tolerances specified in the Concrete Reinforcement section without approval of the Engineer as long as minimum specified reinforcing cover requirements are maintained. 3. It is the Contractor's responsibility to coordinate the requirements for embedded items and to ensure that embedded items are properly placed. B. Installation 1. Accurately position and support embedded items against displacement during concrete placement. 2. Voids in sleeves, inserts, anchors, etc., shall be filled temporarily with readily removable material to prevent the entry of concrete into the voids. 3. Conduits, pipes and inserts of aluminum shall not be embedded in structural concrete unless effectively coated or covered to prevent aluminum-concrete reaction or electrolytic action between aluminum and steel. 4. Except when plans for conduits and pipes are approved by the Engineer, conduits and pipes embedded within a slab, wall or beam shall satisfy the following: a. They shall not be larger in outside dimension than 1/3 the overall thickness of slab, wall or beam in which they are embedded. b. They shall not be spaced closer than three diameters or widths on center. c. They shall not significantly impair the strength of the member. END OF SECTION Concrete Joints and Embedded Items 03250 - 8 Job No. 1345001.00 Job No. 1345001.00 03300 - 1 Cast-in-Place Concrete SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 – GENERAL 1.01 SCOPE OF WORK A. This section contains all requirements for cast-in-place structural concrete. 1.02 RELATED WORK A. Coordinate the requirements of this section with all other sections of Division 3, Concrete. 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C31: Standard Practice for of Making and Curing Concrete Test Specimens in the Field 2. ASTM C33: Standard Specification for Concrete Aggregates 3. ASTM C39: Standard Specification Test Method for Compressive Strength of Cylindrical Concrete Specimens 4. ASTM C42: Standard Specification Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete 5. ASTM C87: Standard Specification Test Method for Effect of Organic Impurities in Fine Aggregate on Strength of Mortar 6. ASTM C94: Standard Specification of Ready-Mixed Concrete 7. ASTM C109: Standard Test Method for Compressive Strength of Hydraulic Cement Mortars 8. ASTM C125: Terminology Relating to Concrete and Concrete Aggregates 9. ASTM C143: Standard Test Method for Slump of Hydraulic Cement Concrete 10. ASTM C150: Standard Specification for Portland Cement 11. ASTM C156: Standard Test Method for Water Retention by Concrete Curing Materials 12. ASTM C171: Standard Specification for Sheet Materials for Curing Concrete 13. ASTM C172: Standard Practice for Sampling Freshly Mixed Concrete 14. ASTM C173: Standard Test Method for Air Content of Freshly Mixed Concrete by the Volumetric Method 15. ASTM C191: Standard Test Method for Time of Setting of Hydraulic Cement by Vicat Needle 16. ASTM C192: Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory 17. ASTM C231: Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method 18. ASTM C260: Standard Specification for Air-Entraining Admixtures for Concrete 19. ASTM C289: Standard Test Method for Potential Alkali-Silica Reactivity of Aggregates (Chemical Method) 20. ASTM C293: Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Center-Point Loading) 21. ASTM C309: Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete Cast-in-Place Concrete 03300 - 2 Job No. 1345001.00 22. ASTM C494: Standard Specification for Chemical Admixtures for Concrete 23. ASTM C579: Standard Test Methods for Compressive Strength of Chemical- Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 24. ASTM C580: Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes 25. ASTM C595: Standard Specification for Blended Hydraulic Cements 26. ASTM C618: Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete 27. ASTM C806: Standard Test Method for Restrained Expansion of Expansive Cement Mortar 28. ASTM C827: Standard Test Method for Change in Height at Early Stages of Cylindrical Specimens of Cementitious Mixtures 29. ASTM C845: Standard Specification for Expansive Hydraulic Cement 30. ASTM C856: Standard Practice for Petrographic Examination of Hardened Concrete 31. ASTM C878: Standard Test Method for Restrained Expansion of Shrinkage- Compensating Concrete 32. ASTM C1077: Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation 33. ASTM C1240: Standard Specification for Silica Fume used in Cementitious Mixtures 34. ASTM E329: Standard Specification for Agencies Engaged in Construction Inspection, Testing, or Special Inspection B. American Concrete Institute (ACI). 1. ACI 211.1: Standard Practice for Selecting Proportions for Normal, heavy- weight and Mass Concrete. 2. ACI 214: Recommended Practice for Evaluation of Strength Test Results 3. ACI 223: Standard Practice for Use of Shrinkage Compensating Concrete 4. ACI 301: Specification for Structural Concrete for Buildings 5. ACI 304: Guide for Measuring, Mixing, Transporting & Placing Concrete 6. ACI 304.2R: Placing Concrete by Pumping Methods 7. ACI 305R: Hot Weather Concreting 8. ACI 306R: Cold Weather Concreting 9. ACI 308: Standard Practice for Curing Concrete 10. ACI 309: Guide for Consolidation of Concrete 11. ACI 318: Building Code Requirements for Reinforced Concrete. 12. ACI 350: Code Requirements for Environmental Engineering Concrete Structures C. Corps of Engineers, Department of the Army Specifications 1. CRD-C621-83: Corps of Engineers Specification for Non-Shrink Grout 1.04 SUBMITTALS A. Submittals shall be made in accordance with all the requirements of the General Conditions and Division 1. B. Submit for review a proposed design mix for each concrete strength and class required by these Specifications. Failure to include any items of information noted in this paragraph for a given concrete strength or type will be cause for requirement of Job No. 1345001.00 03300 - 3 Cast-in-Place Concrete a resubmittal. Information to be submitted for each strength and class shall include the following items: 1. Concrete mix design a. Constituent quantities per cubic yard. b. Sources of all concrete mix components including coarse aggregate, fine aggregate, cement, water, admixtures, and pozzolans where included. c. Cement type and manufacturer, include chemical analysis (mill test report) for each cement type to be used. d. Pozzolan type and source; include chemical analysis for each pozzolan type to be used. e. Water/cement ratio, by weight. f. Air content g. Mix design slump. h. Average compressive strengths conforming to the requirements of ACI 318 – Chapter 5, Section 5.3.2 at 28 days. Provide both average strengths and sample standard deviation. Provide results at 7 and 14 days if available. i. Laboratory shrinkage test results for concrete mix designs, where specified. 2. Aggregate: a. Laboratory sieve analysis, conforming to ASTM C-33. b. Verification that aggregate is not "deleterious," or "potentially deleterious.” Provide ASTM C289 test results if available otherwise provide letter or other certification that aggregate does not contain deleterious substances and has been used without issues on previous projects. 3. Admixtures. Submit manufacturer’s data brochures on all admixtures proposed for use and provide certification of compliance with specified ASTM standards for each admixture. C. Submit concrete placement drawings showing pour sequence, lift numbers, locations of all joints, concrete mix being placed, concrete finishes, and all pertinent embedments including embedded plates, sleeves, pipes, conduits, anchors, etc., where applicable. Where the Drawings permit the Contractor to select joint locations, show the selected dimensions on the placement drawings. Approval of the placement drawings shall not relieve the Contractor of the responsibility of placing all concrete and embedments as specified. D. Submit a work plan for cold weather concreting and for hot weather concreting, describing proposed methods and procedures for mixing, delivering, placing, finishing, and curing concrete. Include also procedures to be implemented upon abrupt changes in weather conditions or due to equipment failures. E. Furnish a delivery ticket for ready mixed concrete to the Owner’s Representative as each truck arrives. Each ticket shall provide a printed record of the weight of cement batched and each separate aggregate individually batched. Use the type of indicator that returns for zero punch or returns to zero after a batch is discharged. Clearly indicate the weight of fine and coarse aggregate, cement, and water in each batch, the quantity delivered, the time any water is added, and the numerical sequence of the delivery. Show the time of day batched and time of discharge from the truck. Indicate the number of revolutions of mix trucks. F. Other product submittals of manufacturer’s data sheet and product Specifications required include curing compounds and items specified in other Sections including form release agents, bonding agents, etc. Identify the locations where each will be used in the Work as a part of the submittal. Cast-in-Place Concrete 03300 - 4 Job No. 1345001.00 G. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. 1.05 STORAGE OF MATERIALS A. Cement: Store cement in watertight buildings, bins or silos to provide protection from dampness and contamination. Improperly stored cement shall not be used. No cement shall be used that has been stored on the site for more than 90 days or that is lumped or caked. B. Aggregate: Arrange and use aggregate stockpiles to avoid excessive segregation or contamination with other materials or with other sizes of like aggregates. Build stockpiles in successive horizontal layers not exceeding three feet in thickness. Complete each layer before the next is started. Do not use frozen or partially frozen aggregates. C. Sand: Before using, allow sand to drain until a uniform moisture content is reached. D. Admixtures: Store admixtures to avoid contamination, evaporation or damage. For those used in the form of suspensions or nonstable solutions, provide suitable agitating equipment to assure uniform distribution of ingredients. Protect liquid admixtures from freezing and other temperature changes which would adversely affect their characteristics. 1.06 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete work of similar scope and complexity with similar materials as found on this Project. B. Manufacturer’s Qualifications: An experienced manufacturer of ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment. Manufacturer must be certified by the National Ready Mix Concrete Association’s Certification of Ready Mixed Concrete Production Facilities. C. Testing Agency Qualifications: An experienced independent testing agency, acceptable to authorities having jurisdiction and the Engineer that is qualified according to ASTM C1077 and ASTM E329 to conduct the testing indicated. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer’s plant, each aggregate from a single source and each admixture from the same manufacturer. E. Concrete Consistency 1. Test for slump shall be performed at the job site immediately prior to placing in accordance with ASTM C143. Slump tests shall be performed for each batch of concrete to indicate workability and consistency from batch to batch. 2. If the slump is greater than the specified maximum, the concrete shall be rejected. Concrete showing either poor cohesion or poor coating of the coarse aggregate with paste shall be remixed. 3. If the slump is within the allowable limit, but excessive bleeding, poor workability, or poor finishability are observed, the concrete shall be rejected and changes in the concrete mix shall be made only by an adjustment of one or more of the following: a. The gradation of aggregate. Job No. 1345001.00 03300 - 5 Cast-in-Place Concrete b. The proportion of fine and coarse aggregate. c. The percentage of entrained air, within the allowable limits. F. Concrete Temperature 1. Concrete temperature shall be taken immediately before placement with the point of measurement being in the chute or bucket. 2. Perform temperature test for each batch and record result on batch ticket. G. Concrete Air Content 1. Test for air content shall be made on a fresh concrete sample for each batch prior to placing in forms. 2. Air content for concrete made of ordinary aggregates having low absorption shall be made in accordance with either ASTM C231, or ASTM C173. If light weight aggregates or aggregates with high absorptions are used, use ASTM C173. H. Compressive Strength 1. Compression test specimens shall be made, cured and tested in accordance with ASTM C31 and ASTM C39. 2. Compressive strength tests shall be made on cylinders at 7 and 28 days. The value of each test result shall be the average compressive strength of 2 cylinders taken at the same time from the same batch of concrete. For the 28 day cylinders, the strength level shall be satisfactory if the test result exceeds the required design compressive strength and no individual strength text falls below the required design strength by more than 500 psi. 3. Compressive test specimens shall be 6” x 12” cylinders; 4” x 8” cylinders are not permitted. 4. The number of sets of concrete test cylinders to be cast for each concrete pour shall be as follows. A "set" of test cylinders consists of six cylinders, two to be broken and strengths averaged at seven days; and two broken and strengths averaged at 28 days. Two cylinders will remain unbroken so that they will be available to be broken upon unforeseen circumstances or upon the option of the Engineer to break cylinders at different times. Volume of Concrete Poured (CY) Minimum No. of Sets of Cylinders 0-25 1 26-75 2 76-150 3 151-250 4 251-400 5 401-550 6 I. Failure to Meet Requirements 1. The Owner may withhold payment for any section of concrete which does not meet the requirements of the Plans and Specifications. Withheld payment shall be based upon unit prices established for concrete if available. Payment shall be withheld until the unacceptable concrete has been repaired or removed and replaced or otherwise brought into conformance with the Plans and Specifications. 2. Concrete Strength Cast-in-Place Concrete 03300 - 6 Job No. 1345001.00 a. If the 28 day strength test results fall below required values, additional curing may be performed and test cores may be obtained in accordance with ASTM C42 with approval of the Engineer. Additional curing, core removal and testing shall be at the Contractor’s expense. b. If the strength results from test cores do not exhibit the required strength, the Owner reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor’s expense. 3. Other Concrete Properties a. If concrete properties besides strength do not meet required values, the Engineer may require concrete samples to be obtained in accordance with ASTM C42 and evaluated in accordance with ASTM C856 at the Contractor’s expense. b. If concrete properties besides strength do not meet required values, and the results of additional examination per ASTM C856 are deemed unsatisfactory at the sole discretion of the Owner, the Owner reserves the right to require strengthening, replacement of substandard materials and/or additional testing at the Contractor’s expense. PART 2 – PRODUCTS 2.01 CONCRETE MATERIALS A. Portland Cement: 1. Type II or Type I/II conforming to ASTM C 150. Use the same brand of cement upon which the selection of concrete was based. Only one brand of each type will be permitted in any one structure, unless otherwise specified. 2. Cement shall be low alkali; The total alkali content calculated as the percentage of sodium oxide (Na2O) plus 0.658 times the percentage of potassium oxide (K2O) shall not exceed 0.60. 3. Cement used in concrete placed in openings in existing water bearing structures shall be shrinkage compensating cement, ASTM C845. B. Coarse Aggregate 1. Crushed stone or gravel conforming to ASTM C33, in the specified gradation size. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," per ASTM C289 and shall not contain deleterious substances. Gradation No. 467 (max aggregate size 1 1/2”) Sieve Size Percent Retained Percent Passing 2” 0 100 1 1/2” 0-5 95-100 3/4” 30-65 35-70 3/8” 70-90 10-30 No. 4 95-100 0-5 Gradation No. 57 (max aggregate size 1”) Sieve Size Percent Retained Percent Passing 1 1/2” 0 100 Job No. 1345001.00 03300 - 7 Cast-in-Place Concrete 1” 0-5 95-100 1/2” 40-75 25-60 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 67 (max aggregate size 3/4”) Sieve Size Percent Retained Percent Passing 1” 0 100 3/4” 0-10 90-100 3/8” 45-80 20-55 No. 4 90-100 0-10 No. 8 95-100 0-5 Gradation No. 8 (max aggregate size 3/8”) Sieve Size Percent Retained Percent Passing 1” 0 100 3/8” 0-15 85-100 No. 4 70-90 10-30 No. 8 90-100 0-10 No. 16 95-100 0-5 C. Fine Aggregate 1. Washed and screen natural sand or sand manufactured by crushing stone conforming to ASTM C33 and meeting the following gradation. Use aggregate from only one source in a single structure. Aggregate shall not be "deleterious," or "potentially deleterious," per ASTM C289 and shall not contain deleterious substances Sieve Size Percent Retained Percent Passing 3/8”” 0 100 No. 4 0-5 95-100 No. 8 0-20 80-100 No. 16 15-50 50-85 No. 30 40-75 25-60 No. 50 70-90 10-30 No. 100 90-98 2-10 D. Mixing Water: Potable and complying with ASTM C94 E. Admixtures: Using the following admixtures as required or permitted. The use of calcium chloride will not be permitted. The products must conform to the referenced standards. 1. Air-Entraining Admixture. Conform to ASTM C260. 2. Chemical Admixtures. Conform to ASTM C494. 3. Set retarding Admixtures. Conform to ASTM C494, types B or D only. Follow all manufacturer’s recommendations. 4. Water Reducing Admixture. Conform to ASTM C494, types A or D only. Follow all manufacturer’s recommendations. Cast-in-Place Concrete 03300 - 8 Job No. 1345001.00 5. High-Range Water Reducing Admixtures (HRWR). Conform to ASTM C 494 Type F or G. . Follow all manufacturer’s recommendations. 2.02 CURING MATERIALS: A. Membrane Curing Compound. 1. Conform to ASTM C 309, commercial curing compound which will not permanently discolor concrete. 2. All curing compound shall contain a dye of color strength to render the film distinctly visible on the concrete for at least 4 hours after application. B. Sheet Curing Material. 1. Conform to ASTM C 171. a. waterproof paper b. polyethylene film c. white burlap-polyethylene sheeting 2.03 CONCRETE PROPORTIONING A. Design Criteria 1. Use ACI 211.1 as the basis for selecting the proportions of ingredients to produce concrete having proper durability, strength, workability appearance and other required properties. Proportion ingredients to produce a homogenous mixture, which will work readily into corners and angles of forms and around reinforcement by methods of placing and consolidation employed on the work, but without permitting materials to segregate or allowing excessive free water to collect on the surface. 2. Strength: All concrete is required to have an average 28 day compressive strength at or greater than specified strength. Establish the required average compressive strength in accordance with ACI 301. 3. Entrained Air: Air-entrain all concrete, unless otherwise specified. Drilled shafts do not require air entrainment unless placed underwater. Provide for not less than three percent (3.0%) nor more than six percent (6.0%) by volume of total entrapped and entrained air for normal weight concrete. 4. Slump: Provide adequate slump to produce acceptable workability, do not exceed maximum specified slump. 5. Admixtures: Proportion admixtures according to the manufacturer's recommendations. All admixtures shall be batched at the batch plant only. B. Concrete Classification Class Min. 28-Day Compressive Strength (psi) Max. Coarse Aggregate Size (in.) Max. Water Cement Ratio Max. Slump (in.) Min. Cement Content (per CY) A 4000 1.5 (No. 467) 0.45 5 517 lb (5.5 sacks) B 3000 1.5 (No. 467) 0.50 4 517 lb (5.5 sacks) C 4000 1.0 (No. 57) 0.45 4 564 lb (6.0 sacks) D 5000 0.75 (No. 67) 0.45 5 611 lb (6.5 sacks) E 1500 1.5 (No. 467) 0.70 4 376 lb (4.0 sacks) F 4000 0.375 (No. 8) 0.50 8 611 lb (6.5 sacks) NOTE: Maximum slump shown may be increased to 9 in. if HRWR admixture is used. Job No. 1345001.00 03300 - 9 Cast-in-Place Concrete C. Concrete Usage Class Usage A All reinforced concrete unless otherwise specified B Concrete Encasement C Drilled Shafts; Pumped Concrete; Thin Wall Sections D Precast Concrete and Panels E Lean Concrete Backfill; Foundation Seal; Blocking/Cradling F Underground Duct Banks 2.04 OFF SITE BATCH PLANT A. Batch plants shall be an established concrete batching facility meeting the requirements of the Concrete Plant Standards of the Concrete Plant Manufacturer’s Bureau 2.05 CONCRETE MIXING A. Ready-Mixed Concrete: 1. Mix and transport ready-mixed concrete according to ASTM C94. 2. Provide a suitable measuring device capable of measuring mixing water for each batch. Note the number of gallons of water as batched on printed batching tickets. 3. Compensate for varying moisture contents of both coarse and fine aggregates and change batch weights of materials if necessary before batching. 4. Provide adequate facilities for accurate measurement and control of each material entering each batch of concrete. Accuracy of weighing equipment must conform to applicable requirements of ASTM and NRMCA for such equipment. 5. Provide recorders/printers to produce tickets. Each ticket will provide a printed record of volume of water and weights for cement as batched and for separate aggregates as batched individually. Use the type of indicator that returns for zero punch or to zero after a batch is discharged. Clearly indicate by stamped letters or numerals the difference between aggregates and cement as batched. Show the time of day stamped or printed at intervals of not more than six minutes. The delivery ticket shall also show the volume of water, in gallons, added at the batch plant. Deliver recorded ticket copies with concrete. The testing agency will keep one copy. B. Transit Mix Truck Requirements: 1. Clean each transit mix truck drum and reverse drum rotation before the truck proceeds under the batching plant. 2. Keep the water tank valve on each transit truck locked at all times that the truck is in use. Any addition of water must be directed by the Engineer. Added water must be incorporated by additional mixing of at least 35 revolutions. 3. Equip each transit-mix truck with a continuous, nonreversible, revolution counter showing the number of revolutions at mixing speeds. Counter shall be reset to zero at the batch plant. Concrete may be rejected if counters have fewer than 70 or more than 150 turns when they arrive at the site. 4. Transmit mix trucks are to be in good working condition. Trucks which are not mechanically sound, have worn or obstructed mixing fins, have non-functioning drum counters, or leaking water valves shall not be used. Cast-in-Place Concrete 03300 - 10 Job No. 1345001.00 C. Admixtures: 1. Charge air-entraining and chemical admixtures into the mixer as a solution using an automatic dispenser or similar metering device. Do not use admixtures in powdered form. 2. Two or more admixtures may be used in the same concrete, provided that the admixtures in combination retain full efficiency and have no deleterious effect on the concrete or on the properties of each other. Inject the admixtures separately during the batching sequence. 3. Add retarding admixtures as soon as practicable after the addition of cement. PART 3 – EXECUTION 3.01 PREPARATION A. Notify the Owner’s representative upon completion of various portions of the work required for placing concrete so inspection may be made as early as possible. Keep the Owner’s representative informed of the anticipated concrete placing schedules. B. All items, including lines and grades, forms, waterstops, reinforcing, inserts, piping, electrical, plumbing and the Contractor’s concreting materials and equipment shall be complete and in compliance with the plans and specifications before proceeding with concrete placement. C. Concrete finishing shall be completed in daylight hours. When this is not possible, brilliantly light the work site so that all operations are plainly visible. D. Prior to and during concrete placement, forms shall be clean of any and all foreign matter. E. Mix concrete only in quantities for immediate use. Discard concrete which has set; re-tempering is not permitted. Completely discharge concrete at the site within one hour and 30 minutes after adding cement to aggregate. In hot weather, reduce this time to one hour or less to prevent stiffening of concrete before it is placed. F. Protection from Adverse Weather: If adverse weather is imminent, no concrete placement is permitted. Do not permit rainwater to increase mixing water or to damage the surface finish. If rainfall occurs after placing operations begin, provide adequate covering to protect the work. G. Cold Weather Concreting 1. If the air temperature is at or below 40 degrees F, cold weather concreting shall be performed in accordance with ACI 306. This includes cases where the temperature drops below 40 degrees F after concrete operations have been started. The temperature shall be taken in shade away from artificial heat. 2. When air temperatures are at or below 40 degrees F, heated mixing water or a combination of heated mixing water and heated aggregates shall be used, if required, to raise the concrete temperature to 70 degrees F. The temperature of the heated water or aggregates shall not exceed 150 degrees F when entering the mixer. 3. Concrete placement is not permitted when the air temperature is at or below 35 degrees F. The temperature shall be taken in shade away from artificial heat. Job No. 1345001.00 03300 - 11 Cast-in-Place Concrete 4. Salts, chlorides, chemicals or other foreign materials shall not be mixed with the concrete to prevent freezing or act as an accelerator. 5. When freezing temperatures may be expected during the curing period, the concrete shall be maintained at a temperature of at least 50 degrees F for five days or 70 degrees F for three days after placement. Concrete and adjacent form surfaces shall be kept continuously moist. Sudden cooling of concrete shall not be permitted. H. Hot Weather Concreting. 1. Hot weather concreting shall comply with ACI 305. At air temperature of 90 degrees F or above, concrete shall be kept as cool as possible during placement and curing. 2. The temperature of the concrete when placed in the work shall not exceed 90 degrees F. Use chilled water or ice to reduce the temperature of the concrete as required. 3. Concrete shall be placed in the forms without the addition of any more water than is required by design. No excess water may be added to the concrete surface to aid in finishing. Control of the initial set and extending the time for finishing may be accomplished through the use of admixtures in accordance with these Specifications. I. Plastic shrinkage cracking, due to rapid evaporation of moisture, shall be prevented. Concrete shall not be placed when the evaporation rate (actual or anticipated) equals or exceeds 0.2 pound per square foot per hour, as determined by Figure 2.1.5 in ACI 305. J. If concrete arrives at the project with slump below that specified, water may be added only if the addition of water does not exceed either the maximum permissible water-cement ratio or maximum slump. Mix adjustments to obtain specified slump must be approved by the Engineer. 3.02 EMBEDDED ITEMS A. Paint aluminum contact surfaces with a zinc rich primer where aluminum items are embedded in concrete. 3.03 JOINTS A. Construction, control, isolation and expansion joints shall be installed and sealed as called for by the Plans and in accordance with Section 03250. 3.04 WATERSTOPS A. PVC and hydrophilic waterstops shall be installed as called for by the Plans and in accordance with Section 3250. 3.05 CONCRETE TRANSPORTATION AND CONVEYING A. Delivery tickets shall be required for each batch and shall be in accordance with ASTM C94, Section 16. Each ticket must clearly show the amount of water, in gallons, that can be added to the mixer truck at the site without exceeding the maximum water-cement ratio for that mix design. Cast-in-Place Concrete 03300 - 12 Job No. 1345001.00 B. Handle concrete from mixer to placement as quickly as practicable while providing concrete of required quality in the placement area. Use methods which prevent loss of ingredients and segregation. 1. Troughs, chutes and pipes shall be steel or steel lined. 2. When steep slopes are necessary, provide baffles. 3. Keep chutes, troughs and pipes clean and free from coatings of hardened concrete. 4. Concrete pumping is permitted and shall comply with ACI 304.2R. 3.06 CONCRETE PLACEMENT A. Preparation 1. Sprinkle semi-porous subgrades to eliminate suction. 2. Seal extremely porous subgrades in an approved manner. 3. Clean and prepare existing concrete surface in accordance with these Specifications prior to placing new concrete. B. General 1. Deposit concrete continuously, or in layers of such thickness that no concrete will be deposited on concrete which has hardened sufficiently to cause formation of cold joints, seams or planes of weakness within the section. If the section cannot be placed continuously, place construction joints as specified or as approved. 2. Proceed with placement at a rate such that concrete which is being integrated with fresh concrete is still plastic. Do not deposit concrete which has partially hardened or has been contaminated by foreign materials. 3. Remove temporary spreaders from forms when the spreader is no longer useful. Temporary spreaders may remain embedded in concrete only if made of galvanized metal or concrete, and if prior approval has been obtained. 4. Do not start placing of concrete in supported elements until concrete previously placed in columns and walls is no longer plastic. 5. Deposit concrete as nearly as practicable in its final position to avoid segregation. Do not subject concrete to a procedure which will cause segregation. 6. Deposit concrete through vertical drop chutes of rubber or metal of satisfactory size when operations involve placing concrete from above. 7. Concrete shall not be dropped more than 10 feet when HRWR admixture is used and 5 feet without HRWR. 8. Where surface mortar is to be the basis of a finish, especially those designated to be painted, work coarse aggregate back from forms with a suitable tool to bring the full surface of mortar against the form. Prevent formation of excessive surface voids. C. Slabs 1. After suitable bulkheads, screeds and if specified, jointing materials, have been positioned the concrete shall be placed continuously between construction joints, beginning at a bulkhead, edge form, or corner. Each batch shall be placed into the edge of the previously placed concrete to avoid stone pockets and segregation. 2. If there is a delay in casting, the concrete placed after the delay shall be thoroughly spaded and consolidated at the edge of that previously placed to avoid cold joints. Job No. 1345001.00 03300 - 13 Cast-in-Place Concrete 3. Concrete shall then be brought to correct level with a straightedge and struck off. Bullfloats or darbies shall be used to smooth the surface, leaving it free of humps or hollows. D. Formed Concrete 1. Place concrete in forms using tremie tubes and taking care to prevent segregation. Bottom of tremie tubes shall be in contact with the concrete already placed. 2. In walls, place concrete in 12" to 24" lifts, keeping the surface horizontal. Compaction shall be by vibrator and shall be supplemented by hand puddling; puddling shall be continuous while pouring concrete and shall be done primarily between forms and reinforcing steel, around openings, or wherever needed to prevent honeycomb, fill voids or drive out large air bubbles. E. Concrete Poured Against Rock 1. Where concrete is poured against undisturbed rock, especially in drilled shafts, place concrete as soon as practicable after excavation to prevent weathering of exposed rock. a. For footings and slabs, place mud slabs within 4 hours after the excavation is at final grade. 2. Remove all water from excavation or shaft before placing concrete. 3.07 CONSOLIDATION OF CONCRETE A. All concrete shall be placed and consolidated with mechanical vibrators. 1. A minimum frequency of 7000 revolutions per minute is required for mechanical vibrators. 2. Do not use vibrators to transport concrete within forms. 3. Insert vibrators and withdraw at points from 18 to 30 inches apart. At each insertion, vibrate sufficiently to consolidate concrete, generally until a liquefied appearance is produced on the surface. Do not over-vibrate causing segregation. 4. Keep a spare vibrator on the site during concrete placing operations.. No concrete shall be ordered until sufficient approved vibrators (including standby units in working order) are on the job. B. Concrete for slabs shall be compacted with vibrating screeds and internal vibrators. C. Internal vibrators shall be used; form attached vibrators are not permitted. 3.08 FINISHING OF FORMED SURFACES A. Forms shall be removed as specified in Section 3100. Patch, repair, finish and clean concrete within 7 days of form removal in accordance with the Specifications. Cure concrete as finishing progress in accordance with the Specifications. B. No Finish: A finish is not required on surfaces which are not visible from the inside or outside of the structure or more than 12 inches below finished grade C. Smooth Form Finish: 1. Unless otherwise specified, all surfaces not meeting the requirements for “no finish” shall receive a smooth form finish. Use a smooth form finish on all surfaces exposed to view and liquid. Cast-in-Place Concrete 03300 - 14 Job No. 1345001.00 2. Provide a smooth, hard uniform texture on the concrete surface. Use plywood or fiberboard linings or forms in as large sheets as practicable and with smooth, even edges and close joints. 3. Patch tie holes and defects. Rub fins and joint marks with carborundum stone to leave a smooth, unmarred finish surface. D. Related Unformed Surfaces: Tops of piers, walls, bent caps and similar unformed surfaces occurring adjacent to formed surfaces shall be struck smooth after concrete is placed. Float unformed surfaces to a texture reasonably consistent with that of the formed surfaces. Final treatment on formed surfaces shall continue uniformly across the unformed surfaces. 3.09 FINISHING SLABS AND SIMILAR FLAT SURFACES A. Comply with the recommendations in ACI 302.1R for screeding, restraightening and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Finish slabs and similar flat surfaces monolithically and apply as indicated in the Plans and as follows: 1. Rough Finish. a. Tank floors and slabs that receive grout or additional concrete toppings. b. Provide a rough surface by screeding only without further finish. 2. Trowel Finish a. Slab surfaces exposed to view, liquids or to be covered with a coating system, flooring coverings or membranes. b. After apply float finish, apply trowel finish and consolidate by hand or power driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 3. Broom Finish a. Sidewalks, walkways and platforms. b. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. 3.10 CONCRETE CURING A. All concrete shall be cured in accordance with the Specifications. The curing methods shall be wet curing, sheet materials or membrane curing compound. Unless the curing method is specified otherwise, select the appropriate curing method. B. Length of Curing Period 1. A “curing day” shall be any day on which the atmospheric temperature taken in the shade, or the air temperature adjacent to the concrete, remains above 50 degrees F for at least 18 hours. 2. Continuously cure concrete for a period until 7 curing days have been reached. In cold weather, curing may be terminated after a period of 14 consecutive days. C. Wet Curing 1. Immediately after the finishing operations are completed or forms are stripped, the concrete shall be covered with wet cotton mats or with a temporary covering of canvas or burlap, thoroughly saturated with water before placement. A Job No. 1345001.00 03300 - 15 Cast-in-Place Concrete temporary covering shall be used when factors dictate that cotton mats cannot be placed immediately after finishing operations without marring the finishing of the concrete surface. 2. When temporary coverings are used keep them in place only until the surface has sufficiently hardened so that a cotton mat can be substituted without marring or disturbing the concrete finish. 3. The coverings shall remain in contact with the concrete for the duration of the curing period. 4. The coverings shall be kept saturated with water for a period of 4 days after the concrete has been placed. 5. Water used for curing shall be potable and free from any injurious materials or deleterious substances. D. Sheet Curing 1. Immediately after the finishing operations are completed or forms are stripped, install sheet curing materials in accordance with all manufacturer’s recommendations. 2. Sheet curing shall be in contact with the entire concrete surface so as to prevent drying for the duration of the curing period. 3. When pedestrian traffic is unavoidable, provide suitable walkways to protect the sheet material. E. Membrane Curing 1. Membrane curing compound is not permitted on surfaces to be rubbed or on surfaces to receive additional concrete, grout, plaster or coatings. 2. Immediately after the finishing operations are completed or forms are stripped, apply membrane curing compound solution under pressure with a spray nozzle so the entire exposed surface is completely covered with a uniform film. The rate of application shall insure complete coverage but shall not exceed 150 square feet per gallon of curing compound. 3. After application and under normal conditions, the curing compound shall be dry to the touch within 1 hour and shall be dry thoroughly and completely within 4 hours. When thoroughly dry it shall provide a continuous flexible membrane free from cracks and pinholes and shall remain intact during the required curing period. 4. If the membrane seal is broken during the curing period, immediately repair it with additional curing compound. F. After the curing period, the temperature of the exposed surface shall not be permitted to drop faster than 30 degrees F in 24 hours. 3.11 CONCRETE SURFACE REPAIRS A. Repair defective areas immediately after the removal of forms in accordance with Section 3740. B. If the concrete surface is bulged, uneven or exhibits defects which in the Engineer’s opinion cannot be satisfactorily repaired, remove and replace the entire concrete section as directed. C. Patch tie holes immediately after removal of forms. After cleaning and thoroughly dampening the tie hole, fill solid with non-shrink, non-metallic grout. Cast-in-Place Concrete 03300 - 16 Job No. 1345001.00 3.12 FIELD QUALITY CONTROL A. Concrete Testing 1. General a. Tests shall be required throughout the work to monitor the quality of concrete. Take all samples in accordance with ASTM C172. b. Testing of concrete shall be conducted by an independent, qualified testing agency. END OF SECTION Job No. 1345001.00 03465 - 1 Precast Polymer Concrete Manholes and Structures SECTION 03465 PRECAST POLYMER CONCRETE MANHOLES AND STRUCTURES PART 1 - GENERAL 1.01 SUMMARY A. This specification shall govern the furnishing of all work necessary for installation of polymer concrete manholes and precast polymer concrete structures as shown on the drawings. B. Related Sections: 1. Section 02302: Earthwork for Pipelines 1.02 REFERENCES A. American Society for Testing and Materials (ASTM), Standard Specifications: 1. C33 Concrete Aggregates 2. C443 Joints for Concrete Pipe and Manholes using Rubber Gaskets 3. C478 Precast Reinforced Concrete Manhole Sections 4. C497 Test Methods for Concrete Pipe, Manhole Sections, or Tile 5. C579 Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concrete. 6. C923 Resilient Connectors between Reinforced Concrete Manholes Structures, Pipes and Laterals 7. D6783 Polymer Concrete Pipe 1.03 SUBMITTALS A. Submittals shall be made in accordance with Section 01300. Submittal shall be made at least 30 days prior to constructing manholes and precast structures. B. Product Data: 1. Descriptive details of the manufacturer’s proposed standard products, including: a. Precast manhole sections. b. Precast roof slab or cone section. c. Precast base slab. d. Steps, ladder rungs and other hardware. e. Minimum concrete 28-day compressive strength. f. Manhole cover and frame. g. Structural Grates 2. Shop drawings, including: a. Design criteria. b. Reinforcing steel location and concrete cover. b. Reinforcing steel or fiberglass rebar reinforcing location and concrete cover. c. Layout of all inserts, attachments and openings. d. Rim and invert elevations. 1 Precast Polymer Concrete 03465 - 2 Job No. 1345001.00 Manholes and Structures e. Dimensions f. Location and type of joints. g. Component parts. 3. Submit calculations signed by a Professional Engineer registered in the State of Texas. 4. Submit Manufacturer’s Certification for each type of cast iron frame, grate, and cover. 5. Flow Control Diversion (By-Pass) plans shall be submitted, reviewed and approved prior to any flow control work. 6. Pumping plans shall also provide hydraulic calculations for determining the pumps size, horsepower, voltage, force main size and flow rate. All calculations shall be signed and stamped by a licensed Texas Professional Engineer. All by- pass pumping systems shall provide redundant pumps, piping and valves, power generators and fuel on stand-by for use if the primary system fails. 1.04 QUALITY ASSURANCE A. Manufacturer of manholes shall have been actively producing manholes under current name for a minimum of 7 years with no more than one year between manhole projects. References demonstrating this requirement shall be submitted for review. B. Demonstrate to the satisfaction of the Engineer that the quality is equal to the product made by those manufacturers specifically named herein, if an alternate product manufacturer is proposed. C. The manufacturer shall warrant all polymer concrete manholes and structures for a period of two (2) years following installation, acceptance testing and placed into service (Owner Acceptance Date). All polymer concrete manholes and structures shall be guaranteed against defects in material and workmanship and any defective manholes and structures shall be repaired or replaced without cost of obligation to the Owner. If any of the polymer concrete manholes and structures corrodes due to hydrogen sulfide (H2S) within a period of fifty (50) years, the manufacturer shall warrant the manholes and structures during this period as well. A. Manufacturer of manholes shall have been actively producing manholes under current name for a minimum of 5 years with no more than one year between manhole projects. References demonstrating this requirement shall be submitted for review. B. The manufacturer shall warrant all polymer concrete manholes and structures for a period of two (2) years following installation, acceptance testing and placed into service (Owner Acceptance Date). All polymer concrete manholes and structures shall be guaranteed against defects in material and workmanship and any defective manholes and structures shall be repaired or replaced without cost of obligation to the Owner. If any of the polymer concrete manholes and structures corrodes due to hydrogen sulfide (H2S) within a period of fifty (50) years, the manufacturer shall warrant the manholes and structures during this period as well. 1 Job No. 1345001.00 03465 - 3 Precast Polymer Concrete Manholes and Structures 1.05 TOLERANCES A. Departure from and return to true vertical from the established manhole alignment shall not exceed ½ inch per 10 feet, up to 2 inches for the total manhole depth. B. Manufacturing tolerances shall be per ASTM C 478. PART 2 - PRODUCTS 2.01 MATERIALS (PER ASTM D 6783) A. Resin: The manufacturer shall use only polyester or vinyl ester resin systems designed for use with this particular application. Resin content shall be a minimum of 7% by weight. B. Filler: All aggregate, sand and quartz powder shall meet the requirements of ASTM C33, where applicable. C. Additives: Resin additives, such as curing agents, pigments, dyes, fillers and thixotropic agents, when used, shall not be detrimental to the manhole or structure. D. Elastomeric Gaskets: Gaskets shall be suitable for the service intended. All gaskets shall meet the requirement of ASTM C443. 2.02 MANUFACTURING AND PRODUCT CONSTRUCTION A. Manholes and Structures: Manhole components shall be manufactured by the vibratory vertical casting process resulting in a dense, non-porous, corrosion- resistant, homogeneous, composite structure. Manholes shall be steel reinforced per ASTM C478. Manholes shall be steel or fiberglass rebar reinforced per ASTM C478. Manholes shall have a monolithic base slab unless otherwise approved. Manholes shall have engineered and rated lifting devices that shall not penetrate through the wall. B. Joints: The manhole components shall be connected with an elastomeric sealing gasket as the sole means to maintain joint water-tightness. The gasket material and the manhole joint shall meet the requirements of ASTM C443. Round manholes shall utilize spigot and bell type joints incorporating either a confined O-ring or single step profile joint. Square and rectangular structures shall utilize a ship-lap joint and be sealed with a butyl rope sealant per ASTM C990 as recommended by the structure manufacturer. Pipes shall be directly connected to all structures walls using resilient flexible pipe to manhole connector per ASTM C923. In cases where ASTM C923 connectors cannot be used, the pipe shall be grouted into the manhole wall using a corrosion resistant grout and rubber water stop grout ring. C. Fittings: Cones, reducer slabs, base slabs and adjusting rings shall be of the same material as adjoining riser sections. Fittings shall be manufactured elastomeric gaskets, epoxy bonding or fiberglass overlay. 1 Precast Polymer Concrete 03465 - 4 Job No. 1345001.00 Manholes and Structures D. Invert Channels: Invert channels shall be polymer concrete and may be built in the factory or in the field after the manhole and pipe have been installed. E. Acceptable manufacturer: Manufacturer of manholes shall have been actively producing manholes under current name for a minimum of 5 years. References of the 5 previous projects in the last 5 years with references shall be submitted for review. 2.03 DESIGN A. Manholes shall be designed to withstand all live loads and dead loads as described in project plans and specifications. Dead loads shall include overburden load, soil side pressure and hydrostatic loading conditions. Manhole shop drawings shall be sealed by a Professional Engineer licensed in the State of Texas. B. Manholes wall thickness shall be designed to resist hydrostatic pressures with a minimum safety factor of 2.0 for full depth conditions from grade to invert. In no cases shall the wall thickness be less than 4-inches for 60” diameter and larger and 3-inches for 48" diameter. Polymer concrete structures shall include steel reinforcing or fiberglass reinforcement (FRP) bars fully compliant with ASTM C-478. If FRP bars are used, FRP bar placement must comply with ACI 440.1R-15 Guide for the Design Construction of Structural Concrete Reinforced with Fiber-Reinforced Polymer Bars. Manhole shop drawings shall certify compliance with ASTM C-478 and be sealed by a Professional Engineer licensed in the State of Texas. C. Manholes shall be designed with sufficient bottom anchorage and side friction to resist buoyancy. Field poured floatation collars are acceptable. D. The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load. 2.04 TESTING A. Manholes: Manholes shall be manufactured in accordance with ASTM C478. B. Joints: Joints shall meet the requirements of ASTM C443. C. Compressive Strength: Polymer concrete shall have its minimum unconfined compressive strength of 9,000 psi measured in accordance with ASTM C497 or ASTM C579. D. Manhole Leakage: Manhole shall be tested in accordance with ASTM C1244 Standard Test Method for Concrete Sewer Manholes by the Negative Air Pressure (Vacuum) Test. 2.05 MANHOLE FRAME AND COVER A. Contractor shall furnish and install manhole rings and lids as shown on the plans. The frames and covers shall meet the Owner’s standard of good quality, strong, tough, even-grained, cast iron smooth, free from scale, lumps, blisters, sand holes, and defects of any kind which render them unfit for the service for which they are intended. Manhole covers and frame seats shall be machined to a true surface. 1 Job No. 1345001.00 03465 - 5 Precast Polymer Concrete Manholes and Structures Castings shall be thoroughly cleaned and subject to hammer inspection. Before shipment from the foundry, castings shall be given one coat of coal tar pitch varnish which shall present a casting that is smooth and tough, but not brittle. Cast iron shall comply with ASTM A48, Class 30. PART 3 - EXECUTION 3.01 INSTALLATION A. Installation: The installation of manholes shall be in accordance with the project plans and specifications and the manufacturer’s recommended practices. B. Handling: Properly rated slings and spreader bar shall be used for lifting. The type of rigging used shall be per the manufacturer’s recommendation. C. Jointing: 1. Sealing surfaces and joint components shall be inspected for damage and cleaned of all debris. 2. Apply joint lubricant to elastomeric seals. Use only lubricants approved by the manufacturer. 3. Use suitable equipment handle and set manholes. 4. Placement and compaction of surrounding backfill material shall be applied so as to provide sufficient and equal side pressure on the manhole. D. Field Tests: 1. Refer to Section 01400 Quality Control. 3.02 FIELD QUALITY CONTROL A. Verify all precast sections are continuously sealed with gaskets. B. Verify all manhole covers fit quietly in the frames. 3.03 SCHEDULE A. All manholes shall be as indicated on the Drawings. END OF SECTION THIS PAGE INTENTIONALLY BLANK. SECTION 03740 CONCRETE REPAIR AND MODIFICATIONS PART 1 – GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to cut, remove, repair or otherwise modify parts of in-place concrete. B. Work under this Section may also be performed as a remedy for improperly or poorly placed concrete, or concrete damaged during construction operations. Such work shall be performed only after receiving written directions from the Engineer . 1.02 RELATED WORK A. Division 3 – Concrete B. Division 5 – Metals 1.03 REFERENCE STANDARDS A. American Society for Testing and Materials (ASTM). 1. ASTM C78 - Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third-Point Loading) 2. ASTM C109 - Test Method for Compressive Strength of Hydraulic Cement Mortars (using 2 in. or 50 mm. Cube Specimens). 3. ASTM C321 - Standard Test Method for Bond Strength of Chemical-Resistant Mortars. 4. ASTM C496 - Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens. 5. ASTM C881 - Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. 6. ASTM C882 - Standard Test Method for Bond Strength of Epoxy-Resin Systems Used With Concrete By Slant Shear. 7. ASTM D638 - Standard Test Method for Tensile Properties of Plastics. 8. ASTM D695 - Standard Test Method for Compressive Properties of Rigid Plastics. 9. ASTM D790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the requirements of the General Conditions and Division 1 - General Requirements. B. Submit a Schedule of Demolition which includes the detailed methods of demolition to be used at each location. C. Submit manufacturer's technical literature on all product brands proposed for use. The submittal shall include the manufacturer's installation and/or application instructions. Job No. 1345001.00 03740 - 1 Concrete Repair and Modifications D. When substitutions for acceptable brands of materials specified herein are proposed by the Contractor, submit manufacturer's substitutions for approval prior to delivery to the Site. Submitted data shall demonstrate compliance with all requirements of this Specification or deviations shall be clearly noted. E. Submit documentation of manufacturer qualifications and names of projects where products have been used, in accordance with Paragraph 1.05.C herein. 1.05 QUALITY ASSURANCE A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer. B. When removing materials or portions of existing structures and when making openings in existing structures, all precautions shall be taken and all necessary barriers, shoring and bracing, and other protective devices shall be erected to prevent damage to the structures beyond the limits necessary for the new work to protect personnel, to control dust, and to prevent damage to the structures or contents by falling or flying debris. Unless otherwise permitted, shown, or specified, line drilling will be required in cutting existing concrete. C. Manufacturer qualifications. The manufacturer of the specified products shall have a minimum of 5 years experience in the manufacture of such products, and shall have an ongoing program to provide training and technical support for the Contractor's personnel. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store products as recommended by the manufacturer. PART 2 – PRODUCTS 2.01 GENERAL A. Materials shall comply with these Specifications and any applicable federal, state or local regulations. B. All materials used shall be approved for use in potable water facilities. 2.02 CONCRETE REPAIR CONCRETE A. Use Class A concrete in accordance with Section 03300 for large volume repairs unless otherwise directed. 2.03 CONCRETE REPAIR MORTAR A. The repair mortar shall be a polymer modified prepackaged cementitious repair mortar. Concrete Repair and Modifications 03740 - 2 Job No. 1345001.00 B. Use an appropriate product for the specific application in accordance with all manufacturer’s requirements and recommendations. C. Material Properties. 1. Compressive strength (ASTM C109 Modified): 3800 psi min. at 7 days; 4800 psi min. at 28 days. 2. Splitting Tensile strength (ASTM C496): 500 psi min. at 28 days. 3. Flexural strength (ASTM C78): 1300 psi min. at 28 days. 4. Bond strength (ASTM C882 Modified): 2000 psi min. at 28 days. 5. Color to match surrounding material color which is exposed to view. D. Products and Manufacturers: 1. SikaTop 121 Plus as manufactured by Sika Corporation. 2. SikaTop 122 Plus as manufactured by Sika Corporation. 3. SikaTop 123 Plus as manufactured by Sika Corporation. 4. EMACO T 310CI, as manufactured by BASF. 2.04 STRUCTURAL CRACK INJECTION A. Concrete Sealing Epoxy 1. High strength moisture insensitive epoxy system in compliance with ASTM C881, Type IV, grade 3, Class B & C and with the following properties: a. Tensile strength: 10,000 psi (ASTM D638) b. Flexural strength: 12,000 psi (ASTM D790) c. Compressive strength: 14,000 psi (ASTM D695) d. Bond strength: 600 psi after 24 hours (ASTM C321) e. Minimum elongation of 2 percent (ASTM D638) f. Maximum water absorption of 0.1 percent after 24 hours 2. The color of the sealing epoxy shall match the existing color of surrounding concrete surfaces if exposed to view. B. Epoxy Injection Resin 1. High modulus, low viscosity epoxy crack injection system in compliance with ASTM C881, Type IV, grade 1, Class B&C and with the following properties: a. Tensile strength: 10,000 psi (ASTM D638) b. Flexural strength: 12,000 psi (ASTM D790) c. Compressive strength: 14,000 psi (ASTM D695) d. Bond strength: 600 psi after 24 hours (ASTM C321) e. Minimum elongation of 2 percent (ASTM D638) f. Maximum water absorption of 0.15 percent after 24 hours 2.05 WATERPROOFING INJECTION A. Concrete Expansion Joint and Active Crack Sealing 1. SikaFix HH Hydrophilic as manufactured by Sika Corporation. B. Water Infiltration Under Pressure 1. SikaFix HH+ as manufactured by Sika Corporation. Job No. 1345001.00 03740 - 3 Concrete Repair and Modifications PART 3 – EXECUTION 3.01 GENERAL A. Apply methods specified in this Section as indicated on the Drawings, as specified, or as directed and/or approved by the Engineer. Finishes, joints, reinforcements, sealants, etc., shall be as specified in their respective Sections of the Specifications. B. All commercial products specified in this Section shall be mixed and applied in strict compliance with the manufacturer's recommendations. C. In all cases where concrete is repaired in the vicinity of an expansion joint or control joint, the repairs shall be made to preserve the isolation between components on either side of the joint. D. When drilling holes in concrete for dowels or bolts, drilling shall stop if reinforcing steel is encountered. The hole shall be relocated to avoid rebar. Rebar shall not be cut. Where possible, rebar locations shall be identified prior to drilling using "rebar locators" so that drilled hole locations may be adjusted to avoid rebar interference. 3.02 CONCRETE REMOVAL A. General 1. Concrete specified to be left in place which is damaged by the Contractor shall be repaired by approved means to the satisfaction of the Engineer at no cost. B. Concrete Removal Equipment 1. Use sawing equipment capable of sawing concrete to the specified depth. 2. Use power driven chipping tools no heavier than a 30 lb. class for bulk concrete removal and no heavier than a 15 lb. class for removal of concrete beneath reinforcing steel or along the edges of the repair area. 3. Hydrodemolition equipment may be used with prior written approval of the Engineer or via an approved Schedule of Demolition. C. Concrete Removal Procedures and Requirements 1. Concrete removal shall be initiated by first saw cutting (or by line drilling if saw cutting is not feasible) at the given removal limits. Removed concrete to the required depth by chipping or jack-hammering, as appropriate, in areas where concrete is to be taken out. Use the smallest equipment possible to avoid brusing or damaging concrete outside the removal zone and in accordance with this Section. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment are not damaged. 2. All existing reinforcing exposed during concrete removal that will be covered with new material shall be undercut, exposing the entire perimeter of the bar, a minimum of 1 inch or 2 times the maximum aggregate size of the repair material, whichever is greater. Reinforcing to be left in place shall not be damaged during demolition. 3. Where existing reinforcing is exposed due to saw cutting or core drilling and no new material is to be placed on the cut surface, a coating or surface treatment of epoxy paste shall be applied to the entire cut surface to a thickness of 1/4 inch. Reinforcing shall be drilled and ground to establish minimum cover requirements prior to application of the surface treatment as detailed in the drawings. Concrete Repair and Modifications 03740 - 4 Job No. 1345001.00 4. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, the edge of concrete removal shall be a 1 inch deep saw cut on the exposed surface of the existing concrete. 3.03 REPAIR PREPARATION A. Surface Preparation 1. Where bonding to existing surfaces, remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by abrasive blasting, grinding, etc. as approved by the Engineer. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete.. 2. Where bonding new concrete to existing concrete, the existing surface shall be roughened to a minimum 1/4 inch amplitude. B. Existing Reinforcing Steel 1. Existing reinforcing which is exposed shall be cleaned by mechanical means to remove all loose material and corrosion products before proceeding with the repair. 3.04 REPAIR EXECUTION A. Install any required formwork in accordance with Section 03100. B. Prior to installing the repair concrete, or mortar, clean the concrete surface and apply mortar or epoxy bonding agents as required for Construction Joints in accordance with Section 03250. C. Install repair concrete, mortar or other repair material in accordance with all manufacturer’s instructions and Section 03300. In the event of a conflict between the manufacturer’s instructions and Section 03300, the more restrictive requirement shall apply. D. Cure the repair in accordance with all manufacturer’s instructions and Section 03300. In the event of a conflict between the manufacturer’s instructions and Section 03300, the more restrictive requirement shall apply. 3.05 EPOXY CRACK INJECTION A. Flush out cracks and voids with chemical agent or chemical solvent to remove dirt and laitance prior to epoxy injection. B. Provide temporary entry ports spaced to accomplish movement of fluids between ports, complying with Manufacturer's recommendations. Provide seal at concrete surface to prevent epoxy leakage. C. Inject epoxy into prepared ports under pressure, using equipment appropriate for the particular application. Begin injection at lower entry port and continue until adhesive appears at adjacent entry port; continue from port to port until each crack is filled. D. After epoxy adhesive has set, remove temporary seal and excess adhesive. Grind surfaces smooth. Job No. 1345001.00 03740 - 5 Concrete Repair and Modifications END OF SECTION Concrete Repair and Modifications 03740 - 6 Job No. 1345001.00 SECTION 05051 ANCHOR BOLTS PART 1 – GENERAL 1.01 SCOPE OF WORK A. This section specifies anchor bolts and embedded anchorages into concrete. 1.02 RELATED WORK A. Division 3 – Concrete B. Division 5 – Metals C. Coordinate work of this section with all other sections to obtain a proper installation. Review all drawings and specifications for additional requirements for anchor bolts and anchorages. 1.03 REFERENCE STANDARDS A. American Institute of Steel Construction (AISC). 1. Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings. 2. Steel Construction Manual. 3. Code of Standard Practice for Steel Buildings and Bridges. 4. Design Guide 27 – Structural Stainless Steel. B. International Code Council 1. International Building Code (IBC) C. American Society of Civil Engineers (ASCE) 1. ASCE-7: Minimum Design Loads for Buildings and Other Structures D. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 4. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 5. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength. 6. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 7. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. Job No. 1345001.00 05051 - 1 Anchor Bolts 8. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. 9. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. 1.04 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings as specified in Division 1, General Provisions. Give sufficient detail to permit anchor bolt installation without referring to design drawings. 2. Drawings must include all anchor bolts and embedded anchorages, bolt setting and erection templates. 3. Provide manufacturer’s specifications, load tables and installation instructions. 4. Erection drawings shall be sealed by a Licensed Professional Engineer in the State in which the project is will be built. 5. Provide a letter sealed by a Licensed Professional Engineer in the State in which the project will be built stating that all anchor bolts and anchorages not specifically shown on the structural drawings are adequate for the application and meet all design requirements in the Drawings and referenced codes. 1.05 PRODUCT DELIVERY AND STORAGE A. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Protect bolts and anchorages from corrosion and/or deterioration. PART 2 – PRODUCTS 2.01 DESIGN CRITERIA A. When the size, length, and material or load carrying capacity of the anchor bolts or anchorages are not shown in the Drawings, provide the following: 1. For cast-in-place anchor bolts or anchorages: a. Provide the material type, size, length, and arrangement required to resist all loads and load combinations given in the latest version of the IBC Building Code, ASCE-07 and the Drawings. In the case of conflicting requirements, the most restrictive requirements will control. 2. For post-installed anchor bolts or anchorages: a. Provide the material type, size, length, minimum embedment and arrangement required to resist all loads and load combinations given in the latest version of the IBC Building Code, ASCE-07 and the Drawings. In the case of conflicting requirements, the most restrictive requirements will control. b. Provide required adhesive and installation requirements. 2.02 MATERIALS A. Anchor Bolts: 1. Provide stainless steel anchor bolts and hardware complying with ASTM F593, AISI Type 316 headed with stainless steel nuts and washers. Anchor Bolts 05051 - 2 Job No. 1345001.00 2. For equipment, provide 316 stainless steel anchor bolts that meet the manufacturer’s requirements for size and strength. Comply with manufacturer’s requirements for embedment length and projection. 3. Provide anchor bolts as shown in the Drawings. 4. Protect threads and shank from damage during placement of concrete, installation of equipment and erection of structural steel. B. Adhesive Anchors: 1. Provide stainless steel adhesive anchors and hardware complying with ASTM F593, AISI Type 316 headed with stainless steel nuts and washers. 2. Adhesive system shall Hilti HIT-HY200 adhesive, by Hilti. No substitutions will be considered. 3. Embedment depth of the anchor shall provide pullout strength equal to the allowable tensile capacity of the anchor, unless otherwise noted in the Drawings. reduction in pullout strength due to spacing and edge distances shall be made. C. Expansion Anchors 1. Expansion anchors will not be allowed structural connections unless specifically called for in the Drawings. 2. Where expansion anchors are called for in other sections, provide Type 316 stainless steel expansion anchors. a. Kwik Bolt by Hilti b. Easy-Set by Simpson PART 3 – EXECUTION 3.01 INSTALLATION A. Assure that embedded items are protected from damage and are not filled in with concrete. B. Set bolts as show in the Drawings or as required using templates or other devices to insure accurate placement and to prevent drift during concrete placement. C. Fully consolidate plastic concrete around anchor bolts per the requirements Division 3 Specifications. D. For adhesive anchors and adhesive materials, Contractor shall comply with all manufacturer’s installation instructions. Properly clean out holes per manufacturer’s required procedures prior to installation of adhesive. 3.02 CLEANING A. After Embedding concrete is placed, remove protection and clean bolts and inserts. END OF SECTION Job No. 1345001.00 05051 - 3 Anchor Bolts THIS PAGE INTENTIONALLY BLANK. SECTION 05120 STRUCTURAL STEEL PART 1 – GENERAL 1.01 SCOPE OF WORK A. This section specifies primary structural steel elements such as columns, girders, beams, trusses and railing, including connections, bracing, bearing plates, leveling plates, bolts and other items. 1.02 RELATED WORK A. Division 3 – Concrete B. Division 5 – Metals 1.03 REFERENCE STANDARDS A. American Institute of Steel Construction (AISC). 1. Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings. 2. Steel Construction Manual. 3. Code of Standard Practice for Steel Buildings and Bridges. 4. Design Guide 27 – Structural Stainless Steel B. American Welding Society (AWS): 1. D1.1 Structural Welding Code - Steel. 2. D1.6 Structural Welding Code - Stainless. C. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 3. ASTM A108 - Standard Specification for Steel Bar, Carbon and Alloy, Cold- Finished. 4. ASTM A123 - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products. 5. ASTM A153 - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware. 6. ASTM A193 - Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. 7. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 8. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60,000 PSI Tensile Strength. 9. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength. 10. ASTM A490 - Standard Specification for Structural Bolts, Alloy Steel, Heat Treated, 150 ksi Minimum Tensile Strength. 11. ASTM A500 - Standard Specification for Cold-Formed W elded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes. Job No. 1345001.00 05120 - 1 Structural Steel 12. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 13. ASTM A780 - Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coatings. 14. ASTM A992 - Standard Specification for Structural Steel Shapes. 15. ASTM F593 - Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs. D. The Coatings Society (SSPC): 1. SSPC Painting Manual, Volumes 1 & 2. E. Research Council on Riveted and Bolted Structural Joints (RCRBSJ): 1. Specification for Structural Joints Using ASTM A325 or A490 Bolts. 1.04 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings as specified in Division 1, General Provisions. Give sufficient detail to permit steel erection without referring to design drawings. 2. Drawings must include all structural steel items, welds, connections, bolt setting and erection diagrams. Show holes, cuts, reinforcing and other details required to prepare each item for erection to receive other work. Show location, types and sizes of welds and fastenings, including a bill of materials. 3. Erection drawings shall be sealed by a Licensed Professional Engineer in the State in which the project is will be built. 4. Provide a letter sealed by a Licensed Professional Engineer in the State in which the project will be built stating that all connections not specifically shown on the design structural drawings have been designed and detailed under their supervision. B. Certificates: Submit certified mill reports from the steel supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports, steel quality tests will be required at no cost to the Owner. 1.05 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be erected promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. PART 2 – PRODUCTS 2.01 MATERIALS A. Structural Steel: 1. All rolled structural shapes, plates and bars must meet the standards for ASTM A992 and ASTM A572, Grade 50. 2. Clip angles, stiffeners, plates and other detail items must conform to standards of the main member to which the items are attached. Structural Steel 05120 - 2 Job No. 1345001.00 B. Stainless Steel: 1. Use the stainless steel grade indicated on the drawings (304 or 316). Where the grade is not specified use AISI 316. Use a weldable (304L or 316L) grade of stainless steel for welded items. 2. For all stainless steel, required yield strength is 50,000 psi. C. Steel Pipe: Conform to ASTM A53, Type E or S, Grade B, welded or seamless. No hydrostatic tests required. D. Structural steel tubing shall conform to ASTM A500, Grade B, with minimum yield strength equal to 46 ksi. E. Bolts: Use bolts conforming to the referenced standard. 1. High-strength bolts, bearing-type connections: ASTM A325. 2. Standard machine bolts: ASTM A276 Type 316SS. 3. Anchorage furnished by steel fabricator. a. Anchor bolts: ASTM A307. b. Threaded rods: ASTM A193 Type 316SS. 2.02 SUBSTITUTIONS A. Substitution of sections or details is not permitted without prior approval. If items shown are not readily obtainable, request permission to substitute for the specified item. Substitutions may be allowed on items of equal or superior properties which conform to design criteria. 2.03 FABRICATION A. Begin fabrication of structural steel only after shop drawings have been reviewed with no exceptions taken. Fabricate according to AISC reference standards, codes, and these specifications unless directed or shown otherwise. B. Fabricate and assemble structural assemblies in the shop to the greatest extent possible. C. Drill, punch, cut and tap steel as required for anchorage, connection, or accommodating other work as shown, specified, or otherwise directed. Items with burned holes are considered defective and must be removed and replaced. 2.04 GALVANIZING: 1. Hot-dipped zinc coat structural items specifically designated as galvanized after fabrication. Conform to the applicable standard, ASTM A123 or ASTM A153. 2. Use repair coating which conforms to ASTM A780. Acceptable products include: a. Carboline Carbo Zinc No. 11. b. Galv-Weld Products Galv-Weld Alloy. c. Koppers Organic Zinc coating. 3. All structural steel not called to be coated in the Drawings or Specifications shall be galvanized. Job No. 1345001.00 05120 - 3 Structural Steel 2.05 WELDING A. Perform welding in accord with the AWS reference standard. Use procedures such as preheat or interpass temperature as recommended by AWS standards. B. All shop and field welding must be performed by qualified welders who hold current welding certificates. C. Surfaces to be welded must be free of loose scale, slag, rust, grease, paint and other foreign material. Mill scale which withstands vigorous wire brushing may remain. D. Joint surfaces must be free of fins and tears caused by shearing. Wherever practicable, prepare edges by gas cutting using a mechanically guided torch. E. Electrodes: 1. For structural steel, use AWS Low Hydrogen, Electrode E70XX Series suitable for the welding process used. 2. For stainless steel, use 70 ksi minimum tensile strength filler material suitable for the base metal and welding process in accordance with AWS specifications. 3. Protect electrodes from exposure to moisture and coating. F. If shop welding is done by automatic, submerged arc process, verify that physical properties of deposited weld metal will be similar to properties of the base metal. G. No welding shall be done when the temperature of the base metal is below 32°F. H. The cover bead or finish pass must have a smooth, uniform surface with reinforcement of 1/16 to 1/8 inch. Surface voids, cracks in finish weldments, or undercutting of base metal at the fusion line is not acceptable. 2.06 SURFACE PREPARATION AND PAINTING A. All surfaces shall be prepared and finished in accordance with the Drawings. Stainless steel not to be coated unless specifically called for in the Drawings. B. Galvanize structural steel items specifically shown or specified as galvanized. Members that are warped during the galvanizing process will be rejected. 2.07 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from his responsibility to furnish satisfactory materials. Right is reserved to reject material at any time before final acceptance if material and workmanship do not conform to drawings and specifications. Structural Steel 05120 - 4 Job No. 1345001.00 PART 3 – EXECUTION 3.01 ERECTION A. Erect the structure according to AISC specifications and codes and reviewed shop drawings. B. Give careful attention to leveling and plumbing of structural steel at all stages of construction. C. Provide temporary shoring and bracing of sufficient strength to support imposed loads. Remove temporary shoring and bracing when permanent members are fully in place and all final connections have been made. D. Furnish templates for setting anchor bolts in concrete. E. Support column base plates on steel wedges with no portion of a wedge within one inch of base plate edge. Apply grout at base plates according to Manufacturer's recommendations. F. Driftpins may be used only to bring parts together if used carefully so as not to distort or damage metal. G. Connections will be welded or bolted as shown. Weld as previously specified in this section. Install high strength bolts according to the RCRBSJ reference standard. Tighten by turn-of-the-nut method. H. Use of a gas cutting torch for correcting fabrication errors in the field will not be permitted. Field holes shall be drilled. 3.02 COATING REPAIRS A. Repair and touch-up field welds, abraded areas, damaged or defective areas. B. Galvanized Surfaces: 1. Galvanized surfaces damaged from welding, handling, or installation shall be repaired immediately after installation with galvanizing repair material. Galvanizing repair shall be performed and completed before concrete is placed. Any member requiring repair of more than 2% of the surface area shall be rejected and replaced. END OF SECTION Job No. 1345001.00 05120 - 5 Structural Steel THIS PAGE INTENTIONALLY BLANK SECTION 05610 STEEL CASING PIPE FOR AERIAL CROSSING PART 1 – GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment and incidentals required to fabricate and install steel casing pipes for aerial crossing as shown on the Drawings or specified. 1.02 RELATED WORK A. Division 3 – Concrete B. Division 5 – Metals 1.03 REFERENCE STANDARDS A. American Institute of Steel Construction (AISC): 1. Specifications for the Design, Fabrication and Erection of Structural Steel for Buildings. 2. Steel Construction Manual. 3. Code of Standard Practice for Steel Buildings and Bridges. B. American Petroleum Institute (API): 1. API Specification 5L - Specification for Line Pipe. C. American Society for Testing and Materials (ASTM): 1. ASTM A36 - Standard Specification for Carbon Structural Steel. 2. ASTM A53 - Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc- Coated, Welded and Seamless. 3. ASTM A106 - Standard Specification for Seamless Carbon Steel Pipe for High- Temperature Service. 4. ASTM A135 - Standard Specification for Electric-Resistance-Welded Steel Pipe. 5. ASTN A139 - Standard Specification for Electric-Fusion (Arc)-Welded Steel Pipe (NPS 4 and Over). 6. ASTM A370 - Standard Test Methods and Definitions for Mechanical Testing of Steel Products. 7. ASTM A516 - Standard Specification for Pressure Vessel Plates, Carbon Steel, for Moderate- and Lower-Temperature Service. 8. ASTM A568 - Standard Specification for Steel, Sheet, Carbon, Structural, and High-Strength, Low-Alloy, Hot-Rolled and Cold-Rolled, General Requirements for. 9. ASTM A572 - Standard Specification for High-Strength Low-Alloy Columbium- Vanadium Structural Steel. 10. ASTM A673 - Standard Specification for Sampling Procedure for Impact Testing of Structural Steel. 11. ASTM A941 - Standard Terminology Relating to Steel, Stainless Steel, Related Alloys, and Ferroalloys. Job No. 1345001.00 05610 - 1 Steel Casing Pipe for Aerial Crossing 12. ASTM A1011 - Standard Specification for Steel, Sheet and Strip, Hot-Rolled, Carbon, Structural, High-Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. 13. ASTM A1018 - Standard Specification for Steel, Sheet and Strip, Heavy- Thickness Coils, Hot-Rolled, Carbon, Commercial, Drawing, Structural, High- Strength Low-Alloy, High-Strength Low-Alloy with Improved Formability, and Ultra-High Strength. D. American Water Works Association (AWWA): 1. AWWA C200 - Steel Water Pipe, 6 In. and Larger E. American Welding Society (AWS): 1. D1.1 Structural Welding Code - Steel. 1.04 SUBMITTALS A. Shop Drawings: 1. Submit shop drawings as specified in Division 1, General Provisions. 2. Submit detailed shop drawings of steel casing pipes, showing grade and details of members and method of welding for approval prior to fabrication. 3. Submit a plan for casing spacer locations. 4. Submit a plan and details for polyurethane foam grouting, including locations of injection ports and grouting details. B. Manufacturer’s Product Data: 1. Submit product data for casing spacers, polyurethane foam grout and end seals. C. Certificates: 1. Submit certified mill reports from the steel supplier. Reports must provide heat or melt number mill analysis and test results for structural steel. If reports are not submitted or if the material cannot be positively identified and directly related to the reports, steel quality tests will be required at no cost to the Owner. 1.05 PRODUCT DELIVERY AND STORAGE A. Schedule material delivery so that items may be erected promptly after arrival. B. If materials must be stored, keep them off the ground and clean, free of dirt, mud, grease or oil. Store in such a manner to avoid member distortion. Protect steel from corrosion and/or deterioration. 1.06 QUALITY CONTROL A. Visual and NDT testing of fabricated pipe shall be in accordance with AWWA C200, Section 5. B. Perform hydrostatic pressure testing of fabricated pipe in accordance with AWWA C200, Section 5.2. Steel Casing Pipe for Aerial Crossing 05610 - 2 Job No. 1345001.00 PART 2 PRODUCTS 2.01 MATERIALS A. Steel Casing Pipe: 1. Steel casing pipe must meet the requirements of AWWA C200. 2. Unless otherwise noted, required minimum yield strength is 35,000 psi. 3. Splicing is not allowed without written Engineer’s approval. B. Casing Spacers: 1. Stainless steel casing spacers shall be provided between casing pipe and carrier pipe. 2. The casing spacers shall be affixed to the carrier pipe at a spacing of 7’-0” or per the manufacturers recommendation if less than 7’-0”. Place end spacer within 6 inches of end of the casing pipe. C. Polyurethane Foam Grout: 1. Polyurethane foam grout shall be Mountain Grout VF (Void Filler) By Green Mountain or approved equal. 2. Grout shall completely and permanently fill the annular space between the carrier pipe and the casing pipe, forming a closed cell foam with high physical properties, resistance to water and chemical attach, and long-term durability. D. End Seal: 1. End seal shall be 1/8” thick synthetic rubber secured with stainless steel banding straps. Use a minimum of two (2) banding straps at each end. 2. Casing pipe shall extend 1’-0” minimum beyond cradle to accommodate end seal. 2.02 SUBSTITUTIONS A. Substitution of sections or details is not permitted without prior approval. If items shown are not readily obtainable, request permission to substitute for the specified item. Substitutions may be allowed on items of equal or superior properties which conform to design criteria. 2.03 FABRICATION A. Begin fabrication of steel casing pipe only after shop drawings have been reviewed with no exceptions taken. Fabricate according to AISC, ASTM, and AWWA reference standards, codes, and these Specifications unless directed or shown otherwise. 2.04 INSPECTION AND TESTING A. Mill or shop inspection and non-destructive testing (in addition to field inspection and non-destructive testing) may be done by the Owner. B. Inspection in mill, shop, or field in no way relieves the Contractor from his responsibility to furnish satisfactory materials. Right is reserved to reject material at any time before final acceptance if material and workmanship do not conform to drawings and specifications. Job No. 1345001.00 05610 - 3 Steel Casing Pipe for Aerial Crossing 2.05 SURFACE PREPARATION AND PAINTING A. Shop Applied Coating: 1. All exterior surfaces of pipe, fittings and other attached metallic items shall be shop prepared and coated as noted below. Following all manufacturer’s requirements and recommendations. 2. DFT: Dry Film Thickness. Casing Pipe Coating Schedule Surface Preparation Per Manufacturer’s Instructions. Primer Coat Tnemec Series 120-5002 (beige) applied at 15 to 18 mils DFT. Finish Coat Tnemec Series 120-5001 (grey) applied at 15 to 18 mils DFT. 3. Total DFT shall not be less than 32 mils. 4. Completed coating shall be tested by Holiday inspection to insure a void free film. B. Field Applied Coating: 1. All exterior surfaces of pipe, fittings and other attached metallic items shall be field prepared and coated as required after field welding or when coating is damaged during installation. Follow all manufacturer’s requirements and recommendations. 2. After welding is complete, grind welds, splatters and seams smooth. Clean and prep surface per manufacturer’s instructions. 3. Follow coating schedule for Shop Applied Coating. Total DFT shall not be less than 32 mils. 4. Completed coating shall be tested by Holiday inspection to insure a void free film. PART 3 EXECUTION 3.01 INSTALLATION A. Install items according to industry specifications and codes and reviewed shop drawings. 3.02 COATING REPAIRS A. Repair and touch-up coating at field welds, abraded areas, damaged or defective areas and rust spots in accordance with Field Applied Coating requirements of this Section. END OF SECTION Steel Casing Pipe for Aerial Crossing 05610 - 4 Job No. 1345001.00 Job No. 1345001.00 16010 - 1 Electrical General Provisions SECTION 16010 ELECTRICAL GENERAL PROVISIONS PART 1 - GENERAL 1.01 WORK INCLUDED A. The work includes, but is not limited to, the following principal systems and equipment: 1. 120/208-Volt system. 2. Switchboard 3. Panelboards 4. Conduit and Raceways. 5. Grounding and Lightning Protection. 6. Conductors. 7. Miscellaneous controls and Equipment. 1.02 REFERENCE STANDARDS A. Perform work, furnish and install materials and equipment in full accordance with the latest issue of the applicable rules, regulations, requirements, and specifications of the following: 1. Local laws and ordinances. 2. State and Federal Laws. 3. National Electrical Code (NEC). 4. State Fire Marshal. 5. Underwriters' Laboratories (UL). 6. National Electrical Safety Code (NESC). 7. American National Standards Institute (ANSI). 8. National Electrical Manufacturer's Association (NEMA). 9. National Electrical CONTRACTOR's Association (NECA) Standard of Installation. 10. Institute of Electrical and Electronics Engineers (IEEE). 11. Insulated Cable Engineers Association (ICEA). 12. Occupational Safety and Health Act (OSHA). 13. International Electrical Testing Association (NETA). 14. American Society for Testing and Materials (ASTM). 15. National Fire Protection Association (NFPA). 16. American Concrete Institute (ACI). 17. International Building Code (IBC). 18. Insulated Power Cable Engineers Association (IPCEA). 19. Association Edison Illuminating Company (AEIC). B. Wherever the requirements of the Specifications or Drawings exceed those of the above items, the requirements of the Specifications or Drawings govern. Code compliance is mandatory. C. Product Quality: All electrical items shall be new and unused. Items such as cables, transformers, motors, control centers, etc., shall be newly manufactured for this project. Proof of purchase documents shall be provided upon request. Utilize products of a single manufacturer for each item. Electrical General Provisions 16010 - 2 Job No. 1345001.00 1.03 CONTRACT DOCUMENTS A. Intent: 1. The intent of the contract drawings or Plans is to establish the types of systems and functions, but not to set forth each item essential to the functioning of the system. 2. Electrical drawings are generally diagrammatic and show approximate location and extent of work. 3. Install the work complete, including minor details necessary to perform the function indicated. 4. In case of doubt as to work intended, or if amplification or clarification is needed, request instructions from the ENGINEER. 5. It is also the intent of these Contract Documents for the electrical and process system CONTRACTOR to coordinate with each other in order to provide a complete and workable system with all wiring, conduit and accessories required which may not be shown on the Plans. B. Discrepancies: 1. Review pertinent drawings and adjust the work to conditions shown. 2. Where discrepancies occur between Plans, Specifications, and actual field conditions, immediately notify the ENGINEER for his interpretation. 3. Dimensions on electrical drawings shall be verified with structural, architectural and mechanical drawings. C. Outlet and Equipment Locations: 1. Coordinate the actual locations of electrical outlets and equipment with building features and mechanical equipment as indicated on architectural, structural and mechanical drawings. 2. Review with the ENGINEER any proposed changes in outlet or equipment location. 3. Relocation of outlets before installation, up to 3 feet from the position indicated, may be directed by OWNER without additional cost. 4. Remove and relocate outlets placed in an unsuitable location, when so requested by the ENGINEER. 1.04 REGULATIONS AND PERMITS A. Regulations: Work, materials and equipment must comply with the latest rules and regulations of the following: 1. National Electrical Code (NEC). 2. National Electrical Safety Code (NESC). 3. National Fire Protection Association (NFPA70E) 4. Occupational Safety and Health Act (OSHA). 5. State and federal codes, ordinances and regulations. 6. Local Electrical Code. B. Discrepancies: 1. The Plans and Specifications are intended to comply with listed codes, ordinances, regulations and standards. 2. Where discrepancies occur, immediately notify the ENGINEER in writing and ask for an interpretation. 3. Should installed materials or workmanship fail to comply, the CONTRACTOR is responsible for correcting the improper installation. Job No. 1345001.00 16010 - 3 Electrical General Provisions 4. Additionally, where sizes, capacities, or other such features are required in excess of minimum code or standards requirement, provide those specified or shown. C. Permits: Obtain certificates of inspection and other permits required as a part of the work. 1.05 CONTRACTOR QUALIFICATIONS A. An acceptable CONTRACTOR for the work under this division must have personnel with experience, training, and skill to provide a practical working system. The CONTRACTOR shall have previous water and wastewater experience with at least 5 years in business. 1. The CONTRACTOR shall be required to furnish acceptable evidence of having installed not less than three systems of size and type comparable to this project. 2. The systems must have served satisfactorily for not less than 3 years. 3. The superintendent must have had experience in installing not less than three systems. 4. The CONTRACTOR shall submit qualifications of his firm and resumes of his personnel who will work on this project. 1.06 GENERAL REQUIREMENTS FOR WORKMANSHIP, EQUIPMENT AND MATERIALS A. All electrical work shall be performed by workmen skilled in the electrical trade and licensed for the work by the local authority. B. A licensed Master Electrician will be required for the issuance of a building permit for constructing, installing, altering, maintaining, repairing, or replacing any electrical wiring, apparatus, or equipment on any voltage level. A licensed Master Electrician or a licensed Journeyman Electrician holding a current license in the state of Texas is required to be on the job site during the performance of any electrical work. Master Electrician shall spend minimum of 2 hrs per week at the job site reviewing work completed. C. All cable splicing and termination methods and materials shall be of the type recommended by the splicing materials manufacturer for the cable to be spliced, and shall be approved by the Engineer prior to installation. D. All materials and equipment shall be installed in accordance with the approved recommendations of the manufacturer, the best practices of the trade, and in conformance with the Contract Documents. The CONTRACTOR shall promptly notify the OWNER in writing of any conflict between any requirements of the Contract Documents and manufacturer's directions, and shall obtain written instructions from the OWNER before proceeding with the work. Should the CONTRACTOR perform any work that does not comply with the manufacturer's directions or such written instructions from the OWNER, he shall bear all costs arising in correcting deficiencies. E. All equipment and materials shall be new, unless specifically noted otherwise, and shall bear the manufacturer's name, trademark and ASME, UL, and/or other labels in every case where a standard has been established for the particular item. Equipment shall be the latest approved design of a standard product of a Electrical General Provisions 16010 - 4 Job No. 1345001.00 manufacturer regularly engaged in the production of the required type of equipment, and shall be supported by a service organization that is, in the opinion of the OWNER, reasonably convenient to the site. F. It is the responsibility of the CONTRACTOR to insure that items furnished fit the space available with adequate room for proper operation and maintenance. He shall make measurements to ascertain space requirements, including those for connections, and shall furnish and install such sizes and shapes of equipment that, in the final inspection, will suit the true intent and meaning of the Plans, Specifications and Contract Documents. G. The CONTRACTOR shall furnish and install all equipment, accessories, connections and incidental items necessary to complete the work, ready for use and operation by the Engineer/Owner. H. When the Engineer/Owner has reviewed equipment submittals and given instructions to proceed with the installation of items of equipment that require arrangements or connections different from those shown on the drawings, it shall be the responsibility of the CONTRACTOR to install the equipment to operate properly and in accordance with the intent of the Plans and Specifications, and he shall provide any additional equipment and materials that may be required. The CONTRACTOR shall be responsible for the proper location of roughing-in and connections by other trades. All changes shall be made at no increase in the Contract Amount or additional costs to other trades. I. The CONTRACTOR shall support the installation of all equipment, plumb, rigid and true to line. The CONTRACTOR shall determine how equipment, fixtures, conduit, etc., are to be installed, and shall provide foundations, bolts, inserts, stands, hangers, brackets and accessories for proper support whether or not shown on the drawings. 1.07 SHOP DRAWINGS AND PRODUCT DATA A. Data Required: 1. Submit shop drawings, product data and all other required information as specified in Division 1. Submittals are required on all products and items to be installed on this project. 2. Submittal data must show manufacturer's name, published ratings or capacity data, detailed equipment drawing for fabricated items, panel diagrams, wiring diagrams, installation instructions and other pertinent data. 3. Where literature is submitted covering a group or series of similar items, the applicable items must be clearly indicated. Mark through items not being provided and clearly identify all options being provided. 4. Do not combine submittal for multiple Specifications Sections. B. Submittal Items: Submittals are required for all equipment and materials to be used on this project. Submittals shall be complete with all pertinent information and installation details. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's Representative, and such procedures will not be cause for delay Job No. 1345001.00 16010 - 5 Electrical General Provisions C. Terminal Connection Diagrams: 1. Submit terminal connection diagrams for approval prior to any wire installation. 2. Submit finalized terminal connection diagrams at the end of the Contract. 3. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgement of equality of product substitution shall be made by the Engineer. 1.08 SYSTEM RESPONSIBILITY A. The CONTRACTOR shall be responsible for: 1. Complete systems in accordance with the intent of these Contract Documents. 2. Coordinating the details of facility equipment and construction for all Specification Divisions which affect the work covered under Division 16, Electrical. 3. Furnishing and installing incidental items not actually shown or specified, but which are required by good practice to provide complete functional systems. 4. Coordinate the work with the instrumentation CONTRACTOR. a. The Instrument CONTRACTOR shall furnish and install the primary and secondary instruments, flow transmitter b. The conduit and wiring to and from the instruments shall be furnished and installed by the Electrical CONTRACTOR. Termination in the instrument shall be by the Instrument CONTRACTOR. c. All terminations in the control panel shall be by the Instrument CONTRACTOR. d. The Electrical CONTRACTOR shall provide termination drawings for the instrumentation CONTRACTOR. e. The equipment pad for the control panels, consoles and instrument panels shall be furnished by the Electrical CONTRACTOR. f. The Electrical CONTRACTOR shall coordinate the testing of the electrical system being furnished. He shall be responsible for the equipment he is supplying. g. The Electrical CONTRACTOR shall be present at time of the instrument system testing and start-up. He shall be responsible to coordinate the testing of the facility with the Instrument CONTRACTOR. h. The Electrical CONTRACTOR shall coordinate the interface requirement between each starter and control panel furnished under this Contract with the Instrument CONTRACTOR. B. Electrical plan drawings show only general locations of equipment, devices, and raceway, unless specifically dimensioned. The CONTRACTOR shall be responsible for the proper routing of raceway, subject to the approval of the ENGINEER. C. Submit to the ENGINEER in writing details of any necessary, proposed departures from these Contract Documents, and the reasons therefore. Submit such request as soon as practicable, and within ten (10) days after award of the Contract. Make no such departures without written approval of the Engineer. D. Dimensions on electrical drawings shall be verified with structural, architectural, and mechanical drawings. E. Where the CONTRACTOR is submitting a packaged system, CONTRACTOR shall meet the requirements of electrical specifications. This includes field cables, conduits, junction boxes, circuit breakers, combination starters, pushbuttons, pilot Electrical General Provisions 16010 - 6 Job No. 1345001.00 lights, and motors. Deviations shall not be accepted, unless approved in writing in advance. Control centers and special control cabinets wired to terminal blocks shall include the manufacturer's standard quality, unless specifically mentioned to the contrary on the drawings or in the specifications. F. Maintain continuity of electric service to functioning portions of the process or buildings during hours they are normally in use. Temporary outages will be permitted during cutover work at such times and places as can be prearranged with the OWNER’s designated Representative. Such outages shall be kept to a minimum number and minimum length of time. Make no outages without prior written authorization of the ENGINEER. Include costs for temporary wiring and overtime work required in the Contract price. Remove temporary wiring at the completion of the work. The CONTRACTOR shall be responsible to provide and pay for temporary power to any facility during construction to facilitate the new construction. If generator is needed contractor shall be responsible for all the cost associated with, including fuel. G. Unless shown in detail, the drawings are diagrammatic and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the raceway system to conform to the structural and mechanical conditions of the construction. H. Cabling inside equipment shall be carefully routed, trained, and laced. Placing cables so that they obstruct equipment devices is not acceptable. PART 2 - PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Condition: Materials and equipment provided under these Specifications must be new products of manufacturers regularly engaged in production of such equipment. Provide the manufacturer’s latest standard design for the type of equipment specified. B. NEC and UL: Products must conform to requirements of the National Electrical Code. Where Underwriters' Laboratories have set standards, listed products, and issued labels, products used must be listed and labeled by UL. C. NEMA and IEC: Only NEMA rated equipment is acceptable. IEC or dual rated NEMA/IEC equipment are not acceptable. D. Space Limitations: Equipment selected must conform to the buildings features and must be coordinated with them. Do not provide equipment that will not suit arrangement and space limitations. E. Factory Finish: Equipment must be delivered with a hard surface, factory-applied finish so that no additional field painting is required. F. Field Installation: All field installed equipment, conduit, etc., shall require Type 316 stainless steel nuts, bolts, washers, metal framing and supports, and other items as indicated on the Plans. G. Seismic Design: All electrical equipment to be designed in accordance with/IBC- 2006 & ASCE 7-05 code for Seismic Design. Job No. 1345001.00 16010 - 7 Electrical General Provisions PART 3 - EXECUTION 3.01 PROTECTION OF EQUIPMENT A. Moisture: 1. During construction, provide heaters to protect switchgear, transformers, motors, control equipment, and other items from moisture absorption and corrosion. 2. Apply protection immediately on receiving the products and provide continuous protection. 3. Store all equipment indoors in dry, well ventilated and heated space. B. Clean: Keep products clean by elevating above ground or floor and by using suitable coverings. C. Damage: Take such precautions as are necessary to protect apparatus and materials from damage. Failure to protect materials is sufficient cause for rejection of the apparatus or material in question. D. Finish: Protect factory finish from damage during construction operations and until final acceptance of the project. E. Protect Equipment per the manufacturer’s requirements. 3.02 INSTALLATION A. Cooperation with Other Trades: 1. Cooperation with trades of adjacent, related or affected materials or operations, and of trades performing continuations of this work under subsequent contracts, is considered a part of this work in order to effect timely and accurate placing of work and to bring together, in proper and correct sequence, the work of such trades. 2. Coordinated equipment layout in sufficient time to be coordinated with work of others, provide drawings and layout work showing exact size and location of sleeves, openings or inserts for electrical equipment in slabs, walls, partitions and chases. B. Workmanship: Work must be performed by workmen skilled in their trade. The installation must be complete whether the work is concealed or exposed. C. Concrete Equipment Pads: 1. Install minimal 4-inch-thick concrete foundation pads with chamfered edges for indoor and outdoor floor mounted equipment. 2. Pour pads on roughened floor slabs, sized so that outer edges extend a minimum of 3 inches beyond indoor equipment. 3. Exterior pads shall extend one foot beyond the equipment, including cooling fins 4. Trowel pads smooth and chamfer edges to a 1-inch bevel. 5. Provide dowels in slab, and rebar between the dowels. 6. Pads must drain away from the equipment. 7. Secure equipment to pads as recommended by the manufacturer. 8. Follow structural detail where applicable. D. Setting of Equipment: Electrical General Provisions 16010 - 8 Job No. 1345001.00 1. Equipment must be leveled and set plumb. 2. Stainless Steel 316 enclosures mounted against a wall must be separated from the wall not less than 1/2-inch by means of corrosion resistant spacers or by 3 inches of air for freestanding units. 3. Stainless Steel 316 bolts, nuts and washers to anchor the equipment. E. Sealing of Equipment: 1. Permanently seal outdoor equipment at the base using concrete grout. 2. Seal or screen openings into equipment to prevent entrance of animals, birds and insects. 3. Use stainless steel mesh with openings not larger than 1/16-inch squares for screened openings. 4. Seal small cracks and openings from the inside with silicone sealing compound. F. Concealed Work: Conceal electrical work in walls, floors, chases, under floors, underground and above ceilings except: 1. Where shown or specified to be exposed. Exposed is understood to mean open to view. 2. Where exposure is necessary to the proper function. 3. Where size of materials and equipment precludes concealment. 3.03 TESTING A. Test Conditions: 1. Place circuits and equipment into service under normal conditions, collectively and separately, as may be necessary to determine satisfactory operation. 2. Perform specified tests in the presence of the ENGINEER, as specified in Division 1- General Requirements and 16- Electrical. 3. Furnish all instruments, wiring, equipment, and personnel required for conducting tests. 4. Demonstrate that the equipment operates in accordance with requirements of the plans and specifications. 5. No process equipment is to be operated until any associated HVAC equipment and auxiliary equipment is operational. B. Test Dates: Schedule final acceptance tests sufficiently in advance of the Contract completion date to permit completion of any necessary adjustment or alterations within the number of days allotted for completion of the Contract. C. Retests: Conduct retests as directed by the ENGINEER of such time duration as may be necessary to assure proper functioning of adjusted or altered parts or items of equipment. Any resultant delay as a result of such necessary retests does not relieve the CONTRACTOR of his responsibility under this contract. Provide notice to Engineer and Owner of testing 30-days prior to testing. 3.04 PROJECT RECORD DOCUMENTS A. Preparation: 1. At the job site, maintain a set of white prints of the contract drawings. 2. At the job site, maintain a set of equipment terminal connection diagrams. 3. On the prints, record field changes and diagrams of those portions of work in which actual construction is at variance with the contract drawings. Job No. 1345001.00 16010 - 9 Electrical General Provisions 4. Mark the drawings with a colored pencil. Record installed feeder conduits, dimensioning the exact location and elevation of the conduit. B. Delivery: Deliver record drawings to the ENGINEER in the number and manner specified in Division 1 - General Requirements. 3.05 CUTTING AND PATCHING A. Lay out work carefully in advance. Do not cut or notch any structural member or building surface without specific approval of the ENGINEER. Carefully carry out any cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces neatly to original condition. 3.06 LOAD BALANCE A. The Drawings and Specifications indicate circuiting to electrical loads and distribution equipment. Balance electrical load between phases as nearly as possible on switchboards, panelboards, motor control centers, etc. 3.07 MOTOR ROTATION A. Before and after final service connections are made, check and correct as necessary the rotation of motors. B. Coordinate rotation checks with the ENGINEER and the CONTRACTOR responsible for the driven equipment. Submit a written report to the ENGINEER for each motor verifying that rotation has been checked and corrected. 3.08 CLEANING AND TOUCH-UP PAINTING A. Touch up scratches, scrapes, or chips in interior and exterior surfaces of devices and equipment with finishes matching as nearly as possible the type, color, consistency, and type of surface of the original finish. If extensive damage is done to equipment paint surfaces, refinish the entire equipment in a manner that provides finish equal to or better than the factory finish, and that meets the requirements of the Specifications and is acceptable to the ENGINEER. B. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon completion of work, clean equipment and the entire installation so as to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. C. All temporary wiring, wiring devices and associated equipment shall be removed upon completion of the project. END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 16012 - 1 Identification SECTION 16012 IDENTIFICATIONS PART 1- GENERAL 1.01 WORK INCLUDED A. Furnish and install tags/nameplate on all equipment, devices, instruments, conduit and conductor marking as indicated on the drawings and specified herein. Major equipment shall be furnished with nameplates in accordance with their individual specifications. PART 2- PRODUCTS 2.01 WIRE MARKERS A. Provide heat shrinkable sleeves and machine printed legends at every conductor. Sleeves and legends shall be high resistant to abrasion, solvents and chemicals. Provide Tyco TMS, Brady Perma Sleeve XPS, or approved equal. Markers shall be white with black lettering. B. Markers shall have conductor origin, termination and circuit number, terminal number whichever applies. C. Large conductors, multi-conductor cable and tray cables to be identified with placards held on with wire ties and of the same quality as markers for smaller single conductors. D. Cables in cable tray to be identified with place cards at the equipment and at 20 feet spans in between. E. All control wiring in electrical equipment or manufactured supplied panel shall have wire markers. 2.02 CONDUIT MARKERS A. Exposed Conduit 1. Conduit markers to be stainless steel type permitting embossing on the job and attached to conduit with banding made of same material. Markers to be installed lengthwise and wrapped with clear adhesive tape. 2. Conduits to be marked at the point of origin, the point of termination, upon crossing wall, each side of junction boxes and at 20-foot internals for all exposed and accessible conduits. Identify all exposed conduits by their panel, MCC, circuit numbers or loop numbers. 3. Stencil high voltage conduit with the legend “HIGH VOLTAGE” and indicate voltage stenciled in minimum 1-inch high red letters. 2.03 NAMEPLATES A. Nameplates: 1. Externally mark electrical equipment by means of suitable nameplates identifying each and the equipment served. Identification 16012 - 2 Job No. 1345001.00 2. Provide each piece of equipment with a white phenolic nameplate with 3/16- inch-high black lettering secured to front of equipment. 3. Supply blank nameplates for spare units and used spaces. 4. Actual nameplate legend, which may consist of up to three lines, will be provided to the ENGINEER on submittals. B. Nameplate Fasteners: Fasten nameplates to equipment only by means of appropriate 316 SS screws and gasket. Stick-ons or adhesives will not be allowed. C. Nameplate Information: In general, the following information is to be provided for the types of electrical equipment as listed. 1. Switchgear, Motor Control Centers and Distribution Panelboards: On the mains, identify the piece of equipment, the source, and voltage characteristics, i.e., 480V, 3PH, 3W, etc. For each branch circuit protective device, identify the load served and the primary side circuit number. 2. Transformers: Identify the service source and load served. 3. Panelboards: Identify the service source, panelboard designation and voltage characteristics. D. Panelboards: 1. Prepare a neatly typed circuit directory behind clear heat-resistant plastic for each panelboard. 2. Identify circuits by equipment served and by room numbers, where room numbers exist. 3. Use equipment names and room numbers selected by the ENGINEER; names and numbers may be different from those shown on plans. 4. Indicate spares and spaces with light, erasable pencil markings. 5. Provide a final set of the panel schedule in the O&M manuals. 6. Provide a CD with the file for each Panel to the Owner with the O&M manual. E. Boxes, Small Equipment: 1. Pull boxes and similar items shall be marked with Nameplates. 2. Provide identification stencils for high voltage equipment and raceways with the legend "DANGER HIGH VOLTAGE”. Mark all exposed high voltage raceways every 25 feet. F. Power Receptacles: Use nameplate or engraved plate to identify power receptacles where the nominal voltage between a pair of contacts is greater than 150 volts with circuit number, voltage, and phases. G. Wall Switches: Engrave the switch plate of the switch with the function of the switch. 2.04 POWER OUTLETS, SWITCHES, AND PILOT DEVICES A. Mark power outlets with voltage, phase, panel name, and circuit number. B. Identify all wall switches, disconnect switches, etc. with nametags, circuits served, and panel origin, list to be approved by ENGINEER/OWNER. C. Identify all push-button stations with their functions and equipment served. Job No. 1345001.00 16012 - 3 Identification PART 3- EXECUTION 3.01 FURNISH AND INSTALL NAMEPLATES/TAGS A. Furnish and install nameplates for all panelboards, motor starters, motor control center cubicles, disconnect switches, instrument panels, dry type transformers and control stations. B. Engrave the equipment designation, (e.g., "Starter Pump P1"), on nameplates in 3/16-inch white letters on black background of laminated phenolic. Securely fasten nameplates using stainless steel 316 sheet metal screws or rivets; or contact cement if enclosure is sealed. All switches, indicating lights, pushbuttons, meters and parameter indicators on panels shall be clearly identified with its function or tag, as required. Identification list to be approved by plant personnel through the ENGINEER. C. Stainless Steel tags shall be used on instrument, motors and other devices, as applicable. The tags shall be affixed to the instrument with drive pins or stainless steel chain in such a manner that it does not need to be removed to install the instrument. Motors shall carry the tag assigned to its driven equipment, (e.g., P- 101). END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 16110 - 1 Raceways SECTION 16110 RACEWAYS PART 1- GENERAL 1.01 WORK INCLUDED A. This section specifies the furnishing and installation of electrical raceway systems. 1. Conduit: a. Rigid Aluminum conduit. b. Liquid-tight flexible metal conduit. c. PVC Schedule 80 conduit. 2. Wireways. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI C80.5 – American National Standard for Electrical Rigid Aluminum Conduit (ERAC) 2. UL 1 - Safety Standard for Flexible Metal Conduit 3. UL 5 - Safety Standard for Surface Metal Raceways and Fittings 4. UL 651 – Standard for Schedule 40 and Schedule 80 Rigid PVC Conduit and Fittings 5. UL 870 - Safety Standard for Wireways, Auxiliary Gutters, and Associated Fittings 6. NEMA RN 1 - PVC Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit 7. NEMA TC 3 - PVC Fittings for Use with Rigid PVC Conduit and Tubing 8. UL 6 and 614 – Electrical Rigid Metal Conduit 9. UL 360 - Liquid-tight Flexible Steel Conduit 10. UL 467 - Electrical Grounding and Bonding Equipment 11. National Electric Code 12. National Fire Protection Association (NFPA 70E) PART 2- PRODUCTS 2.01 MATERIALS A. Rigid Aluminum Conduit: 1. Conduit: Rigid copper free aluminum (alloy 6063-T1) conduit (RAC). 2. Fittings: For RAC use threaded aluminum. 3. Listing: UL 6A. 4. Acceptable RAC Manufacturers: Allied Tube and Conduit, Consolidated Aluminum Corporation, Kaiser, V.A.W., Reynolds or approved equal. 5. Acceptable Fittings Manufacturers: Appleton, Crouse-Hinds, Midwest, OZ/Gedney, Raco and listed conduit manufacturers.] B. PVC-Coated Rigid Aluminum Conduit: 1. Conduit: Rigid Aluminum conduit plus a factory-applied, 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal, and 2 mil polyurethane coating on the inside. Raceways 16110 - 2 Job No. 1345001.00 2. Fittings: Same as Aluminum conduit fittings plus a factory-applied, 40-mil-thick covering of polyvinyl chloride (PVC) bonded to the metal. 3. Listing: UL 6. 4. Acceptable Conduit and Fittings Manufacturers: Killark, KorKap, OCAL, Perma- cote, Plasti-bond and Robroy Industries. C. Liquid-tight Flexible Metal Conduit: 1. Conduit: Spiral-wound, square-locked, aluminum strip plus a bonded outer jacket of PVC. 2. Fittings: Compression sealed type aluminum. 3. Listing: UL 514 for fittings. 4. Acceptable Conduit Manufacturers: Allied tube and Conduits, Anaconda, Anamet, Liquatite. 5. Acceptable Fittings Manufacturers: Appleton, Crouse-Hinds, Midwest, OZ/Gedney, Raco, and listed conduit manufacturer. D. PVC Schedule 80 Conduit: 1. Non-metallic rigid conduit made of polyvinyl chloride (PVC) manufactured in accordance with the National Electrical Code UL 651 and NEMA TC-2. 2. Fittings shall also be non-metallic. 3. Acceptable conduit and fittings manufacturers: Allied Tube and Conduit, Carlon, CertainTeed Products, Electri-Flex. E. Explosion Proof Seal and Fitting 1. Conduit seal: Explosion proof, Aluminum conduit filling with fiber and compound as define by NEC Article 500 and as manufactured by Crouse - Hinds or Appleton. 2. Explosion proof fittings: Aluminum fittings; flexible coupling to match the hazard as defined by NEC Article 500 and as manufactured by Appleton or Crouse- Hinds. 3. Explosion proof conduits and fillings shall be rated for 40% fill. F. Bushing: High impact, thermosetting, phenolic insulation; 150 degrees C; as manufactured by Appleton “BBUH”, Blackburn, or OZ Gedney type A. G. Ground bushings: Conduit grounding bushings shall consist of a insulated throat conduit bushing with an attached aluminum set screw lug. Grounding bushing shall comply with Fed. Spec. W-F-408b and W-W-C581d, UL Standards 514B and 467, and shall be Crouse Hinds Lazy Lug or approved equal. H. Locknuts: Stainless Steel as manufactured by Appleton “ I. Hubs: 1. Cast Aluminum, with broad flat surfaces with gripping teeth on both sides of conduit entry. Hub portion on exterior side of entry shall contain "O" ring for watertight seal of conduit entry. Hubs shall be Meyers Hub, Appleton or Efcor. J. Conduit through-wall and floor seal: Malleable Aluminum body with oversized sleeves, sealing ring, pressure clamp and rings and sealing grommet; hex head cap screw, as manufactured by OZ Gedney, type FSK. K. Smoke and fire seals: Material shall be intumescent, one (1) part (requiring no mixing) and capable of expanding up to a minimum of eight (8) times. Material shall Job No. 1345001.00 16110 - 3 Raceways be U.L. classified with a fire rating equal to or greater than the penetrated number. Products to be in caulk, putty, wrap strip, sheet, or access kit foam and shall be 3M "Fire Barrier". L. End bells: Hot-dipped, Aluminum, threaded, as manufactured by OZ Gedney type TNS. M. Conduit drawings: Conduit drains shall be Crouse Hinds ECD Universal, or approved equal. N. Expansion fittings: Hot-dipped, galvanized, malleable iron with bonding jumpers. Linear expansion fittings shall be OZ Gedney Zx for rigid, metl conduit or Appleton “XJ” series. Combination linear and deflection expansion fittings shall be OZ Gedney type AXDX. O. Threaded nipples: As manufactured by Allied, Triangle or Steel Duct. Conduit nipples shall have two (2) independent sets of threads. Running threads shall not be used. Utilize the conduit union when joining two (2) fixed conduits in a continuous run. P. Escutcheons: Chrome-plated, sectional floor and ceiling plates, as manufactured by Crane No. 10. Q. Accessories: Reducers, washer, etc., shall be stainless steel. R. Identifying tape for buried conduits: 6” wide, polyethylene with continuous printing along the length of the tape, as manufactured by Brady “Identoline” or Sentry Lin “Terra Tape”. Use red with black letters for buried electrical power conduits. Use green with black letters for buried electric instrumentation and communication conduits. S. Weatherheads: Weatherheads shall be threaded aluminum for threaded rigid conduit application and shall not be a clamp type. Weatherheads shall be Crouse Hinds series F, O-Z type 17 or Appleton Series F. PART 3- EXECUTION 3.01 CONDUIT AND FITTINGS A. Minimum Trade Size: 3/4 inch, except that 1/2-inch flexible metal conduit may be used in lengths not exceeding 72 inches for tap conductors supplying lighting fixtures and for switch legs. The minimum size for underground conduit shall be 1½" inch. B. Conduit sizes, where not indicated, shall be N.E.C. code-sized to accommodate the number and diameter of wires to be pulled into the conduit. C. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watertight. D. Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. Raceways 16110 - 4 Job No. 1345001.00 E. All conduit runs shall be watertight over their lengths of run, except where drain fittings are indicated. In which cases, install specified drain fittings. F. Install a drain fitting for all conduit subject to condensation. Condensation water shall never enter electrical or instrumentation enclosure. G. Plastic jacketed flexible aluminum conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be thirty (30”) inches. H. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. I. Application of Conduit Types: 1. All underground conduit including conduits under a concrete slab shall be PVC and shall be concrete encased. 2. Provide PVC coated rigid Aluminum, conduit bends for all PVC conduits bends. Only factory bended long sweep elbow are acceptable. 3. Exposed conduits inside dry ventilated areas, outdoors in non-corrosive atmosphere shall be rigid Aluminum. Aluminum, shall not come in contact with concrete at any point. 4. Exposed conduits in areas where chemicals are stored, handled, or utilized the conduit shall be PVC coated Aluminum. 5. Exposed conduits in high humidity, non-ventilated areas, constant or frequency wet areas, corrosive atmosphere areas the conduit shall be PVC coated Aluminum. 6. At the transition from PVC to rigid Aluminum conduit, provide a 12” section of PVC coated Aluminum conduit with a minimum of 6-inches into the concrete. The PVC coated Aluminum, conduit shall be per the specification, field wrapping or applying by spray shall not be acceptable. J. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be acceptable. K. Preparation: 1. Place conduit or sleeves in the forms of walls and floor slabs for the free passage of wire or conduits. 2. Set conduit or sleeves in place a sufficient time ahead of concrete placement so as not to delay the work. 3. Apply sealing methods for sleeves through floors and through exterior walls, per details shown on plans. 4. Plugs or caps shall be installed before concrete placement begins. L. Installation Requirements: 1. Metallic Conduits: a. Continuous between enclosures such as outlet, junction and pull boxes, panels, cabinets, motor control centers, etc. b. The conduit must enter and be secured to enclosures so that each system is electrically continuous through out. c. Where knockouts are used, provide double locknuts, one on each side. Job No. 1345001.00 16110 - 5 Raceways d. At conduit terminations, provide insulated bushings for conductor protection. e. Where conduits terminate in equipment having a ground bus, such as in switchgear, motor control centers and panelboards, terminate conduit with an insulated grounding bushing and extend a suitable grounding wire to the ground bus. f. Hubs of the same material shall be used at conduit termination. 2. Run concealed conduit as directly and with the largest radius bends as possible. 3. Run exposed conduit parallel or at right angles to building or other construction lines in a neat and orderly manner. Conceal conduit in finished areas. Unless otherwise shown, remaining conduit may be exposed. 4. Provide chrome-plated floor and ceiling plates around conduits exposed to view and passing through walls, floors, partitions, or ceilings in finished areas. 5. Select properly sized plates to fit the conduit when securely locked in place. M. Installation Methods: 1. Install each entire conduit system complete before pulling in any conductors. 2. Clean the interior of every run of conduit before pulling in conductors to guard against obstructions and omissions. 3. Cut all joints square, then thread and ream smooth. 4. Bends: a. Make bends with standard elbows or conduit benders in accordance with the NEC. b. Make field bends using equipment designed for the particular conduit material and size involved. Particularly PVC coated so as not to damage coating c. Bends must be free from dents or flattening. d. Use no more than the equivalent of three 90-degree bends in any run between terminals and cabinets, or between outlets and junction boxes or pull boxes. 5. Conduit bodies may be used in lieu of conduit elbows where ease of installation and appearance warrants their use. Conduit bodies larger than 1-inch may be used only where approved. 6. Fastenings: Securely fasten and support exposed conduit to framing using stainless steel unistrut and straps of same material as unistrut with 316 stainless steel fastening hardware. 7. Provide a No. 30 nylon pulling line in conduits in which wiring is not installed under this work, such as telephone, signal, and similar systems. Identify both ends of the line by means of labels or tags reading "Pulling Line." Also, state the panel the conduit originated from. Apply write-on identification to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. 8. Suitably cap conduit during construction to avoid water, dirt and trash entrance. 9. Use expansion-deflection fittings on conduit crossing structural expansion joints and on exposed conduit runs of more than 100 feet or where necessary. Provide bonding jumpers across fittings in metal raceway systems. Conduit runs made in concrete pours or surface-mounted runs that are attached to the structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, and at every 100 feet. 10. Use expansion-deflection fittings on all conduit runs that transition from underground to above ground within 12” of grade level. Raceways 16110 - 6 Job No. 1345001.00 11. With a coupling, terminate concealed conduit for future use at structural surfaces. Install a pipe plug flush with the surface. 12. Openings around electrical penetrations of fire-resistance rated walls, partitions, floors or ceilings shall maintain the fire resistance rating using approved methods. See NEC 300-21. Fire barrier shall be 3M 2001 RW silicone RTV foam or approved equal. 13. Conduits shall be installed with uniform slope which will permit drainage toward manholes, pull boxes, or building walls. Where conduit enters a building or a structure, install per the details shown on the drawings. 14. Seal all conduits with pliable sealant such as "Duraseal" where entering boxes, manholes, switchgear, motor control centers, panelboards, enclosures, etc. 15. PVC coated conduit shall be installed by certified installer. PVC coated conduit installation shall follow manufacturer recommendation. N. Hazardous Areas 1. Install conduit seals at all penetrations to hazardous area, as define by the NEC. Install additional seal-type fittings within the hazardous area in accordance with the requirements of the NEC Article 500. 2. Install dam and sealing compound per the Seal Manufacturer’s instructions. 3. Provide flexible conduit which is listed for use in hazardous areas. Conduit, flexible conduit fittings and all other materials shall be listed for use in Class [1], Division [2] Group [D] atmosphere. 3.02 WIREWAYS A. Installation 1. Install wireways, where shown, according to NEC Articles, 376 and 378. 2. Limit capacity to a maximum of thirty (30) current carrying conductors including neutrals at any cross section of the wireway with 20% conductor fill at any cross sectional area. END OF SECTION Job No. 1345001.00 16120 - 1 Conductors 600V and Below SECTION 16120 CONDUCTORS - 600V AND BELOW PART 1- GENERAL 1.01 WORK INCLUDED A. Furnish and install, complete and ready for operation, electrical conductor systems as shown on the drawings and as specified herein. 1.02 SUBMITTALS A. Submit shop drawings and product data as per Division 1 - General Provisions, showing all details of materials. 1.03 CONDUCTOR COLOR CODING A. Color-coding of multi-conductor control and instrumentation cable is specified in the individual cable type specification. B. For power conductors, provide all single conductors power cables with integral insulation pigmentation of the designated colors, except conductors larger than No. 6 may be provided with color-coding by wrapping the conductor at each end and at all accessible locations with vinyl tape. Where this method of color-coding is used, wrap at least six full overlapping turns of tape around the conductor covering an area 1-1/2 to 2 inches wide at a visible location. C. Phase A, B, and C implies the direction of positive phase rotation. D. Use owner’s current color scheme. If owner does not have a consistent color scheme use the following: Use the following colors: System Conductor Color All Systems Equipment Grounding Green 240/120 Volts Grounded Neutral White 1-Phase, 3-Wire One Hot Leg Black Other Hot Leg Red 208Y/120 Volts Grounded Neutral White 3-Phase, 4-Wire Phase A Black Phase B Red Phase C Blue 480Y/277 Volts Grounded Neutral Gray 3-Phase, 4-Wire Phase A Brown Phase B Orange Phase C Yellow Conductors 600V and Below 16120 - 2 Job No. 1345001.00 PART 2- PRODUCTS 2.01 GENERAL A. Use the manufacturer's name, model or catalog number, if for the purpose of establishing the standard of quality and general configuration desired only. B. Splices are not acceptable on this project, except at light fixtures and receptacles. 2.02 CONDUCTORS - 600 VOLTS A. Single Conductors 600 Volts and Below: 1. Unless otherwise indicated, all conductors shall be copper and shall be stranded. Solid conductors shall not be used. All conductors with the exception of grounding conductors shall be standard copper. 2. Utilize only conductors meeting applicable requirements of UL 44, UL 1685, IECA S-95-658 (NEMA WC70). 3. Provide conductors with type THHN insulation except for tray cable. Tray cable shall be type XHHW-2 insulation. 4. Unless noted otherwise, conductor sizes indicated are based on copper conductors. Do not provide conductors smaller than those indicated. 5. Where flexible cords and cables are specified, provide Type STJO, 600 volt, with the number and size of copper conductors indicated. 6. Single Pair (600 Volt No. 16 AWG Twisted, shielded Pair Instrumentation Cable, Type TC): a. General: Single pair instrumentation cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable trays, conduit, or other approved raceways. Minimum cable temperature rating shall be 90°C dry locations, 75°C wet locations. b. Individual Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8, 20 AWG, 7-strand copper drain wire. c. Insulation and Jacket: Each conductor 15-mil nominal PVC and 4-mil nylon insulation. Pair conductors pigmented black and red. Jacket flame- retardant and sunlight and oil resistant PVC with 45 mils nominal thickness. Shield 1.35-mil aluminum/mylar overlapped to provide 100 percent coverage. d. Dimension: 0.31 inch nominal OD. e. Manufacturers: The Okonite Company, Alpha Wire Corporation, or equal. 7. Single Triad (600 Volt No. 16 Twisted, Shielded Triad Instrumentation Cable, Type TC): a. General: Single triad instrumentation cable designed for noise rejection for process control, computer, or data log applications. Suitable for installation in cable tray, conduit, or other approved raceways. Minimum cable temperature rating shall be 90°C dry locations, 75°C wet locations. b. Conductors: Soft annealed copper, Class B, 7-strand concentric per ASTM B8, 20 AWG, 7-strand copper drain wire. c. Insulation and Jacket: Each conductor, 15-mil nominal PVC and 4-mil nylon insulation. Triad conductors pigmented black, red, and blue. Jacket flame-retardant and sunlight and oil retardant PVC with 45 mils nominal thickness. Shield 1.35-mil aluminum/mylar, overlapped to provide 100 percent coverage. d. Dimensions: 0.32-inch nominal OD. e. Manufacturers: The Okonite Company, Alpha Wire Corporation, or equal. Job No. 1345001.00 16120 - 3 Conductors 600V and Below 8. Equipment Grounding Conductors: a. Provide stranded copper conductors, as indicated or as required by NEC, for equipment grounding. All grounding conductor shall be stranded copper. b. Provide conductors with green Type THHN insulation with a minimum thickness of 1/32-inch. B. Multi-conductors, Multi-pairs, or Multi-triads not acceptable. PART 3- EXECUTION 3.01 GENERAL A. Do not exceed cable manufacturer's recommendations for maximum pulling tensions and minimum bending radii. Pulling compound shall be used. Use only UL listed compound compatible with the cable outer jacket and with the raceway involved. B. CONTRACTOR is to provide and install all low voltage (120V, 208V, 480V, etc.) distribution equipment and hardware associated with this project as shown on the plan drawings. C. Tighten screws and terminal bolts using torque type wrenches, and/or drives, to tighten to the inch-pound requirements of the NEC and UL. D. Where single conductors and cables in manholes, handholes, vaults, cable trays, and other indicated locations are not wrapped together by some other means such as arc and fireproofing tapes, bundle throughout their exposed length conductors entering from each conduit with nylon, self-locking, releasable, cable ties placed at intervals not exceeding 12 inches on centers. 3.02 CONDUCTOR - 600 VOLTS AND BELOW A. Provide conductor sizes as indicated on the drawings. B. Use silicone filled pressure connectors. Place no more than one conductor in any single-barrel pressure connection. C. Motors connector shall be crimp connectors or kernys varnish carbonic C130. D. Soldered mechanical joints insulated with tape will not be acceptable. E. Vinyl plastic insulating tape for wire and cable splices and terminations shall be flame retardant, 8.5-mil thick minimum, rated for 105°C minimum meeting the requirements of UL 510. Acceptable product 3M-Scotch 88. F. Provide terminals and connectors acceptable for the type of material used. G. Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length. Remove surplus wire, and bundle and secure in an acceptable manner. Identify circuits entering motor control centers or other control cabinets in accordance with the conductor identification system specified herein. Conductors 600V and Below 16120 - 4 Job No. 1345001.00 H. Terminate control and instrumentation wiring with methods consistent with terminals provided, and in accordance with terminal manufacturer's instructions. Where terminals provided will accept such lugs, terminate control and instrumentation wiring (except solid thermocouple leads) with insulated, locking-fork compression lugs, Thomas & Betts, Sta-Kon, or equal. I. For terminals designed to accept only bare wire compression terminations, use only stranded wire, and terminate only one wire per terminal. Tighten terminal screws with torque screwdriver to recommended torque values. J. Attach compression lugs with a tool specifically designed for that purpose which provides a complete, controlled, crimp where the tool will not release until the crimp is complete. Use of plier type crimpers is not acceptable. K. Cap spare conductors and conductors not terminated with UL listed end caps. L. Where conductors pass through holes or over edges in sheet metal, remove all burrs, chamfer edges, and install bushings and protective strips of insulating material to protect the conductors. M. For conductors that will be connected by others, provide at least 6 feet spare conductor in freestanding panels, and at least 2 feet spare in other assemblies. Provide more spare conductor in any particular assembly where it is obvious that more conductor length will be needed to reach the termination point. 3.03 CABLES A. Do not splice without permission of the ENGINEER. Locate splices, when permitted, only in readily accessible cabinets or junction boxes using terminal strips. B. Where connections of cables installed under this section are to be made to instrumentation and controls, leave pigtails of adequate length for neat bundled type connections. C. Maintaining the integrity of shielding of instrumentation cables is essential to the operation of the control systems. Take special care in cable installation to ensure that grounds do not occur because of damage to the jacket over the shield. D. Cable Placement: 1. Immediately prior to the placement of each cable or cable group, inspect the raceway to determine that installation is complete and that the interior is clean and free of all materials detrimental to the cable or its placement. Group all cable assigned to a particular conduit and pulled simultaneously, using cable grips and acceptable lubricants. 2. Provide adequately sized raceways to accommodate the number and size of cable as specified, and in compliance with Article 300 of the National Electric Code. If at any time during the progress of the work raceways appear inadequate to accommodate the assigned cable, notify the Engineer/Owner at once and discontinue further work on the questionable raceway until advised by the Owner as to how to proceed. 3. Carefully check all cable as to size and length before pulling into conduits. Remove and replace cable pulled into the wrong conduit or cut too short at no additional cost to the Engineer/Owner. Do not pull cable removed from one Job No. 1345001.00 16120 - 5 Conductors 600V and Below conduit or duct into another conduit or duct without permission of the Engineer/Owner. E. Use woven wire cable grips to pull all low voltage single conductor cable, No. 2/0 and larger, and all low voltage multi-conductor cable. Use pulling loops to pull single conductor cable smaller than No. 2/0. When a cable grip is used for pulling, the arc of the cable covered by the grip plus 6-inches shall be cut off and discarded. F. Insert a reliable non-freezing type of swivel or swivel connection between the pulling ropes and the cable eye, or grip to prevent twisting under strain. G. Do not exceed the maximum pulling tension recommended by the cable manufacturer. Pulling mechanisms of both the manual and power types shall have the rated capacity in tons clearly marked on the mechanism. Whenever the capacity of the pulling mechanism exceeds the recommended pulling tension of the cable as given by the cable manufacturer, a dynamometer shall be used to show the tension on the cable, and the indicator shall be constantly watched. If any excessive strain develops, stop the pulling operation at once and determine and correct the difficulty. 3.04 CONDUCTOR ARC AND FIREPROOFING TAPES A. Use arc and fireproofing tapes on 600 volt single conductors and cables, except those rated Type TC, throughout their entire exposed length at splices in manholes, handholes, vaults, cable trays, and other indicated locations. B. Wrap together as a single cable conductors entering from each conduit. C. Follow tape manufacturer's installation instructions. Secure the arc and fireproofing tape at frequent intervals with bands of the specified glass cloth electrical tape. Make each band of at least two wraps of tape directly over each other. D. Arc and Fireproofing tape shall be 3M Scotch #88 or equal. 3.05 FIELD TESTS A. Instrumentation Cables: After instrumentation cable installation and conductor termination by the instrumentation and control supplier, perform tests witnessed by the ENGINEER to ensure that instrumentation cable shields are isolated from ground, except at the grounding point. Remove improper grounds. END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 16130 - 1 Boxes SECTION 16130 BOXES PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish and install outlet boxes, floor boxes, junction boxes, pull boxes and terminal boxes. B. All boxes containing heat sensitive equipment shall be factory painted white. 1.02 REFERENCE STANDARDS A. ANSI/NEMA Publication No. OS 1 – Sheet-Steel Outlet Boxes, Device Boxes, Covers, and Box Supports. B. ANSI/UL 514 - Electrical Outlet Boxes and Fittings. C. National Electric Code. PART 2 - PRODUCTS 2.01 OUTLET BOXES A. Flush Device Boxes: 1. Provide cast aluminum boxes of sufficient size to accommodate wiring devices to be installed at outlet. 2. Extension rings shall not be acceptable. 3. Square or rectangular boxes may be supplied. 4. Unless otherwise noted, provide boxes 3-1/2-inches deep by 4 inches wide. 5. Boxes in hazardous locations shall be NEMA rated for the application. B. Exposed Device Boxes: Provide FD aluminum boxes for surface mounting in areas having exposed conduit systems. Coordinate box cover for proper use. C. Boxes for Lighting Fixtures: 1. Provide aluminum octagonal boxes with fixture stud supports and attachments as required to properly support ceiling and bracket-type lighting fixtures. 2. Unless otherwise noted, provide boxes 2 inches deep by 4 inches wide. D. Masonry Boxes: 1. Provide stamp metal masonry boxes. 2. Use boxes with 1-gang capacity in excess of the number of devices to be installed. 3. Extension ring covers shall not be acceptable. E. Listing: UL 514. F. Acceptable Manufacturers: Appleton, Bowers, Crouse-Hinds, Efcor, Midwest, OZ/Gedney, RACO, Steel City, T & B. Boxes 16130 - 2 Job No. 1345001.00 2.02 JUNCTION, PULL AND SPLICE BOXES A. Construction: Provide boxes conforming to NEC Article 314. B. Interior Spaces: Provide surface mounted stainless steel type 316 boxes at least 4 inches deep. C. Exterior Spaces: NEMA 4X stainless steel type 316 boxes at least 4 inches deep. D. Embedded: Provide stainless steel 316 type with external recessed flanged cover when cast in concrete. E. Listing: UL 514. F. Acceptable Manufacturers: Hoffman, Keystone, OZ, Stahlin, Crouse-Hinds. G. Hazardous location: Box shall be NEMA rated for the application. 2.03 TERMINATION CABINETS & BOXES A. Termination cabinets shall be NEMA 4X 316 stainless steel gasketed. Cabinets shall be configured as shown on the plans, and shall be of sufficient size to adequately contain all terminals, wire-duct, and cables as determined by the CONTRACTOR. Cabinets shall have removable doors (lift-off) not more than 30 inches wide, and shall be equipped with a three-point locking latch handle. B. Wire terminal blocks shall be Square D Type M Barrier Block system, or equal. 1. M4/6G or B 22014 AWG 6MM (.234 inch) wide, Grey, Blue, Single Level, 600 volt, 25 amp. 2. M6-8G or B 22-8AWG 8MM (.315 inch) wide, Grey Blue, Single Level, 600 volt, 55 amp. C. The wire terminal block system shall be for DIN rail mounting, and shall include fuse/switch blocks, circuit breaker block, and isolation switches. D. Acceptable Manufacturers: Hoffman. PART 3 - EXECUTION 3.01 PREPARATION A. Coordinate location of all boxes with all other work. B. Verify location of floor boxes with Engineer before installation. 3.02 OUTLET BOXES A. Flush Boxes: 1. Unless otherwise indicated, mount all outlet boxes flush within 1/4-inch of the finished wall or ceiling line. 2. Securely fasten outlet boxes in position using clips or other suitable means. 3. Provide plaster covers for all boxes in plastered walls and ceilings. Job No. 1345001.00 16130 - 3 Boxes B. Fixture Boxes: Where boxes for suspended lighting fixtures are attached to and supported from suspended ceilings, adequately distribute the load over the ceiling support members. C. Mounting Height: 1. Mounting height of a wall-mounted outlet box means the height from finished floor to horizontal center line of the cover plate. 2. Where outlets are indicated adjacent to each other, mount these outlets in a symmetrical pattern with all tops at the same elevation. 3. Where outlets are indicated adjacent, but with different mounting height s, line up outlets to form a symmetrical vertical pattern on the wall. 4. Verify the final location of each outlet with Engineer before rough-in. 5. Remove and relocate any outlet box placed in an unsuitable location. D. Back-to-Back Boxes: 1. Do not connect outlet boxes back to back unless approval is obtained. 2. Where such a connection is necessary to complete a particular installation, fill the voids around the wire between the boxes with sound insulating material. E. Box Openings: Provide only the conduit openings necessary to accommodate the conduits at the individual location. 3.03 FLOOR BOXES A. Completely envelop floor boxes in concrete except at the top. Increase slab thickness at boxes if required for bottom covering. Adjust covers flush with finished floor. 3.04 JUNCTION AND PULL BOXES A. Pull boxes and junction boxes shall be provided to facilitate the installation of cable and wires. "Condulet" type fittings shall not be used in lieu of boxes when the conduit contains wire #4 AWG or larger. B. Installation: 1. Install boxes as required to facilitate cable installation in raceway systems. 2. Generally provide boxes in conduit runs of more than 100 feet. 3. Locate boxes strategically and make them of such shape and size to permit easy pulling of wire or cables. Size boxes in accordance to NEC Article 314.28 requirements. C. Covers: 1. Provide boxes so that covers are readily accessible and easily removable after completion of the installation. 2. Include suitable access doors for boxes above suspended ceilings. 3. Select a practical size for each box and cover. END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 16191 - 1 Miscellaneous Equipment SECTION 16191 MISCELLANEOUS EQUIPMENT PART 1- GENERAL 1.01 SCOPE OF WORK A. Furnish and install all miscellaneous equipment as shown on the Drawings and as specified herein. 1.02 REFERENCE STANDARDS A. Equipment enclosures shall have NEMA ratings suitable for the location in which they are installed, as specified in Division 16. 1.03 SUBMITTALS A. Submit to the Engineer, in accordance with Division 1, detailed catalog information or drawings describing electrical and physical characteristics of all equipment specified. B. Submittal shall be clearly marked showing only equipment provided. Mark through equipment option not provided. PART 2- PRODUCTS 2.01 MATERIALS A. Control Stations 1. Control stations shall be heavy-duty type, with full size operators. Momentary contact stop buttons shall have a lockout latch that can be padlocked in the open position. Provide an extra contact to monitor the auto position of the switch as shown on the drawings. 2. NEMA 4X enclosures shall be stainless steel. 3. NEMA 7 enclosures shall be copper free cast aluminum. 4. Control stations shall be Allen-Bradley or approved equal. B. Wireway 1. NEMA 4X wireway shall be stainless steel with gasketed, hinged covers and stainless steel type 316 screws. 2. NEMA 4X shall be Bulletin F-22 as manufactured by the Hoffman Engineering Co. or approved equal. C. Control Relays 1. Control relays shall be heavy duty machine tool type, with 10 Amp, 300 Volt convertible contacts. Number of contacts and coil voltage shall be as shown on the Drawings. General use relays shall be General Electric Co., Catalog No. CR120B, similar by Square D Co.; Allen-Bradley Co. or equal. Latching relays shall be General Electric Co., Catalog No. CR120BL, similar by Square D Co.; Allen-Bradley Co. or approved equal. 2. Time delay relays shall be pneumatic, 600 Volt, 20 Amp contacts, with Miscellaneous Equipment 16191 - 2 Job No. 1345001.00 calibrated knob operated adjustment. On delay and off delay types and timing ranges shall be as shown on the Drawings. Relays shall be Agastat Model 7012 or 7022 or approved equal. D. Polyethylene Warning Tape 1. Warning tape shall be red polyethylene film, 6-in minimum width. 2. Warning tape shall be W.H. Brady Co., Catalog No. 91296 or approved equal. E. Terminal Blocks 1. Terminal blocks shall be 600 Volt, channel mounted, with tubular screw and pressure plate. 2. Terminal blocks shall be Bulletin 1492 as manufactured by the Allen-Bradley Co. or approved equal. F. Intrinsically Safe Relays 1. Intrinsically safe relays shall be solid state type with 5 Amp output contacts, suitable for use on a 120 Volt, 60 Hz power supply and shall be FM approved for pilot devices in Class I, Division 1, Group D hazardous atmospheres. 2. Intrinsically safe relays shall be Gems Solid State Safe-Pak as manufactured by Gems Sensors, Division of Transamerica Delaval, Inc. or approved equal. G. JIC Boxes for GF Receptacles 1. Furnish all necessary hardware for mounting the heat tape and thermostat. 2. JIC boxes shall be 6-in by 6-in by 4-in aluminum continuous hinge clamp cover boxes, Hoffman, Catalog No. A-606 CHAL with Type L23 stainless steel type 316 fast operating JIC clamp or approved equal. 3. Install 1-1/2-in bushings in bottom of box for cord and plug to pass through. H. On-Delay, Off-Delay Timers (Solid State) 1. On and off delay timers shall be microprocessor based, solid state type. 2. Timers shall have the following features: a. Adjustable timing ranges from 0.1 seconds to 99 hours, 59 minutes minimum. b. Setpoints entered by pressing membrane covered keyboard on unit. c. LCD readout of timing progress and setpoint. d. Adjustable for on-delay or off-delay modes. e. Standard sized plug-in case. f. Totally sealed face plate. g. Sealed battery backup power to retain memory for up to 30 days. h. Accuracy plus or minus 0.01 second. i. DPDT isolated instantaneous and timed output contacts rated 6 Amps minimum at 120 Volt. 3. Timers shall be Bulletin 651 Multirange, solid state as manufactured by Tenor Co., Inc.; Eagle Signal, CS-300 Series or approved equal. I. Corrosion Inhibitors 1. All equipment enclosures, terminal boxes, etc, located in a NEMA 4X rated area (where shown on the Drawings) that contains electrical or electronic equipment or terminal strips shall be furnished with an internally mounted, chemically treated corrosion inhibitor pad. 2. The corrosion inhibitor pads shall be as manufactured by Hoffman Engineering Co.; 3M or approved equal. Job No. 1345001.00 16191 - 3 Miscellaneous Equipment J. Instrumentation Disconnect Switches: Provide a heavy-duty single pole disconnect toggle switch in a weather proof cast enclosure for all field instruments served with electric power. This feature shall be included whether or not shown on drawings. K. Fuses, 0 to 600 Volts 1. Provide a complete set of current-limiting fuses wherever fuses are indicated. Supply a set of six (6) spare fuses of each type and each current rating installed. Utilize fuses that fit mounting specified a. For 0 to 600 volt motor and transformer circuits, 0 to 600 amps, UL Class RK-1 with time delay, Bussmann Type LPS-RK, Shawmut Type A6D-R, or equal. b. For 0 to 250 volt motor and transformer circuits, 0 to 600 amps, UL Class RK-1, Bussmann Type LPN-RK, Shawmut type A2D-R, or equal. c. For 0 to 600 volt feeder and service circuits, 0 to 600 amps, UL Class RK- 1, Bussmann Type KTS-R, Shawmut Type A6K-R, or equal. d. For 0 to 250 volt feeder and service circuits, 0 to 600 amps, UL Class Rd- 1, Bussmann Type KTN-R, Shawmut Type A2K-R, or equal. e. For 0 to 600 volt feeder and service circuits, 601 to 6,000 amps, UL Class L, Bussmann type KRP-C, Shawmut Type A4BY, or equal. L. Indicating Lights: 1. Indicator lamps shall be heavy duty 30mm, industrial type oil tight, high-visibility LED, full voltage type. Units shall have screw on plastic lenses and shall have factory engraved legend plates as required. Unless otherwise specified in each equipment specification lens color shall be green for equipment OFF, red for equipment operating, blue for FAIL or ALARM and amber for power ON/Equipment Stand-by. For all control applications, indicator lamps shall incorporate a push-to-test feature. M. Selector Switches 1. Mode selector switches (HAND-OFF-AUTO, LOCAL-OFF-REMOTE, MOTOR SELECTOR, LEAD-LAG, etc) shall be heavy-duty 30mm, oil tight, industrial type with contacts rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, and legend plates with white markings, as indicated. Operators shall be black knob type. Units shall have the number of positions and contact arrangements, as required. Units shall be single-hole mounting, accommodating panel thicknesses from 1/16-in minimum to 1/4-in maximum. N. Push Buttons: 1. Push-button, shall be heavy-duty, industrial type with momentary or maintained contacts as required, rated for 120 VAC at 10 Amps continuous. Units shall have standard size, black field, and legend plates with white markings, as indicated. Button color shall be red for EMERGENCY STOP or START and green for STOP. Contact arrangement shall be as required. O. Combination starters: 1. Combination starters shall be provided with motor circuit protectors and equipped to provide under-voltage release and overload protection on all three phases. Combination Starter is applicable for single motor starter only, refer to common control panel specification for other application. 2. Motor starters shall be 2 or 3 Pole, 1 or 3-phase as required, 60 Hz, 600 Volt, Miscellaneous Equipment 16191 - 4 Job No. 1345001.00 magnetically operated, full voltage non-reversing except as shown on the drawings. NEMA sizes shall be as required for the horse power shown on the drawings. 3. Each motor starter shall have a 120 Volt operating coil and control power transformer. Starters shall have motor overload protection in each phase. Auxiliary contacts shall be provided as shown on the drawings. A minimum of one N.O. and N.C. auxiliary contacts shall be provided in addition to the contacts shown on the drawings. 4. Overload relays shall be adjustable ambient compensated and manually reset. 5. Control power transformers shall be sized for additional load where required. Transformer primaries shall be equipped with time-delay fuses. 6. Switches, relays, push buttons shall be as specified under this section. 7. Provide additional protection as shown on contract drawing. 8. Enclosure shall be NEMA 4X for outdoor application and NEMA 12 for indoor application. P. Circuit Breakers: Provide circuit breakers for the specified service with the number of poles and ampere ratings indicated. All breakers 250A and above shall be 100% rated. 1. Provide breakers which are quick-make and quick-break on both manual and automatic operation. 2. Use a trip-free trip indicating breaker. 3. Incorporate inverse time characteristic by bimetallic overload elements and instantaneous characteristic by magnetic trip. Where indicated, provide ground fault circuit breakers (GFCB). 4. For 2-pole and 3-pole breakers, use the common-trip type so that an overload or fault on one pole will trip all poles simultaneously. Handle ties are not acceptable. 5. Unless otherwise indicated, provide circuit breakers with the following interrupting ratings: a. Each circuit breaker used in 120/240 Volt panelboards shall have an interrupting capacity of not less than 10,000 Amps, RMS symmetrical. b. Each circuit breaker used in 277/480 Volt and 480 Volt panelboards shall have an interrupting capacity of not less than 22,000 Amps, RMS symmetrical. c. GFCI (ground fault circuit interrupter) shall be provided for circuits where shown on the drawings. GFCI units shall be 1 Pole, 120 Volt, molded case, bolt-on breakers, incorporating a solid state ground fault interrupter circuit insulated and isolated from the breaker mechanism. The unit shall be UL listed Class A Group I device (5 milliamp sensitivity, 25 millisecond trip time) and an interrupting capacity of 10,000 Amps, RMS. d. Circuit breakers shall be as manufactured by the panelboard manufacturer. 6. Connect breakers to the main bus by means of a solidly bolted connection. 7. Use breakers which are interchangeable, capable of being operated in any position within the panel. 8. Independently mount breakers so that a single unit can be removed from the front of the panel without disturbing or removing main bus, other units or other branch circuit connections. 9. Provide individual breaker handle lock for all circuits that supply exit signs, emergency lights, and fire alarm panels. Job No. 1345001.00 16191 - 5 Miscellaneous Equipment 10. Provide GFI circuit breakers for heat trace circuit. The rating shall be as per NEC. PART 3- EXECUTION – NOT USED END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 16289- 1 Surge Protective Devices SECTION 16289 SURGE PROTECTIVE DEVICES PART 1- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes surge protective devices for low-voltage power, control, and communication equipment. 1.03 DEFINITIONS A. ATS: Acceptance Testing Specifications. B. SVR: Suppressed Voltage Rating. C. SPD: Surge Protective Device 1.04 SUBMITTALS A. Product Data: For each type of product indicated, include rated capacities, operating weights, operating characteristics, furnished specialties, and accessories. B. Product Certificates: For surge protective devices, signed by product manufacturer certifying compliance with the following standards: 1. UL 1283 - Electromagnetic. 2. UL 1449 3rd Edition – UL Standard for Surge Protective Devices. C. Qualification Data: For testing agency. D. Field quality-control test reports, including the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Failed test results and corrective action taken to achieve requirements. E. Operation and Maintenance Data: For transient voltage suppression devices to include in emergency, operation, and maintenance manuals. F. Warranties: Special warranties specified in this Section. 1.05 QUALITY ASSURANCE A. Source Limitations: Obtain surge protective devices and accessories through one source from a single manufacturer. B. Product Options: Drawings indicate size, dimensional requirements, and electrical performance of suppressors and are based on the specific system indicated. Surge Protective Devices 16289 - 2 Job No. 1345001.00 C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. D. Comply with IEEE C62.41, "IEEE Guide for Surge Voltages in Low Voltage AC Power Circuits," and test devices according to IEEE C62.45, "IEEE Guide on Surge Testing for Equipment Connected to Low-Voltage (1000 Volts or less) AC Power Circuits." E. Comply with NEMA LS 1, "Low Voltage Surge Protection Devices." F. Comply with UL 1283, "Electromagnetic Interference Filters," and UL 1449, "Standard for Surge Protective Devices." 1.06 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer’s written permission. B. Service Conditions: Rate surge protection devices for continuous operation under the following conditions, unless otherwise indicated: 1. Maximum Continuous Operating Voltage: Not less than 115 percent of nominal system operating voltage. 2. Operating Temperature: 30 to 120 deg F (0 to 50 deg C). 3. Humidity: 0 to 85 percent, non-condensing. 4. Altitude: Less than 20,000 feet (6090 m) above sea level. 1.07 COORDINATION A. Coordinate location of field-mounted surge protective devices to allow adequate clearances for maintenance. 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of surge suppressors that fail in materials or workmanship within one year from date of Substantial Completion. PART 2- PRODUCTS 2.01 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into 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. General Electric Company. 2. Innovative Technology, Inc. Job No. 1345001.00 16289- 3 Surge Protective Devices 3. Siemens. 4. Square D; Schneider Electric. C. Peak Single-Impulse Surge Current Rating: 150kA/mode. D. Connection Means: Permanently wired. 2.02 PANELBOARD SUPPRESSORS A. TVSS with the following features and accessories: 1. Fuses, rated at 200-kA interrupting capacity. 2. Fabrication using bolted compression lugs for internal wiring. 3. Integral disconnect switch. 4. Redundant suppression circuits. 5. Redundant replaceable modules. 6. Arrangement with wire connections to phase buses, neutral bus, and ground bus. 7. LED indicator lights for power and protection status. 8. Audible alarm, with silencing switch, to indicate when protection has failed. 9. One set of dry contacts rated at 5 A and 250Vac, for remote monitoring of protection status. Coordinate with building power monitoring and control system. 10. Surge-event operations counter. B. Peak Single-Impulse Surge Current Rating: 65 kA per mode 2.03 ENCLOSURES A. Install surge protective devices external to the existing Electrical Panel. PART 3- EXECUTION 3.01 PLACING SYSTEM INTO SERVICE A. Do not energize or connect service entrance equipment, panelboards, control terminals, data terminals to their sources until surge protection devices are installed and connected. 3.02 FIELD QUALITY CONTROL A. Remove and replace malfunctioning units and retest. 3.03 DEMONSTRATION A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain transient voltage suppression devices. END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 16450 - 1 Grounding SECTION 16450 GROUNDING PART 1- GENERAL 1.01 WORK INCLUDED A. Furnish and install grounding and bonding equipment for the electrical system. It is the intention of this specification that all electrical equipment be grounded. Furnish labor, materials, equipment and incidentals necessary to install a complete grounding system in strict accordance with Article 250 of the National Electrical Code (NEC) as shown on the drawings or as specified herein. Electrical work shall be in accordance with Section 16010, Electrical General Provisions. 1.02 REFERENCE STANDARDS A. The following standards shall apply as if written here in their entirety: 1. ANSI/IEEE Standard 142 - Recommended Practice for Grounding of Industrial and Commercial Power Systems. 2. ANSI/UL 467 - Grounding and Bonding Equipment. 3. National Electrical Code. 1.03 SUBMITTALS A. Submittal shall be in accordance with Specifications and shall include: 1. Grounding materials, equipment and processes. 2. Product Data: For each type of product supplied. 3. Field quality-control test reports. 1.04 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with UL 467 for grounding and bonding materials and equipment. 1.05 JOB CONDITIONS A. Measure the ground grid resistance with the earth test megger and install additional ground rods and conductors as required until the resistance to the ground conforms to National Electrical Code requirements. Ground resistance measurement shall not exceed 5 ohms. Grounding 16450 - 2 Job No. 1345001.00 PART 2- PRODUCTS 2.01 GROUND RODS A. Material: GROUND RODS: Copper-clad, having a diameter of 5/8” and a minimum length of 10'. B. Listing: UL 467 2.02 GROUND CABLES A. Stranded, bare tinned copper of 98% conductivity and as specified in Section 16120 Conductors - 600V and Below. 2.03 CONDUIT GROUND FITTINGS A. Fittings for bonding ground cable to the conduit shall be FCI Burndy Corp., type NE or Thomas & Betts No. 3951 series. 2.04 GROUND ROD BOXES A. Precast Box with cast iron lid. Lid shall read “ground rod” on lid. Brooks Precast Model. “3-RT” or approved equal. Ground rod boxes located in driveway areas shall have an AASHO H-20 rating. 2.05 GROUND PLATE ELECTRODES A. 20 gauge copper with terminated two (2) foot welded pigtail connection. 2.06 CONNECTIONS A. Type: 1. Unless otherwise noted, provide exothermic weld typed for all non-accessible and below-grade connections. 2. For above grade connections provide bonds and clamps of a nonferrous material which will not cause electrolytic action between the conductor and the connector. B. Listing: UL 467 C. Acceptable Manufacturers: 1. Below grade: Cadweld, Thermoweld 2. Above grade: a. Burndy b. Ilsco c. OZ/Gedney d. T & B 2.07 CERTIFICATION A. Contractor shall receive from the manufacturer proper training prior to execute the exothermic weld connection. Job No. 1345001.00 16450 - 3 Grounding 2.08 WIRING A. Provide copper insulated conductors for bonding jumpers. All insulated grounding conductors shall be copper, stranded. 1. Provide 600-volt insulated conductors having a green-colored XHHW insulation for equipment grounding conductors. 2. Ground conductors shall be protected in conduit where subject to physical damage. 3. All exposed ground conductors shall be installed in conduits. Ground conductor attached to cable trays shall not be considered exposed. 2.09 GROUND BUS A. Round-edge tin plated copper bar with 98 percent International Annealed Copper Standard (IACS) conductivity. B. Size the bus for not less than 25 percent of the cross-sectional area of the related feeder. C. A minimum ground bus size of 3-inch by 2 inches is required. 2.10 GROUNDING FOR INSTRUMENTATION SYSTEM A. Ground Loop for instrumentation system shall be grounded at only one point to the building ground system. 2.11 GROUND LOOP A. All ground loop conductor shall be bare copper minimum wire size shall be #4/0 (Existing) unless otherwise noted. PART 3- EXECUTION 3.01 SYSTEM GROUND A. System Neutral: 1. Where a system neutral is used, ground the system neutral conductor as required by NEC Article 250. 2. Ground the system neutral only at the point of service and isolate it from ground at all other points in the system. B. Separately Derived Systems: Ground neutrals of separately derived systems such as generators, transformers, etc., in accordance with NEC 250-30. C. Size: Size the system grounding conductors to comply with NEC Table 250-66, unless shown larger. 3.02 EQUIPMENT GROUND A. Raceway Systems and Equipment Enclosures: 1. Ground cabinets, junction boxes, outlet boxes, motors, controllers, raceways, fittings, switchgear, transformer enclosures, handrail, stair, steel pipe and other equipment and metallic enclosures. Grounding 16450 - 4 Job No. 1345001.00 2. Ground equipment and enclosures to the continuous-grounded, metallic raceway system in addition to any other specific grounding shown. 3. Provide bonding jumpers and ground wire throughout to ensure electrical continuity of the grounding system. 4. Provide grounding-type insulated bushings for metal conduits terminating in equipment enclosures containing a ground bus and connect the bushing to the ground bus. 5. Provide green insulated equipment grounding conductor for each feeder, power branch circuit, receptacle branch circuit and lighting branch circuit. 6. Raceways shall not be used for equipment ground. Provide individual equipment ground wires for all equipment even if not shown on plans. 7. Provide bonding jumper and bonding bushing on each metallic conduit entering or leaving the enclosure of the service equipment. 8. Where grounding conductors are shown, bond the wires to metallic enclosures at each end and to intermediate metallic enclosures. Connect grounding conductors to grounding bushings on raceway. Where any equipment contains a ground bus, extend and connect grounding conductors to that bus. Run ground conductor inside conduits enclosing the power conductors. 9. Make connections of any grounding conductors to motors ½ HP and above, or circuits 20 amps or above, by solderless terminal and a 5/16-inch minimum bolt tapped to the motor frame or equipment housing. Grounding clips mounted directly on the box, or with 3/8-inch machine screws. Completely remove all paint, dirt, or other surface coverings at grounding conductor to connection points to that good metal-to-metal contact is made. 10. Ground metal sheathing and any exposed metal vertical structural elements of buildings. Ground metal fences enclosing electrical equipment. Bond any metal equipment platforms which support electrical equipment to that equipment. Provide good electrical contact between metal frames and railings supporting pushbutton stations, receptacles, instrument cabinets, etc., and raceways carrying circuits to these devices. 11. Bond neutrals of transformers to the system ground network, and to any additional indicated grounding electrodes. B. Size: 1. When grounding and bonding conductors are not sized on drawings, size the grounding conductors in accordance with NEC Table 250-122. 2. Size bonding jumper so that minimum cross-sectional area is greater than or equal to that of the equivalent grounding conductor as determined from NEC Table 250-122. C. Install sufficient ground rods in addition to those shown, or code required grounding so that resistance to ground as tested by standard methods does not exceed 1 ohm. Where more than one rod is required, install rods at least 6 feet apart. 3.03 GROUND CONNECTIONS A. Unless shown otherwise, make connections of grounding conductors to ground rods at the upper end of the rod with the end of the rod and the connection point below finished grade. B. Make connections of sections of outdoor ground mats (counterpoise) for substations or other equipment underground. Make connections of other grounding conductors generally accessible. Job No. 1345001.00 16450 - 5 Grounding C. When making thermite welds, wire blush or file the point of contact to a bare metal surface. Use thermite welding cartridges and molds in accordance with the manufacturer’s recommendations. After welds have been made and cooled, brush slag from the weld area and thoroughly clean the joint. For compression connectors, use homogeneous copper, anti-corrosion, surface treatment compound at connectors in accordance with connector manufacturer’s recommendations. Use connectors of proper size for conductors and ground rods specified. Use connector manufacturer’s compression tool. Notify ENGINEER prior to backfilling any ground connections. END OF SECTION THIS PAGE INTENTIONALLY BLANK. Job No. 1345001.00 17000 - 1 Instrumentation - General Provisions SECTION 17000 INSTRUMENTATION – GENERAL PROVISIONS PART 1 - GENERAL 1.01 SCOPE A. This section specifies the requirements for the Coppell Interceptor Metering Site 17.0E for the Trinity River Authority of Texas. The requirements outlined in this section address general hardware, software, and services necessary to provide the control functions specified. More detailed requirements of specific functions and components are presented in other Division 17 sections that follow. 1.02 DEFINITIONS A. The definitions of terminology used in the Division 17 specifications or in any Section referencing Division 17, shall be as defined in ISA Standard S51.1 unless otherwise specified. Where terms used are not defined in ISA 51.1 or in these specifications, ANSI/IEEE Standard 100-1984, ANSI/ISA S50.1 or other ISA standards shall apply. 1. Signal Circuit: Any circuit operating at less than 80 volts AC or DC. 2. Control Circuit: Any circuit operating at 24 volts AC or DC or more, whose principal purpose is the conveyance of information and not the conveyance of energy for the operation of an electrically powered device. 3. Power Circuit: Any circuit operating at 12 volts (AC or DC) or more, whose principal purpose is the conveyance of energy for the operation of an electrically powered device. 4. Two-Wire Transmitter: A transmitter which derives its operating power supply from the signal transmission circuit and therefore requires no separate power supply connections. As used in this specification, two-wire transmitter refers to a transmitter which provides a 4 to 20 milliampere current regulation of signal in a series circuit with an external 24 volt direct current driving potential and a maximum external circuit resistance of 600 ohms. 5. Electrical Isolation: Pertaining to an electrical node having no direct current path to another electrical node. As used in this specification, electrical isolation refers to a device with electrical inputs and/or outputs which are galvanically isolated from ground, the device case, the process fluid, and any separate power supply terminals, but such inputs and/or outputs are capable of being externally grounded without affecting the characteristics of the device or providing a path for circulation of ground currents. The terms "galvanic isolation," "electrical isolation", "isolation", or similar terms shall mean electrical isolation whenever used in Division 17, or whenever used in specifications for electrical control and instrumentation equipment in any other Divisions of these contract documents. Unless otherwise specified, electrical isolation for analog signal devices shall be rated 250 volts AC continuous; and 1500 volts AC for one minute, in accordance with ANSI/IEEE C39.5-1974. 6. Panel: An instrument support system which may be a flat surface, a partial enclosure, or a complete enclosure for instruments and other devices used in process control systems. Unless otherwise specified or clearly indicated by the context, the term "panel" in these contract documents shall be interpreted as a general term which includes flat panels, enclosures, cabinets and consoles. Instrumentation - General Provisions 17000 - 2 Job No. 1345001.00 7. Data Sheets: Data sheets as used in this specification shall comply with the requirements of ISA S20. 8. Field: When used to refer to locations at the treatment facility or in the transmission system, shall mean all outdoor locations, as well as all process and equipment areas. Unless otherwise specified, all areas shall be considered "field" locations except for: administration and other office areas; control rooms; motor control centers and other electrical equipment rooms; dedicated HVAC rooms; and maintenance buildings. 9. Control Room: An environmentally controlled room intended for housing digital control equipment, computers, large control panels, etc., and generally intended to be regularly occupied by operators. 10. Division 17 Work: Whenever the terms "Division 17 work", "specified under Division 17" or "provided under Division 17" are used, they shall be interpreted as referring to all materials, labor, products, services, systems, etc., specified in Sections 17000 through 17999, inclusive, unless equipment shown or specified is clearly labeled as being provided under other parts of the contract. 11. UPS: Uninterruptible Power Supply. 12. SCADA: Supervisory Control and Data Acquisition. 13. RTU: Remote Terminal Unit. Field installed unit which monitors and controls devices, located away from the plant at remote locations. The RTUs contain all logic necessary to monitor and control the system process located at the remote location. 1.03 REFERENCE STANDARDS A. This subsection references the latest revisions of the following standards. They are a part of Division 17 as specified and modified. In case of conflict between the requirements of this section and those of the listed standards, the requirements of this section shall prevail. Standard Title ANSI/NEMA ICS 6 Enclosures for Industrial Control and Systems API RP550 Manual on Installation of Refinery Instruments and Control Systems Part I – Process Instrumentation and Control ISA S5.4 Instrument Loop Diagrams ISA S20 Specification Forms for Process Measurement and Control Instrumentation, Primary Elements, and Control Valves ISA S50.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments ISA S51.1 Process Instrumentation Terminology Job No. 1345001.00 17000 - 3 Instrumentation - General Provisions 1.04 WARRANTIES, MAINTENANCE, AND SUPPORT SERVICES A. Corrective Maintenance 1. The CONTRACTOR shall provide the services of factory-trained service technicians for the purpose of performing corrective maintenance on all system hardware and software. The period of coverage for each piece of equipment shall begin upon initial equipment purchase or manufacture and shall continue for two years after final acceptance or until expiration of the manufacturer's warranty, whichever period is longer. 2. The CONTRACTOR shall provide a 24-hour, 7-day/week service hotline for telephone notification of system malfunctions. Within 2 hours from notification by the OWNER of defective Control System operation, the CONTRACTOR shall have a qualified service representative establish telephone contact with the OWNER's maintenance personnel to discuss short-term corrective measures. If it is not possible to correct the defective operation as a result of the telephone contact, the CONTRACTOR shall have a qualified service representative at the location of the installed Control System within 24 hours from initial notification. The service representative shall perform all necessary inspections and diagnostic tests to determine the source of the defect and to establish a corrective action plan. The corrective action plan shall be developed such that the defect is corrected as quickly as possible and with the least impact on the operation of the OWNER’s facilities. Prior to beginning any repair or replacement procedure, the CONTRACTOR shall review the corrective action plan with the OWNER in order to inform him of the planned course of action and to allow assessment of any impact that course of action might have on the operation of the OWNER’s facilities. At OWNER's option, OWNER maintenance personnel may participate in any corrective maintenance procedures. 3. If possible, the service representative shall effect replacement or repair of the defective component before leaving the site using replacement parts from the spare parts inventory delivered with the system. Otherwise, the corrective action plan shall include a detailed schedule for the planned course of action. Once the defect has been corrected, the corrective action plan shall be updated indicating the source of the defect and specific corrective action taken. A copy of the updated corrective action plan shall be delivered to the OWNER on the day the work is performed. Any spares from the onsite supply of spares used by the CONTRACTOR in correcting the system malfunction shall be replaced within 15 days. 4. If 24-hour response time is not provided, or other corrective maintenance requirements are not met by the CONTRACTOR, the OWNER shall have the right to obtain corrective maintenance from other sources and charge the CONTRACTOR reasonable costs of the alternative maintenance services, including parts, labor, travel, and subsistence. 5. The OWNER, at the OWNER's option, may elect to employ its own maintenance staff to locate and remove a defective component. In this case the OWNER will return the defective component to a repair location as instructed by the CONTRACTOR. The CONTRACTOR shall repair or replace the defective component and return the properly working unit to the OWNER within 15 days. Instrumentation - General Provisions 17000 - 4 Job No. 1345001.00 1.05 CONTRACTOR'S QUALIFICATIONS A. The CONTRACTOR shall perform all work necessary to select, furnish, configure, customize, debug, install, connect, calibrate, and place into operation all hardware and software specified within this section and in other sections as listed in Article 1.02, Related Work. B. The CONTRACTOR shall be a "systems house," regularly engaged in the design and the installation of computer systems and their associated subsystems as they are applied to the municipal water or wastewater industry. For the purposes of this specification section, a "systems house" shall be interpreted to mean an organization that complies with all of the following criteria: 1. Employs a registered professional Control Systems Engineer or Electrical Engineer to supervise or perform the work required by this specification section. 2. Employs personnel on this project who have successfully completed a manufacturer’s training course on the configuration and implementation of the specific programmable controllers, computers and software proposed for this project. 3. Has performed work of similar or greater complexity on at least three (3) projects within the last five (5) years. 4. Has been in the water/wastewater industry performing the type of work specified in this specification section for the past five (5) continuous years. C. The following Instrumentation/Controls Contractors, listed in no particular order, have been pre-approved to provide all instrumentation and controls works: 1. Prime Controls 1725 Lakepointe Dr. Lewisville, TX 75057 2. Wheco Electric, Inc. 8501 Jacksboro Hwy, Lakeside, TX 76135 D. The CONTRACTOR shall maintain a fully equipped office/production facility with full-time employees capable of fabricating, configuring, installing, calibrating, troubleshooting, and testing the system specified herein. Qualified repair personnel shall be available and capable of reaching the facility within 24 hours. E. Actual installation of the system need not be performed by the CONTRACTOR's employees; however, the CONTRACTOR shall provide the on-site technical supervision of the installation. F. The CONTRACTOR shall furnish equipment which is the product of one manufacturer to the maximum practical extent. Where this is not practical, all equipment of a given type shall be the product of one manufacturer. 1.06 SUBMITTALS A. General 1. Submittals shall be made in accordance with the requirements of this section, the requirements of Section 01300, and the requirements of individual Division 17 Sections. The CONTRACTOR shall submit to the OWNER technical data and drawings for all equipment, materials, software, assemblies, and Job No. 1345001.00 17000 - 5 Instrumentation - General Provisions installations prior to fabrication and installation. All submittals shall be made in accordance with the submittal procedures and requirements in Section 01300 - Submittals and Review. The CONTRACTOR shall be responsible for the accuracy and completeness of all submittals, including information and drawings provided by other suppliers or subcontractors providing equipment, materials, software or services to the CONTRACTOR. 2. In all instances in which submittals are required by the Specifications, the CONTRACTOR shall not proceed with the associated work until the submittal has been Successfully Reviewed. 3. Each submittal shall be complete, with all required information provided together at one time, and submitted in a sequence that allows the OWNER to have all of the information necessary for checking and approving a particular document at the time of the submittal. The specified timing requirements for each submittal are minimum requirements. The CONTRACTOR Supplier shall be responsible for planning and making all submittals as necessary to avoid delays or conflicts in the work. 4. Once documents have been successfully reviewed, the CONTRACTOR shall issue them in the quantities shown in the table labeled “Documentation Requirements”. B. Submittal Categories: Project submittals are divided into the following general categories: 1. Design Submittals 2. System Documentation Submittals 3. Testing Submittals 4. Training Submittals 5. The following paragraphs define the specific contents of each of these submittal categories. The requirements outlined for each of these submittals shall apply to all equipment and services specified in all sections of Division 17. Additional submittal requirements may be found in specific sections of Division 17. C. Design Submittals 1. Hardware Submittal a. Product information shall include, but not be limited to: catalog cuts, data sheets, performance surveys, test reports, equipment lists, material list, diagrams, pictures, and descriptive material. The product information shall cover all items including mechanical devices, mounting components, wiring, terminal strips, connectors, accessories, and spare parts. The submittal information shall show the standard and optional product features, as well as all performance data and specifications. b. Prior to commencement of manufacture (or shipment for stock items), the CONTRACTOR shall submit for review product information for all equipment and material specified in Division 17, or required to support equipment, or systems specified in Division 17. Specific requirements for the form and content of product information submittals are included in the individual section that defines the equipment requirements. 2. Connection Diagrams a. Connection diagrams shall show the placement, labeling and wiring of components within panels, cabinets and consoles. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Connection diagrams shall Instrumentation - General Provisions 17000 - 6 Job No. 1345001.00 include all internal wiring of the panel; this shall include AC and DC power wiring and multi-conductor cables from RTU to rewired termination blocks. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. b. The CONTRACTOR shall submit connection diagrams for all new panels, cabinets and consoles. Connection diagrams shall be Successfully Reviewed prior to the start of panel assembly. 3. Panel Fabrication and Layout Drawings a. Panel fabrication drawings are scaled drawings that shall show the physical dimensions, materials, and construction of panels, cabinets, terminal boards, consoles, or other electrical or mechanical equipment enclosures. These drawings show the physical arrangement and mounting of all components in or on a panel, terminal board, cabinet, console, or enclosure. These drawings show the physical dimensions, and the space and mounting requirements of mechanical, electrical, control and instrumentation devices or pieces of equipment. Other information provided may include ventilation requirements, locations of connections, weight, and paint color, material and dry film thickness. b. As a minimum, panel fabrication and layout drawings shall include a bill of materials; front, back, and section views; the locations of all components to be mounted in or on the panel, cabinet, console, enclosure or assembly; drawing scale; nameplate engraving schedule; and structural materials and supports. All drawings shall be scaled. Overall dimensions and minimum clearances shall be shown. Sufficient detail shall be included to demonstrate material choices, outward appearance, construction methods, and seismic force resistance. c. Complete shop drawings shall be prepared and submitted for all panels, cabinets, and consoles which are custom fabricated or modified for this project. The OWNER shall have the right to make modifications to the interior and exterior layouts of panels as part of the shop drawing review. No additional compensation will be provided to the CONTRACTOR for changes that result. The CONTRACTOR shall include in his bid price one redesign of the panel layout to incorporate the OWNER's modifications to the locations of specified components in or on each panel, cabinet, console, or enclosure. 4. Interface Cables: The CONTRACTOR shall submit for review interface cable pin-out/cable makeup diagrams. This includes all network cables and radio to RTU cables. Submittal shall include copies of the actual hardware documentation. All cables shall either be standard cables from the manufacturer or custom-made, without the use of gender changers, 9-25 pin converters, null modem adapters, etc. 5. Interconnection Diagrams: Interconnection diagrams shall include typical wiring diagrams for each type of product. Wires shall be shown as a continuous line between their termination points. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. Job No. 1345001.00 17000 - 7 Instrumentation - General Provisions 6. Installation Drawings: Installation drawings shall show installation arrangements for all provided equipment, mounting and anchoring details, conduit entries into cabinets, and Control System electrical power supply distribution conduit and wiring. Data sheets and/or catalog cuts for mounting devices, anchors, wire and other incidental installation materials shall be included. D. System Documentation Submittals 1. Operation and Maintenance (O&M) Manuals: The CONTRACTOR shall supply O&M manuals for all the equipment and software provided. The O&M manuals shall be developed for personnel at the level of electronic technician. The O&M manuals shall describe the detailed preventive and restorative procedures required to keep the equipment in good operating condition. An O&M manual or a set of manuals shall be furnished for all deliverable hardware, including OEM equipment. O&M manuals for OEM equipment shall contain original printed materials, not copies, and may be provided in the manufacturer’s original format. Manuals shall be provided in electronic format. The O&M manuals shall contain the following information: 2. Instruction Manual a. The manual shall be written in English and illustrated in detail to the component level, including assemblies, subassemblies, and components. It shall contain a detailed analysis of each major component so that maintenance personnel can effectively service, inspect, maintain, adjust, troubleshoot, and repair the equipment. b. Each manual shall include a Table of Contents, arranged in systematic order, and shall be divided into the following sections: (i) Introduction: The purpose of the manual, special tools and equipment, and safety precautions. (ii) General Information and Specifications: A general description of the equipment item, and specifications of its major components. (iii) Listings: Supplier's name, address, and telephone number. Each product shall include name, address, and telephone number of subcontractor, or installer, recommended maintenance contractor, local source for replacement parts. (iv) Theory of Operation: The relationship of assemblies, subassemblies, components and interchangeability of components, and explanation and analysis of their functions to the smallest board replaceable components. (v) Software: Listing and explanatory text for any software or firmware. (vi) Operation Procedures: The locations and functional descriptions of all controller indicators, or CRT displays. (vii) Troubleshooting: A list in tabular format of all symptoms, probable causes of malfunction or improper operation, and probable remedies to the smallest board replaceable components. 3. Preventive Maintenance Instructions: These instructions shall include all applicable visual examinations, hardware testing, and diagnostic hardware/software routines. Instructions on how to load and use any test and diagnostic programs and any special or standard test equipment shall be an integral part of these procedures. 4. Corrective Maintenance Instructions Instrumentation - General Provisions 17000 - 8 Job No. 1345001.00 a. These instructions shall include guides for locating malfunctions down to the card-replacement level. These guides shall include adequate details for quickly and efficiently locating the cause of an equipment malfunction and shall state the probable source(s) of trouble, the symptoms, probable cause, and instructions for remedying the malfunction. These guides shall explain how to use on-line test and diagnostic programs for all devices and any special test equipment, if applicable. b. The corrective maintenance instructions shall include: (i) Explanations for the repair, adjustment, or replacement of all items, including printed circuit cards. Schematic diagrams of electrical, mechanical, and parts location, illustrations, photographs, and sectional views giving details of mechanical assemblies shall be provided as necessary to repair or replace equipment. Typical signal waveforms, logic levels, bit patterns, etc., shall be included. For mechanical items requiring field repair, information on tolerances, clearances, wear limits, and maximum bolt-down torques shall be supplied. Information on the loading and use of special off-line diagnostic programs, tools, and test equipment as well as any cautions or warnings which must be observed to protect personnel and equipment shall be included. (ii) A list of test equipment and special tools required. (iii) A list of all abbreviations and circuit symbols used. (iv) Warranties, bonds and maintenance records, including proper procedures in the event of failures and instances which might affect the validity of warranties, bonds, or contracts. (v) A parts catalog enumerating every part to the lowest of card replaceable components. The description shall include component symbol, description, ratings, accuracy, manufacturer's name and address, manufacturer's part number, commercial equivalents, and quantity per assembly or subassembly. The parts catalog shall identify the appropriate locations of the parts and shall group each component by assemblies or subassemblies within each subsystem so that each component can be identified as being part of the next larger assembly. (vi) A list of recommended spare parts that includes all parts necessary to maintain and repair control system components. The list shall identify the specific part or model number, description, manufacturer’s name and address, commercial equivalents, unit price, lead time for delivery, and recommended quantity. The spare parts list shall indicate which components (by model and serial number) have been provided with the delivered system as part of the spares inventory. 5. Drawings a. O&M Manual drawings (with the exception of those provided by third-party manufacturers) shall not be larger than 11-inches by 17-inches and shall be clearly legible when reproduced using conventional office copying machines. Originals shall be provided for all third-party O&M Manual materials. One reproducible of the O&M Manual drawing original must be supplied for each O&M Manual drawing larger than 11 inches by 17 inches, and must satisfy all drawing requirements specified herein. Those preprinted O&M Manual drawings which are not acceptable, or which must Job No. 1345001.00 17000 - 9 Instrumentation - General Provisions be modified or corrected to show the actual as-built design, shall be redrawn as new specially-prepared shop drawings. Acceptable equipment manufacturer's drawings incorporated into equipment operating and maintenance manuals need not be duplicated or removed from the manuals. b. The CONTRACTOR shall furnish drawings in paper and latest AutoCAD electronic format. c. Each O&M Manual shall be bound in 8 1/2" x 11 inch 3-ring side binders with commercial quality hardback, cleanable plastic covers. Maximum of 3” binder size. O&M Manuals shall be submitted in electronic format. d. Binder covers shall contain the printed title "Operation and Maintenance Instructions", "The Trinity River Authority of Texas”, “CRWS Interceptor Metering Site 17.0E ". e. The manuals shall be internally subdivided with permanent page dividers with tab titling clearly printed under reinforced laminated plastic tabs. f. Each volume shall have a Table of Contents, with each product or system description identified. E. Software Manuals: The CONTRACTOR shall supply Original OEM O&M Manuals in lieu of developing specific O&M Manuals. Only that equipment which lacks proper O&M Manuals would the CONTRACTOR be responsible for supplementing the product literature. F. Record Documents 1. After successful Site Demonstration Test, the CONTRACTOR shall submit for review the Record Documents (as-built) for all equipment and software installed by the CONTRACTOR. All documents which have changed because of the engineering changes, contract changes, or error or omission shall be updated and the revised documentation provided. 2. The CONTRACTOR shall furnish complete as-built sets of: a. Source tapes, disk pack(s) or other storage media for all custom programs b. Loadable and executable object disk pack(s) of the software systems c. All previously delivered documents, with as-built updates d. OEM standard documentation. 3. These media shall include the operating systems, all programs necessary for the operation as well as maintenance of the System, and all programs supplied by the CPU/Microprocessor manufacturers, such as assembler, loaders, editors, compilers and diagnostics. 4. The documentation as outlined in this portion of the document, in conjunction with other documentation specified elsewhere in this document, shall be sufficient to allow the OWNER to reconfigure or make additions or deletions to the System without assistance from the CONTRACTOR. G. Testing Documentation Submittals 1. System test plan requirements are included in Section 17000 part 3.02. 2. Test procedures requirements are included in Section 17000 part 3.02. 3. Test reports requirements are included in Section 17000 part 3.02. Instrumentation - General Provisions 17000 - 10 Job No. 1345001.00 PART 2 - PRODUCTS 2.01 INFORMATION ON DRAWINGS A. The following information is indicated on the drawings: 1. Loop diagram on flow sheet for each control loop. Diagrams are schematic in nature and intended only as a guide to work to be performed. 2. Approximate location of primary elements, instrument panels and final control elements. 3. Approximate location of instrumentation power junction boxes for instrument electrical power connection. 4. Location of electrical distribution panel boards for instrument electrical power. 5. Location of equipment having alarms and equipment status contacts. 6. Location of equipment being controlled by system. 7. General layout of instrument cabinets. 8. Instrument installation details. B. The following information is not shown on drawings but shall be the responsibility of the CONTRACTOR to determine, furnish and coordinate with other divisions, based upon systems specified. Show this information on project record drawings. 1. Instrument loop drawings per ISA S5.4 minimum, desired and optional items. 2. Location of electrical distribution panel boards supplying power to any device supplied under this contract. 3. Detailed enclosure and instrument panel layouts, fabrication details and wiring diagrams. 4. Detailed system configuration. 5. Raceway and cable routing for instrumentation wiring. 2.02 OPERATING CONDITIONS A. Ambient Conditions: Provide equipment suitable for ambient conditions specified. Provide system elements to operate properly in the presence of radio frequency fields produced by portable RF transmitters with output of five watts operated at 24 inches from instruments; in the presence of plant telephone lines, power lines and electrical equipment; and in the presence of digital data transmission systems. B. Field Locations: Field equipment may be subjected to ambient temperatures from -5 to 50C with direct radiation, relative humidity from 0 to 100 percent with condensation. C. Power Supply: Power supply will be 117 volts AC, single- phase, 60-hertz commercial power. Voltage variations will be at least plus or minus 8 percent. Certain loops shall have integral power supply as indicated on the drawings. 2.03 TRANSIENT AND SURGE ISOLATION A. Protect all power and communication and transmission/ receiving circuitry from any surge, including spikes up 1,000 volts peak and surges with a rise time of less than one microsecond. Use a combination of current limiting resistors, zener diodes, gas tube surge arresters and a fusible link which melts and shorts the surge to ground before the device circuitry is affected. Provide protection adequate for personnel Job No. 1345001.00 17000 - 11 Instrumentation - General Provisions safety, which will prevent an erroneous output, change in calibration or failure of component other than fuse or fusible link. 2.04 SPARE PARTS A. During the system warranty period, the CONTRACTOR is expected to make system repairs by initially replacing the defective component with one from the spares inventory. The CONTRACTOR shall then replace the spare component 2.05 SPECIAL TOOLS A. CONTRACTOR shall supply one of each type of special hand tool required to open or operate equipment, to remove or replace replaceable parts, remove or replace cable connectors, or to make required operational or maintenance adjustments. A special hand tool is any tool not readily available from local retail hardware stores. 2.06 TEST EQUIPMENT A. The CONTRACTOR shall provide a complete list of all tools, test equipment, and commercial software programs necessary for the proper maintenance of the system. This list shall contain the quantity recommended, model number, description, cost, and name and address of supplier. 2.07 MATERIALS AND EQUIPMENT A. Materials: Material shall be new, free from defects, and of the quality specified. All instruments with the same specification shall be from the same manufacturer. 1. Provide equipment of solid-state construction utilizing second source semiconductors, unless otherwise specified. Derate components to assure dependability and long-term stability. Provide printed or etched circuit boards of glass epoxy, hand or wave soldered, of sufficient thickness to prevent warping. Coat printed circuit boards in field-mounted equipment with plasite 7122, or approved equal, to protect against corrosion. Alignment and adjustments shall be non-critical, stable with temperature changes or aging and accomplished with premium grade potentiometers. Do not insert components of specially selected values into standard electronic assemblies to meet performance requirements. Use parts indicated in instruction manuals, replaceable with standard commercial components of the same description without degrading performance of completed assembly. Do not use silver edge connectors or pins. 2. Use test equipment and instruments to simulate inputs and read outputs suitable for purpose intended and rated to an accuracy of at least five times greater than the required accuracy of device being calibrated. Such test equipment shall have accuracies traceable to the National Bureau of Standards as applicable. 3. Make equipment located in hazardous areas suitable for applicable classification by use of explosion-proof housings or equipment and barriers approved as "intrinsically safe" by either UL or FM. Locate barriers in cabinets at hazardous area boundaries. Use dual barriers in loops in order to prevent a grounding loop at the barrier. 4. Provide all special tools necessary for operation, maintenance and calibration of all (instruments) devices, subsystems, and systems supplied. Instrumentation - General Provisions 17000 - 12 Job No. 1345001.00 2.08 SPECIAL PROJECT REQUIREMENTS A. As a part of this contract, the instrumentation systems contractor shall coordinate with all the sub-systems suppliers and manufacturers, during bidding, construction, testing, installation and start-up phases of the project. The coordination is to assure that the instruments, and sub-systems are in compliance with the specifications and the central controls, and that the tie-ins and the interface signals are provided as required. B. The calibration, testing and start-up of all the instruments shall be done by the manufacturer's field technician/engineer in the presence of the OWNER. The CONTRACTOR shall provide a list of all manufacturers whose technician will perform this work. The CONTRACTOR shall also provide a certified calibration report stating that each instrument has been installed per manufacturer's recommendations and per these specifications. PART 3 - EXECUTION 3.01 OVERVIEW A. The CONTRACTOR is responsible for the following areas: 1. Provide Radio path study service and radio design including radio tower, cabling…etc. 2. Acquisition and installation of all the hardware, software and instrumentation as defined in this specification and drawings. 3.02 SYSTEM TEST REQUIREMENTS A. General Requirements: 1. The Control System shall undergo a comprehensive system test process to demonstrate that the system performs as an integrated unit to meet the requirements of this specification. The CONTRACTOR, as a normal course of system development, shall conduct all element, subsystem, and system tests necessary to ensure the proper operation of the control system at various stages of system development. This type of testing will normally be not witnessed; however, the OWNER and ENGINEER reserve the right to witness these tests if concerns arise about the progress of system implementation. 2. One formal, witness test shall be conducted on the Control System: a. Field I/O Point Checkout. 3. The following paragraph describes the requirements for this formal test. B. I/O Field Checkout 1. An I/O point checkout shall be performed after all equipment is shipped and installed in the field. The tests shall be performed to verify that the equipment has been installed correctly. The tests shall be performed to verify that the software and hardware will meet the functional and performance requirements of this document. 2. The OWNER and the ENGINEER will witness these factory tests. 3. The I/O point checkout shall demonstrate the proper operation of all the field points affected by the installation of the equipment provided by this contract. 4. The I/O Point Checkout shall include, but not limited to, the following: a. Exercise each discrete input. Each state shall be verified at an Operator Workstation. Job No. 1345001.00 17000 - 13 Instrumentation - General Provisions b. Exercise each analog input. Each input shall be verified at 0, 25, 50, 75 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be verified at the Operator Workstation. c. Exercise each discrete output. Each state shall be initiated from the Operator Workstation. If necessary, the associated equipment shall be placed into a “safe” state such that the activation of the output will not damage the equipment or cause a safety hazard. d. Exercise each analog output. Each output shall be verified at 0, 25, 50, 75 and 100% range of the instrument. Linearity of the signal shall be verified. Each value shall be initiated and verified at the Operator Workstation. e. Unless constrained by the operation of the plant, or due to safety reasons, all testing should include the actual equipment, and not use simulated signals. 3.03 INSTALLATION AND STARTUP A. Field Testing: Field testing and start-up shall consist of a sequence of activities and tests conducted as the control system components are installed and integrated at the job site. Following is a description of the individual steps that are involved with field testing and cut-over. 1. Top-End Equipment Startup and Test a. Once the top-end equipment is installed and operational at the Control Room, checkout of the network will begin. b. Demonstrate the capability of each piece of equipment to communicate with each other. c. Demonstrate the ability of the equipment to operate in the manner defined for each across the network. 3.04 SYSTEM TRAINING A. Training Manuals: 1. Comprehensive training manuals shall be provided for all training courses. The manuals shall be professionally written to present the course material in a format that is easy to comprehend. The manuals shall serve as teaching aids during presentation of the training classes and shall additionally serve as reference material after the training has been completed. It shall not be acceptable for the CONTRACTOR to use Control System technical documentation solely as the training manuals since Control System documentation is generally not written in an instructional format. Portions of Control System documentation may be incorporated into training manuals provided that the overall manual achieves an instructional format. 2. If the CONTRACTOR proposes to use standard training manuals, these manuals shall be revised or appended to reflect Control System characteristics. B. Required Training Courses: 1. Training courses shall be tailored to meet the specific needs of several distinct groups of OWNER personnel. The specific categories and number of personnel in each category are identified in the following paragraphs. Class sizes shall be restricted to the number of students that can easily be accommodated. Classes that involve extensive hands-on activities (such as operator training, maintenance training, and software engineering) shall be limited to five students per class. Supervisor and overview courses may include up to ten Instrumentation - General Provisions 17000 - 14 Job No. 1345001.00 participants. At least two sessions of each course shall be presented to satisfy class size restrictions and conflicts in OWNER personnel scheduling. Additional sessions shall be presented if required to accommodate the total number of personnel identified for each course. All training classes shall be scheduled Monday - Friday between 8:00 A.M. and 3:30 P.M. Each individual daily training session shall be a minimum duration of two hours and a maximum duration of five hours. 2. The intent of the training program is to provide the OWNER’s personnel with comprehensive instruction in all subjects and areas necessary for the efficient configuration, troubleshooting and repair, maintenance, and use of the Control System. If the CONTRACTOR’s standard training curriculum includes courses in addition to those discussed below and which are necessary for the efficient configuration, maintenance, and use of the Control System, the CONTRACTOR shall also provide these courses. 3. Following is a description of the categories of training to be provided. C. Operator Training 1. Training courses shall be presented that instruct the Control System operators in the efficient operation of all aspects of the Control System. The course material shall include not only the general operation of the Control System but also the operation of the specific Control System features require by this Contract. 2. Training courses shall be provided that instruct in the operation and maintenance of all installed flowmeters and flow elements installed in this project. Training duration shall be a minimum of four hours. END OF SECTION Job No. 1345001.00 17400 - 1 Instrument Panels SECTION 17400 INSTRUMENT PANELS PART 1 - GENERAL 1.01 SCOPE A. The CONTRACTOR shall furnish, deliver, and install the control panels as shown on the drawings with power supplies, communications equipment, prewired termination blocks, incoming power surge suppression, and miscellaneous equipment to provide a fully functional system as shown on the drawings and specified herein. B. This section specifies connection wiring within panel and electrical accessories such as switches, pilot lights, relays, terminal blocks, and fuses, which are included in the panel. C. All work and products shall conform to the designs shown on the applicable Drawings, and shall comply with the provisions of this section. The control panel shall be factory wired. Panels and cabinet shall include all components indicated in the applicable Drawings, required to provide functions as specified in this section. Where specific requirements on the Drawings conflict with general design requirements in this section, the requirements shown on the Drawings shall prevail. 1.02 REQUIRED PANELS A. Panels shall conform to the layout shown on the Drawings, and be sized to accommodate the initial and future Input/Output (I/O) point counts listed shown on the Drawings. Enclosure sizing was based on typical industry-standard equipment. CONTRACTOR shall advise the OWNER if a larger enclosure is required to meet these I/O counts using the actual equipment to be supplied by the CONTRACTOR. 1.03 QUALITY ASSURANCE A. All equipment and accessories provided shall be the product of a manufacturer regularly engaged in manufacturing of this equipment whose products have been in satisfactory service for not less than three (3) years. Completed panels shall bear the UL label. 1.04 PANEL COMPONENT LAYOUT A. The CONTRACTOR shall generally follow the arrangements of components shown on the Contract Drawings. However, the CONTRACTOR shall make adjustments as necessary to allow each component to be mounted as recommended by the manufacturer, to facilitate easy installation, removal and in-place maintenance of each component, and to allow normal operation of the component by operating and maintenance personnel. Component arrangements shall allow space for routing of wiring without kinking or bending around sharp edges, and for free flow of air around and through equipment, which requires ventilation for cooling. 1.05 WARRANTY A. The manufacturer shall provide an all-inclusive two (2)-year warranty. Instrument Panels 17400 - 2 Job No. 1345001.00 1.06 TRAINING A. The manufacturer shall provide operating training and maintenance training. 1.07 SPARE PARTS AND TOOLS A. The manufacturer shall provide the specified spare parts and/or tools as detailed below: 1. Ten relays of each type. 2. Ten lights of each type. 3. Ten surge protectors of each type. 4. Two power supplies of each type used. 5. Fifty fuses of each type used. 6. Two panel display of each type. 7. Two panel heater of each type. 8. Ten terminal blocks of each type used. 1.08 REFERENCE STANDARDS A. All materials and workmanship shall conform to the latest published applicable provisions of the following codes and standards: Standards Title NFPA National Electrical Code (NEC) ANSI/NEMA ICS 1 General Standards for Industrial Controls and Systems ANSI/NEMA ICS 2 Industrial Control Devices, Controllers, and Assemblies ANSI/NEMA ICS 3 Industrial Systems ANSI/NEMA ICS 4 Terminal Blocks for Industrial Control Equipment and Systems ANSI/NEMA ICS 6 Enclosures for Industrial Controls and Systems ANSI/NEMA 250 Enclosures for Electrical Equipment (1000 Volts maximum) EIA RS-310-C Racks, Panels, and Associated Equipment ANSI-C-37.13 Low-Voltage AC Power Circuit Breaker (600 Volt Insulation Class) ANSI/IEEE Electrical Isolation for Analog Signal Devices C39.5-1974 Job No. 1345001.00 17400 - 3 Instrument Panels B. Unless otherwise specified, electrical equipment and material provided under this contract shall be listed and labeled for the purpose for which it is used by the Underwriters Laboratories, Inc. (UL). This requirement may be waived only if a UL listing is not available for the type of product. 1.09 SUBMITTALS A. General: The CONTRACTOR shall provide submittals as defined herein and as required in Section 17000. Submittals shall be required for all equipment supplied. For each panel, the CONTRACTOR shall submit a certified factory (shop) test report before panel is shipped. B. Elementary Control Diagrams: The CONTRACTOR shall provide elementary control diagrams, using the ladder diagram format incorporating line number, operation function statement, contact location line number with an underline for a normally closed contact and a description of operation of each device. Label each contact, coil, and indicator with its function, as well as its number. Show terminals for field wiring. Show field wiring as dashed lines. C. Connection Diagrams: Connection diagrams shall show the placement, labeling and wiring of components within panels and cabinets. Components shall be shown arranged in the physical layout (not necessarily to scale) as it would appear to a person servicing the equipment. Wires shall be shown as a continuous line between their termination points. The direction of entry to a wire bundle shall be shown. Wire lists and wireless diagrams shall not be accepted. All additions and deletions of devices and wires in existing enclosures shall be clearly shown. Each wire label designation shall be shown. The wire label designations on each end of a single wire must be identical. All wire termination point numbers shall be shown. Each wire color shall be shown. Signal and DC circuit polarities shall be shown. All jumpers, shielding and grounding details shall be shown. Wire pairs shall be shown. Spare wires and termination points shall be shown. PART 2 - PRODUCTS 2.01 CONTROL PANELS A. Physical and Miscellaneous Specifications The enclosures shall: 1. Be NEMA 4X 316 stainless steel with 3 point latching handle. 2. Contain RTU equipment, surge arresters, circuit breakers, fuses, relays, transformers, terminal strips, nameplates, terminal labels, wire ducts, universal spiral wraps and any necessary parts for a complete systems as shown on the drawings and specified herein. 3. Be wall mount or free standing as shown on the drawings. 4. Allow expansion space to accommodate future system needs. 2.02 PANEL FABRICATION A. Materials: The enclosure shall be made with 12 gauge minimum steel. Each shall be provided with a full length interior panel with adjustable mounting on both vertical sides to rails located at the top, bottom, and middle of the enclosure. Instrument Panels 17400 - 4 Job No. 1345001.00 B. Acceptable manufacturers: 1. Hoffman Engineering Company (www.pentairprotect.com/hoffman) 2. Rittal (www.rittal.com) C. Dimensions: Panels shall be sized as shown on drawings. D. Coating 1. Metal surfaces of NEMA 4X Stainless Steel outdoor panels and cabinets shall be prepared, primed and finish coated in accordance with the requirements of this specifications and coating manufacturer's recommendations. Scratches or blemishes in panel faces shall be filled prior to finishing. One coat of primer shall be applied at the manufacturer's recommended dry film thickness and allowed to dry prior to applying the first finish coat. Provide a quart of finish paint from batch used for final finish coat. 2. Finish coat of NEMA 4X Stainless Steel outdoor panels and cabinets shall be an aliphatic air-dry polyurethane or epoxy panel enamel. Cabinet interiors shall be Fed. Std. color 27880, white. Exterior color of cabinets mounted indoors shall be Fed. Std. color 27880, white. 3. Sub-panel of all panels and cabinets shall be painted Fed. Std. color 27880, white. E. Face-Mounted Instrument Reinforcement: Face-mounted devices shall be mounted to panel doors using mounting methods recommended by the component manufacturer with mounting kit parts provided by the component manufacturer specifically for the component. If such a mounting method causes the door to deform or allows the component to sag so as not to be perpendicular to the door surface, then the CONTRACTOR shall design and install appropriate reinforcement to prevent these conditions. F. Miscellaneous 1. Face-mounted equipment shall be flush or semi-flush, with flat black escutcheons. Cutouts for future equipment and holes resulted from removal of existing devices shall be blanked off with suitable covers as required to retain the cabinet's NEMA rating. Component identification shall be hot ink stamped on the panel interior. 2. All miscellaneous hardware and fittings shall be stainless steel. Stainless steel shall meet or exceed the corrosive-resistant properties of 316 stainless steel. 3. Install large folding shelf for test equipment or laptop. The large folding shelf material shall match the enclosure finish. The large folding shelf size shall be a minimum of 18.0” x 18.0”. 2.03 NAMEPLATES A. Machine engraved, three ply laminated phenolic nameplates shall be provided for all panels and cabinets as shown on the Contract Drawings. Nameplates shall be black with white lettering. Nameplates shall be attached to the panel with a minimum of two self-tapping 316 stainless steel sheet metal screws. The height of each character shall be a minimum of 3/16" except as noted. Job No. 1345001.00 17400 - 5 Instrument Panels 2.04 WIRING AND ELECTRICAL DEVICES A. General: Provide the wiring and electrical devices specified below and install these and internal panel wiring as shown on the Contract Drawings. B. Power Distribution 1. Unless otherwise specified, power for instrumentation equipment shall be obtained from a 120 volt, 60 hertz distribution panel-board in the Lighting Panel. 2. Each cabinet shall be equipped with a 120 VAC main power disconnect circuit breaker and power distribution circuit breakers as shown on the Contract Drawings. The main power disconnect breaker shall be a one pole breaker rated at the amperage shown on the Contract Drawings. Distribution circuit breakers shall be single pole rated at the amperage shown on the Contract Drawings. The circuit breaker shall be rated at 250VAC maximum with a short circuit rating of 10,000 amps for all breaker ratings. The circuit breakers shall be mounted on a standard DIN rail, and shall be Allen-Bradley Channel Mounting Type, or equal. 3. For each power distribution circuit breaker, a neutral return terminal block shall be installed at the bottom of the breaker rail. The neutral return terminal block shall be standard DIN rail mounted, and shall be rated to carry required amperes and accept up to two 12 AWG wires. This terminal block shall conform to the requirements specified herein. 4. Each cabinet shall be provided with grounding type receptacle power outlets for 120 VAC power supply connections as shown. Each piece of equipment which is equipped with an ac power cord shall be plugged into a power outlet. C. Panel Connection Wire and Cable 1. All cable furnished by the CONTRACTOR, including cable with any and all wires terminated at both ends within the same panel or enclosure and cable with any wires terminated at more than one panel or enclosure, shall conform to the requirements specified below. a. Power and Control Cable - Power and control wiring shall be single conductor stranded copper NFPA 70 Type MTW. Power wiring from the main circuit breaker to distribution breakers shall be 12 AWG minimum. All other single conductor 120 VAC and 24 VDC power and common return wiring, common ground buses and all common logic bus circuits shall be 16 AWG minimum. Circuits protected by 15 Amp circuit breakers shall be 14 AWG minimum. All power wiring shall be rated for 600V and 80C. b. Single Conductor Wire - All single conductors used for logic, RTU input/output and discrete control circuit wiring shall be No. 18 AWG stranded conductor copper, Belden Type 9918 (0.080-inch O.D.), or equal. c. Multi-conductor Foil-shield Cable (TP) - All multi-conductor cable used for logic, RTU input/output and discrete control circuit wiring shall be No. 16 AWG stranded copper conductors with polyvinyl/chloride jacket. The cable shall be rated for a minimum of 600 volts and 80C. The cable shall have an overall aluminum/polyester foil shield with drain wire, Alpha XTRA- Guard 1, or equal. d. Analog Signal Cable - Wiring for 4-20 milliampere, 1-5 volt DC signals and other analog signals shall be No. 18 AWG stranded copper twisted pair shielded cable, 80C rated, UL listed, 0.25 inches maximum outside Instrument Panels 17400 - 6 Job No. 1345001.00 diameter, with 100 percent coverage aluminum foil mylar-lines shield and No. 22 AWG (minimum) stranded tinned copper drain wire, Houston Wire and Cable, Belden, or equal. Multi-pair analog signal cable shall be individually shielded (with drain wire) No. 18 AWG stranded conductor copper with a 100 percent aluminum/polyester foil shield with drain wire and an outer PVC jacket. The cable is designated TSP on the Contract Drawings. The cable shall be rated for 600V, 80C (NEC Article 300-3). e. Multi-Individual Conductor (TP) Multi-individual conductor cables used for logic, RTU input/output and discrete control circuit wiring shall be number 16 AWG stranded copper conductors with polyvinyl/chloride jacket . The cable shall be rated for a minimum of 600V and 80C. The cable shall be Belden, or equal. f. Wire Tagging, all panel connection wiring shall be tagged at terminations with machine printed slip on type tags. The CONTRACTOR shall show wire/cable tag designations on all wiring diagrams submitted to the OWNER. There shall be a tag placed within two inches of any wiring termination. The tag shall be fixed to the wire to prevent the tag from sliding more than two inches from the terminal as the result of gravity and vibration. 2. Power and Control Circuits a. Control circuit, logic bus and power circuit wires shall be tagged as defined in this paragraph. b. Control Circuits: Each individual connection wire shall be tagged at both ends of the wire with a wire number. The tag shall be placed on the wire within two inches of the terminal to which the wire is terminated. The CONTRACTOR shall assign a unique number for each wire within a panel. c. Power Circuits: All 120 VAC power wires shall be tagged with the designation "120 VAC-" followed by the circuit breaker number shown on the Contract Drawings, then followed by a letter designating whether the wire carries the line (L), neutral (N) or power ground (PG). d. Positive 24 VDC power circuit and power bus wires shall be tagged with the designation "+24 VDC-" followed by the circuit breaker number shown on the Contract Drawings, and 24 VDC power returns shall be designated with "24 VDC COMMON". 3. Wire Colors: Control, logic bus and power conductors in panels shall have the following insulation colors: Usage Color Line Power Black Neutral White Power Ground Green +24 VDC Orange 24 VDC Common Gray Control Red Job No. 1345001.00 17400 - 7 Instrument Panels Status and Alarm Blue 4. Signal Circuits: Signal circuit multi-conductor cables shall be tagged at each end with the designation shown on the wiring diagram. Each signal conductor shall be tagged at each end with the designation of the terminal block to which it is connected. Individual conductors in each pair of twisted-pair cable shall have distinctly different colors, such as black and white, black and clear. Shield ground common wires connected between drain wire terminals shall be green and shall be tagged "SG". D. Terminal Blocks 1. Unless otherwise shown or specified, terminal blocks shall be captive screw with pressure plate, DIN EN 50035 rail 600 volt rating. Terminal blocks for Input/Output shall be prewired type. Terminal blocks shall be the type specified in the following table, or equal: Description Type Application Terminal Block or equal Phoenix UK 5 N 120 VAC, Neutral Grounding Terminal Phoenix USLKG 5 Equipment Grounding Block End Clamps Phoenix E/NS 35 N Each Group of Blocks Terminal Marking Phoenix ZB 6 All terminal Blocks as required Terminal Strip Marker Phoenix KLM-A Each Group of Blocks Insertion Strip Phoenix ESL As Required 2. Provide Phoenix Contact UK6.3 fused disconnects with light indicators for 24VDC and 120VAC circuits with fuses as shown on the drawings (www.phoenixcon.com). Provide 20 fuses of each type as spares. E. Terminal Tags, Covers and Markers: Each terminal strip shall have a unique identifying alphanumeric code designation at one end and a plastic marking strip running the entire length with a unique number for each terminal. The CONTRACTOR shall assign terminal strip numbers from the number "1" and continuing in ascending cardinal order. The terminal strip designation shall be the letters "TB" followed by the terminal strip number. The strip and terminal point designations shall be machine printed and l/8 inch high. Terminal blocks carrying 120 VAC power circuits shall be provided with a transparent, hinged cover for personnel protection and accessibility. F. Wire Routing: Wires shall be routed in slotted plastic wire-ways with snap covers. Wires carrying 120 VAC shall be separated as much as possible from other wires and signal cables, and shall be routed only in ducts shown on the Contract Drawings to be for 120 VAC. If the power wiring has to cross the signal wiring, the crossing shall be as close to a right angle as possible. Ducts shown for 24 VDC shall be used for all other wires and cables. Routing of 120 VAC in combined ducts shall be minimized. Wires and cable shall be routed along the shortest route between termination points, excepting routes which would result in routing 120 VDC and other wires and cables in the same duct. For intrinsically safe signal wiring refer Instrument Panels 17400 - 8 Job No. 1345001.00 to ANSI/ISA RP12.6 "Installation of Intrinsically Safe Instrument Systems in Class I Hazardous Locations." Wires and cables shall have sufficient length to allow slack and to avoid any strain or tension in the wire or cable. Wires and cables shall be placed in the ducts in a straight, neat and organized fashion and shall not be kinked, tangled or twisted together. G. Wire Terminations 1. Single wire and cable conductors shall be terminated according to the requirements of the terminal device. 2. For captive screw pressure plate and screw terminals, appropriately sized lugs shall be used. Lugs shall be crimp on type that forms gas tight connections. All crimping shall be done using a calibrated crimping tool made specifically for the lug type and size being crimped. 3. On shielded cables, the drain wire shall be covered with insulating tubing along its full bare length between the cable jacket and the terminal lug or terminal pressure plate. H. Single Position Indicating Lights 1. Single position indicating lights shall be 24 VDC, NEMA 13, heavy-duty, oil- tight, LED type, nominal 1.5 inch diameter. The lens color shall be as designated on drawings. 2. Single position indicating lights shall be Micro-switch Type PT, Westinghouse Type PB2, General Electric Type CR104P, or equal. I. Electro-Mechanical Relays: Control relays shall be UL or CSA approved, and provided with two form C silver contacts rated at 3 amperes at 28 VDC, and shall be hermetically sealed. Where the Contract Drawings show a requirement for more than two contacts for a single control relay, two relays shall be provided with the coils wired in parallel. Coils shall be 24 VDC. Relays shall be mounted on sockets with retainers, and shall be wired with drop out voltage spike suppression diodes in parallel with all coils, with the cathode of the diode connected to the positive side of the coil. Electro-mechanical Control Relays shall be IDEC (www.idec.com) type RY2S-LD with indicator light, Potter and Brumfield (www.TE.com), or equal. J. Power Line Surge Protectors: Each panel shall be provided with a 120 VAC, 20 Ampere service power line surge protector. The surge protectors shall be heavy duty, multi-stage, and high speed. Response time shall be 5 nanoseconds maximum, and shall allow 340 Volts maximum peak surges to pass through. Protector shall be wired to the cabinet ground bar via a dedicated #8 AWG solid copper wire. The power line surge protectors shall be ASCO SERIES 300 (www.VERTIVCO.com), or equal. K. Panel Ground 1. Each panel shall be provided with a 1 inch high x 0.25 inch thick solid copper grounding bus bar across the bottom of the panel. The grounding bar shall be mounted on insulated standoffs so that no electrical connection is made between the grounding bar and the cabinet through the mounting. The ground bar shall be drilled and tapped for a .25-20 screws at .5 inch intervals along its entire length. 2. An uninstalled solid copper #8 AWG ground wire shall be attached between the ground bar and the panel enclosure, and between the ground bar and the mounting panel. The ground connection to the enclosure and panel shall be Job No. 1345001.00 17400 - 9 Instrument Panels made by sanding the paint finish off a small area, drilling a hole for a .25 inch bolt and mounting a .25-20 bolt to the panel to serve as a grounding stud. The grounding stud shall be attached with a nut and flat washers on both sides of the enclosure/panel, and with an inside tooth star lock washer next to the panel surface. The star lock washer shall be on the inside surface of the enclosure, and the front surface of the mounting panel. The grounding wire shall be secured to the stud with a nut and inside tooth star lock washer. These grounding points shall be located within 12 inches of the bottom of the grounding bar. L. Power Supply: Each panel shall be provided with 24 VDC switching type power supplies connected in parallel via current steering diodes. These power supplies shall operate from 120 VDC input power and shall provide direct current output current of 10 Amperes at 24 VDC at 40C, and shall be adjustable from 24 to 28 VDC by screw driver operated adjustment. Input power regulation shall be .2% from 105 to 130 VDC. Output load regulation shall be .2% maximum from zero to full load. Ripple shall not exceed .5% at full load. The power supplies shall have integral output current limiting and over voltage protection. The power supplies shall have fully enclosing cases. The power supply shall be manufactured by Acopian (www.acopian.com), or approved equal. M. Condensation Heater: Provide thermostatically operated condensation space heaters, which are sealed and safe to touch. N. Wiring Duct: Plastic wiring duct shall be slotted type with dust cover, panduit type e or ne, as required. PART 3 - EXECUTION 3.01 TEST REQUIREMENTS A. The CONTRACTOR shall shop test the panels and correct any defects discovered prior to delivery. These tests shall consist of the following: 1. The CONTRACTOR shall verify that each wiring connection is made properly by checking electrical continuity, assuring that connections have less than one Ohm resistance end to end, and that no cross continuity exists between separate circuits. 2. The CONTRACTOR shall conduct a test of all power circuits and power supply equipment to verify that proper voltages are delivered and all power supply equipment is operating according to the manufacturer's specifications. These tests shall be witnessed by the OWNER's representative. The CONTRACTOR shall certify the results in writing to the OWNER. 3. The CONTRACTOR shall functionally test each electrical device specified in Part 2 below to verify correct operation. The CONTRACTOR shall also test each input/output point. 4. The CONTRACTOR shall test Ground Fault Interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle manufacturer. Instrument Panels 17400 - 10 Job No. 1345001.00 3.02 PANEL INSTALLATION A. Shop Testing: The CONTRACTOR shall coordinate panel delivery with the construction of the control room and panel locations to minimize field handling. END OF SECTION Job No. 1345001.00 17520 - 1 Instruments SECTION 17520 INSTRUMENTS PART 1 - GENERAL 1.01 SCOPE A. This section of instrumentation covers: Field Instruments. 1. Transit Time Flow Meter 1.02 SUBMITTALS A. The submittals shall be as defined in Section 17000 - Instrumentation General Pro- visions. B. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction, to indicate full conformance with the Specifica- tions. 1.03 JOB CONDITIONS A. Environmental Requirements: The equipment shall operate in ambient temperature 0-130°F, relative humidity 30-100%. B. Project power 120 volts, 60 hertz single-phase. Appropriate isolation shall be pro- vided. C. Standard Signal: 1. Output Signal. Each instrument, which outputs a signal, shall output the stand- ard 4-20 mA signal. The signal shall be constant over a load range of 0 to 600 ohms. 2. Input Signal. a. Electronic devices, such as controllers, match function devices etc., shall have an input impedance of one mega-ohm minimum for an input signal of 1 to 5 VDC. b. The 1 to 5 VDC signal shall be developed by the standard 4 to 20 mA transmitted signal through a precision 250 ohm, one-watt resistor. c. These requirements allow several receiving units to monitor the same transmitting unit without causing any perturbation of the received signal. d. Receiving devices shall not be wired in parallel. PART 2 - PRODUCTS 2.01 ULTRASONIC TRANSIT-TIME FLOWMETERS A. Sensors and field instruments shall not be delivered to the site until all product in- formation and Shop Drawings for the sensors and instruments have been approved by ENGINEER. B. Provide the following strap on transit-time ultrasonic flow transmitters: 1. FIT-1701 – Metering Station 17.01E, range 0-7 MGD Instruments 17520 - 2 Job No. 1345001.00 2. FIT-1702 – Metering Station 17.02E, range 0-7 MGD (Future Installation, De- liver Flowmeter and Sensors to TRA CMS as spare parts) 3. FIT-1703 – Metering Station 17.03E, range 0-7 MGD C. Manufacturer: 1. Transmitter: Eastech Vantage Model 4600 2. Sensor: WD-1 Z-shot, 1280KHz w/100ft cable PART 3 - TRAINING 3.01 EQUIPMENT TRAINING A. Once flowmeters have been installed and I/O checks have been completed, training courses shall be presented that instruct in the operation and maintenance of flow- meters, transducers and associated equipment. B. Training courses shall be a minimum of four hours and presented at operations, maintenance, and electronics technician level. C. All training shall be conducted in accordance with specification 17000 Part 3.04. END OF SECTION A-1 Appendix A: Geotech Report THIS PAGE INTENTIONALLY BLANK. B-1 Appendix B: Site Certificate THIS PAGE INTENTIONALLY BLANK. Page 1 FINAL SITE CERTIFICATE Central Regional Wastewater System Coppell Interceptor Improvements Plans as prepared by Kathy P. Fretwell, P.E. of Kennedy/Jenks Consultants General Notes 1. The following Summary of Land Rights has been prepared in accordance with revised construction plans and specifications entitled "Trinity River Authority of Texas, Central Regional Wastewater System, Coppell Interceptor Improvements” as prepared by Kathy P. Fretwell, P.E. of Kennedy/Jenks Consultants, and dated February 2017. This Final Site Certificate (hereinafter “Site Certificate”) is for construction of only the facilities located within the areas shown on the above-referenced construction plans and specifications and in accordance with this Site Certificate. Any variation from the rights and obligations described in Exhibits 1 through 27 attached hereto will exceed the rights acquired by the AUTHORITY. The Special Notes listed herein are intended as a general summary only. CONTRACTOR is responsible for reviewing the above-referenced project’s documents including plans, specifications, easement documents and permits. Copies of the documents referenced in the Summary of Land Rights and Special Notes have been included in this Site Certificate and CONTRACTOR is responsible for compliance with all terms contained in those documents. The Trinity River Authority of Texas is referenced hereinafter as AUTHORITY and the AUTHORITY'S construction contractor is referenced hereinafter as CONTRACTOR. Each property owner is referenced hereinafter as a GRANTOR. 2. There are special requirements listed in all of the documents contained in this Site Certificate. These requirements are very detailed in nature. CONTRACTOR is required to review each document prior to bidding and prior to beginning construction activities on a given property. Any improvements or actions required of GRANTEE shall be completed by CONTRACTOR and shall be included in the lump sum cost for CONTRACTOR to fulfill all requirements placed on GRANTEE under the site certificate. 3. Except as otherwise stated in this Site Certificate, the CONTRACTOR shall contact all owners and controllers of private properties, streets, highways and utilities at least 48 hours prior to the beginning of construction on each property. The property owners and controllers and their addresses and/or telephone numbers, as known to date, are summarized in the Summary of Land Rights and Special Notes. 4. CONTRACTOR shall comply with all right-of-way requirements. If the CONTRACTOR violates or otherwise does not fulfill these conditions, it shall be immediately notified by the AUTHORITY’S field representative of such violation. If the violation and/or damage are not corrected immediately to the satisfaction of the AUTHORITY AND THE AF FECTED GRANTOR, THE WORK SHALL BE STOPPED IN ALL AREAS. The CONTRACTOR will not be allowed to resume work until all corrections to the land have been made to the satisfaction of the AUTHORITY and the affected GRANTOR. All costs associated with delays due to work stoppage shall be borne by the CONTRACTOR. No additional work days shall be granted due to such delays. NO ENTRY OR CONSTRUCTION is permitted on any property for which a signed and fully executed easement or other authorization does not exist, and no temporary or permanent use of any property may be made by the CONTRACTOR that is Page 2 not expressly permitted by an easement, deed, permit or other form of permission from a GRANTOR. 5. CONTRACTOR shall field verify the type, location and depth of all utility crossings prior to construction to avoid damaging those utilities. Call 1-800-DIG-TESS for current active utility locations. Neither the AUTHORITY nor the Authority’s ENGINEER warrant the accuracy of plan information related to pre-existing utilities. 6. The CONTRACTOR shall restore all property to pre-construction condition once construction on a specific GRANTOR’S property is complete. 7. Upon completion of construction, CONTRACTOR shall clean up and haul off of the premises and the easement and all adjacent property all surplus excavation, debris, concrete and asphalt debris, trash and litter resulting from construction. CONTRACTOR shall also restore all GRANTORS’ properties to their preexisting conditions including any fences and grass areas disturbed. 8. Any additional rights-of-way, easements or other agreements with landowners obtained by CONTRACTOR shall be secured in writing with copies of the executed document provided to the AUTHORITY in advance of the CONTRACTOR utilizing said additional areas for access, construction, and or other purposes. A Site Certificate document has been prepared, per parcel, for all areas of this project and is provided to the CONTRACTOR without cost. The Site Certificate is a part of the Contract Documents. The CONTRACTOR will be responsible for performing all work in accordance with the requirements of the easements, permits and related land rights information defined in the Site Certificate. 9. The AUTHORITY has not acquired property on which CONTRACTOR may locate a construction trailer as required by the Contract Documents. Any acquisition for such purpose shall be in accordance with the requirements hereof. Page 1 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # Rehabilitation Segment begins 1+00 TO 3+08 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 1 D.R.D.C.T. V. 79217/ P. 1226 This area of land is owned in fee by North Texas Tollway Authority on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 1. The CONTRACTOR is directed to Exhibit # 1 for a full description of the obligations and restrictions associated with this property. 3+08 TO 7+86 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 1 D.R.D.C.T. V. 79217/ P. 1226 This area of land is owned in fee by Belt Line-Proposed Luna Road # 2 on which the AUTHORITY has an existing 20’ Easement and Right-of -Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 1. The CONTRACTOR is directed to Exhibit # 1 for a full description of the obligations and restrictions associated with this property. 7+29 TO 7+86 1 0.008 Acre Variable Width Temporary Access Easement Belt Line-Proposed Luna Road # 2 Limited Partnership John Powell Walker, Manager 3509 NW 69th Street Oklahoma City, OK 73116-2126 2 D.R.D.C.T. 201600262722 and D.R.D.C.T. 201600200942 This area of land is described as the AUTHORITY’S Parcel No. 1 and is owned in fee by Belt Line-Proposed Luna Road # 2. A copy of the Temporary Access Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 2. The CONTRACTOR is directed to Exhibit # 2 for a full description of the obligations and restrictions associated with this parcel. Page 2 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 7+86 TO 14+55 2 0.263 Acre Temporary Access Easement 0.154 Acre Temporary Access Easement Dallas Pistol Club Ron Reynolds 223 Southern Circle Carrollton, Texas 75006 3 D.R.D.C.T. 201600274102 D.R.D.C.T. 201600223130 This area of land is described as the AUTHORITY’S Parcel No. 2 and is owned in fee by Dallas Pistol Club. Copies of the Temporary Access Easements as recorded in the Deed Records of Dallas County, Texas, are attached hereto as Exhibit # 3. The CONTRACTOR is directed to Exhibit # 3 for a full description of the obligations and restrictions associated with this parcel. 7+86 TO 14+55 8+78 TO 8+78 N/A Overhead and Buried Electric Lines ONCOR Service Electric Line Crossing ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Dallas Pistol Club, on which there are existing overhead and buried electrical service line crossings. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on- site construction inspector that such contact was made. 7+86 TO 14+55 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 4 D.R.D.C.T. V. 79210/ P. 2846 This area of land is owned in fee by Dallas Pistol Club, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 4. The CONTRACTOR is directed to Exhibit # 4 for a full description of the obligations and restrictions associated with this property. Page 3 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 14+55 TO 15+39 3 0.035 Acre Temporary Access Easement Dallas Pistol Club Ron Reynolds 223 Southern Circle Carrollton, Texas 75006 5 D.R.D.C.T. 201600274105 This area of land is described as the AUTHORITY’S Parcel No. 3 and is owned in fee by Dallas Pistol Club. A copy of the Temporary Access Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 5. The CONTRACTOR is directed to Exhibit # 5 for a full description of the obligations and restrictions associated with this parcel. 14+55 TO 15+39 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 6 D.R.D.C.T V. 79217/ P. 1221 This area of land is owned in fee by Dallas Pistol Club on which the AUTHORITY has an existing 20’ Easement and Right-of-Way, which is attached hereto as Exhibit # 6. The CONTRACTOR is directed to Exhibit # 6 for a full description of the obligations and restrictions associated with this property. 14+55 TO 15+39 N/A 55’ Easement and Right-of-Way City of Dallas N/A D.R.D.C.T V. 84164/ P. 5403 This area of land is owned in fee by Dallas Pistol Club on which the City of Dallas has an existing 55’ Easement and Right-of-Way. Page 4 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 14+54 TO 15+36 N/A Atmos Energy Encroachment Atmos Energy Mike Blalock Atmos Energy Representative (214) 536-4258 Phil Watkins (214) 206-2741 7 N/A This area of land is owned in fee by Dallas Pistol Club, on which Atmos Energy has existing gas lines. Atmos requires compliance with the specifications listed in their 2/2/17 letter agreement to Marco Ramirez. The CONTRACTOR is responsible for compliance with the terms and requirements of the Agreement, including but not limited to the following: • An Atmos Energy representative must be present during any and all work within Atmos Energy’s easement. The CONTRACTOR must contact Mike Blalock, Atmos Energy representative at (214) 536-4258 three (3) days (72 hours) in advance of any activities within the vicinity of Atmos Energy facilities to avoid any delays in field activities. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. • Refer to TRA Aerial Alignment sheet CE-01, dated June 2016 (95 percent design) and the “Temporary Access Easement” (access road) extending half-way into the Atmos pipeline Right-of-Way (approx. 20 feet). The Atmos pipeline through this area is at its shallowest. The CONTRACTOR shall add two (2’) feet of fill over the Atmos pipeline to a width of 5 feet to each side of the pipeline centerline and for the length from TRA station 7+50 to 15+00 (approx.) anywhere the Atmos pipeline has less than 5 feet of cover. The CONTRACTOR shall install a load isolation structure (with air gap) across the Atmos pipeline where the CONTRACTOR will enter and leave the Atmos Right-of-Way (TRA station 15+00 approx.) The CONTRACTOR will submit their design of load isolation structure to Atmos for approval. • Alternative to adding the two feet of fill over the Atmos pipeline would be for the CONTRACTOR to install timber mats over the top of the Atmos pipeline for the length of this access road. See 2/2/17 Letter Agreement for exact instructions. • Refer to the TRA Aerial Alignment sheet CE-03 and CD-04, dated June 2016 (95 percent design) and the “Temporary Construction Easement” covering the entire width of the Atmos pipeline Right-of-Way (approx. 20-40 feet). See 2/2/17 Letter Agreement for exact instructions. • Alternative to the adding the two feet of fill over the Atmos pipeline would be for the CONTRACTOR to install timber mats over the top of the Atmos pipeline for the length where there is currently less than 5 feet of cover. Additional potholing will be required to determine this length. The CONTRACTOR will be responsible for the costs associated with any additional potholing. Page 5 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # • Atmos Energy’s recommendation for approval of these facilities is that the current amount of cover be maintained at a minimum. NO additional cover will be allowed to be removed. In any areas not covered by the paragraphs above related to the added fill over the Atmos pipeline or the installation of timber mats over the Atmos pipeline, notification to Atmos must be made prior to crossing Atmos pipelines with construction equipment to allow time for load calculations to be performed. The curb weight and type of equipment, along with other information, will be required to perform calculations. Additional fill and/or load isolation structures may be required at the CONTRACTOR’S expense. If necessary and at the CONTRACTOR’S expense, the Atmos pipeline will be exposed (potholed) to confirm depth. An Atmos Energy representative MUST be on site during any excavation of the pipeline. • Mechanical excavation (and/or compaction), with the exception of the potholing procedure mentioned above, is not allowed within thirty-six (36) inches horizontally or vertically from Atmos Energy’s facilities. • Excavation (and/or compaction) closer than three (3) feet horizontally or vertically from Atmos Energy’s facilities MUST be done by hand. • Positive drainage must be maintained within Atmos Energy’s easement. If fill is required to produce positive drainage a request MUST be made for the amount of fill to place within the easement. • At NO time may cover be removed from the easement or Right-of-Way without the prior written approval of Atmos Energy. • Atmos Energy’s easement will be protected from washing and erosion during construction and/or repairs. • Equipment, materials, or excess dirt will NOT be stored on the easement during construction without the prior written approval of Atmos Energy. • Atmos Energy will NOT be responsible for damage to any allowed encroachments. • Atmos Energy reserves the right for future uses of this easement, including but not limited to, ingress and egress, reconstructing, removing, relocation, maintaining, operating, etc., of any of its facilities. • Upon the completion of construction activities, the CONTRACTOR shall return the Atmos Energy Right-of- Way to pre-construction condition or better and notify the AUTHORITY’S on-site construction inspector that work has been completed. A copy of the agreement is attached hereto as Exhibit # 7. The CONTRACTOR is directed to Exhibit # 7 for a full description of the obligations and restrictions associated with this parcel. 14+54 TO 16+66 N/A 20’ Existing Easement and Right-of-Way Trinity River Authority 6 D.R.D.C.T. V. 79217/ P. 1221 This area of land is owned in fee by the City of Dallas on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 6. The CONTRACTOR is directed to Exhibit # 6 for a full description of the obligations and restrictions associated with this property. Page 6 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 14+95 TO 15+52 4-TAE-PT1 License Agreement No. 221049 0.046 Acre Temporary Access Area Dallas Area Rapid Transit Maureen McCole, Vice President, Commuter Rail & Railroad Management 1401 Pacific Avenue P.O. Box 660163 Dallas, Texas 75266 (214) 749-3619 8 Including Construction Agreement and Contractor’s Right of Entry Form N/A This area of land is identified as the AUTHORITY’S Parcel No. 4 and is owned in fee by Dallas Area Rapid Transit. (DART). A copy of the License Agreement including the permanent, temporary access and temporary construction areas is included in Exhibit # 8. Also, prior to any construction activities on the property, DART requires the CONTRACTOR to apply for and have received a DART- executed Construction Agreement and Contractor’s Right of Entry, a blank form of which is included herein as part of Exhibit # 8. The CONTRACTOR must comply with the terms and requirements of said License Agreement, including but not limited to the following: Page 2, Number # 5. Design, Construction, Operation and Maintenance. Page 3, Number # 6. Governmental Approvals. Page 3, Number # 7. Licensor’s Standard Contract and Insurance. No work on the Property shall be commenced by the CONTRACTOR until the Construction Agreement and Contractor’s Right of Entry covering such work, has been executed, including providing insurance coverage in such amounts and types as shall be satisfactory to DART. The CONTRACTOR must provide photo identification of all employees that will be working on the Property. Page 7 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # Page 3, Number # 8. Duty of Care in Construction. The CONTRACTOR shall use reasonable care during the construction period to avoid damaging any existing buildings, equipment and vegetation on or about the Property and any adjacent property owned by or under the control of DART. If the CONTRACTOR causes damages to the Property or any adjacent property, the CONTRACTOR shall immediately replace or repair the damage at no cost or expense to DART. If the CONTRACTOR fails or refuses to make or effect any such repair or replacement at the sole cost and expense of the CONTRACTOR, DART shall have the right, but not the obligation, to make or effect any such repair or replacement at the sole cost and expense of the CONTRACTOR, which cost and expense the CONTRACTOR agrees to pay to DART upon demand. A copy of the Construction Agreement and Contractor’s Right of Entry is attached hereto as Exhibit # 8. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such documents have been provided to DART. The CONTRACTOR is directed to Exhibit # 8 for a full description of the obligations and restrictions associated with this parcel. 14+95 TO 15+52 N/A Agreement between St. Louis Southwestern Railway Company and the Authority Trinity River Authority 9 D.R.D.C.T. V. 79235/ P. 3150 This area of land is owned in fee by Dallas Area Rapid Transit, on which the AUTHORITY has a license agreement with St. Louis Southwestern Railway Company. A copy of the agreement is attached hereto as Exhibit # 9. The CONTRACTOR is directed to Exhibit # 9 for a full description of the obligations and restrictions associated with this property. 15+50 TO 15+50 N/A 20’ Easement and Right-of-Way Trinity River Authority 6 D.R.D.C.T. V. 79217/ P. 1221 This area of land is owned in fee by Dallas Area Rapid Transit, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 6. The CONTRACTOR is directed to Exhibit # 6 for a full description of the obligations and restrictions associated with this property. Page 8 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 15+50 TO 15+50 N/A 2” Wastewater City of Carrollton Line Crossing City of Carrollton (972) 466-3135 N/A N/A This area of land is owned in fee by Dallas Area Rapid Transit, on which the City of Carrollton has an existing 2” wastewater line. This will be a Point-of-Entry line and no permit is required. The CONTRACTOR MUST NOTIFY the City forty-eight (48) hours prior to construction at (972) 466-3135. The CONTRACTOR will then notify the AUTHORITY’S on-site construction inspector that such contact was made. 16+10 TO 16+64 N/A 55’ Existing Drainage Easement Trinity River Authority 10 D.R.D.C.T. V. 79217/ P. 1231 This area of land is owned in fee by the City of Dallas on which the AUTHORITY has an existing 55’ Drainage Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 10. The CONTRACTOR is directed to Exhibit # 10 for a full description of the obligations and restrictions associated with this property. 16+66 TO 16+91 N/A Old Channel of the Elm Fork Trinity River N/A N/A N/A This area of land includes the Old Channel of the Elm Fork Trinity River. 16+91 TO 42+93 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 11 D.R.D.C.T. V. 79220/ P. 1884 This area of land is owned in fee by the City of Carrollton on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 11. The CONTRACTOR is directed to Exhibit # 11 for a full description of the obligations and restrictions associated with this property. Page 9 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 33+84 TO 40+43 5-TCE-PT1 0.038 Acre Temporary Construction Easement City of Carrollton Mike McKay P.O. Box 110535 Carrollton, Texas 75011 12 D.R.D.C.T. 201600220998 This area of land is described as the AUTHORITY’S Parcel No. 5 is owned in fee by the City of Carrollton, Texas. A copy of the Permanent Sanitary Sewer, Temporary Construction and Temporary Construction Staging Area Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 12. The CONTRACTOR is directed to Exhibit # 12 for a full description of the obligations and restrictions associated with this parcel. 35+79 TO 35+79 N/A 12” Water Line City of Carrollton (972) 466-3135 N/A N/A This area of land is owned in fee by the City of Carrollton, on which the City has an existing 12” water line. No permit is required, but the CONTRACTOR MUST NOTIFY the City forty-eight (48) hours prior to construction at (972) 466-3135. The CONTRACTOR will then notify the AUTHORITY’S on-site construction inspector that such contact was made. 38+15 TO 38+57 38+57 TO 38+57 N/A Existing 12” Explorer Pipeline Gas Existing 6” Explorer Pipeline Gas Explorer Pipeline Company Line Location - (800) 344-8377 Line Problems - (918) 591-3160 N/A N/A This area of land is owned in fee by the City of Carrollton, on which Explorer Pipeline Company has existing 6” and 12’’ pipeline gas. Explorer Pipeline was notified and no permit is required. The CONTRACTOR MUST NOTIFY Explorer Pipeline forty-eight (48) hours prior to construction. For line location call (800) 344-8377 and for line problems, call (918) 591-3160. The CONTRACTOR will then notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 10 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 40+15 TO 41+49 N/A Existing Variable Width Utility Easement – Exhibit B Trinity River Authority 13 D.R.D.C.T. V. 99068/ P. 1492 This area of land is owned in fee by the City of Carrollton, on which the AUTHORITY has an existing Variable Width Utility Easement. A copy of the Easement as recorded in the Deed Records of Dallas, Texas, is attached hereto as Exhibit # 13. The CONTRACTOR is directed to Exhibit # 13 for a full description of the obligations and restrictions associated with this property. 40+85 TO 41+61 5-TCSAE 0.119 Acre Temporary Construction Staging Area Easement City of Carrollton Mike McKay P.O. Box 110535 Carrollton, Texas 75011 12 D.R.D.C.T. 201600220998 This area of land is described as the AUTHORITY’S Parcel No. 5 is owned in fee by the City of Carrollton, Texas. A copy of the Permanent Sanitary Sewer, Temporary Construction and Temporary Construction Staging Area Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 12. The CONTRACTOR is directed to Exhibit # 12 for a full description of the obligations and restrictions associated with this parcel. 41+15 TO 42+93 5-TCE-PT2 0.276 Acre Temporary Construction Easement City of Carrollton Mike McKay P.O. Box 110535 Carrollton, Texas 75011 12 D.R.D.C.T. 201600220998 This area of land is described as the AUTHORITY’S Parcel No. 5 is owned in fee by the City of Carrollton, Texas. A copy of the Permanent Sanitary Sewer, Temporary Construction and Temporary Construction Staging Area Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 12. The CONTRACTOR is directed to Exhibit # 12 for a full description of the obligations and restrictions associated with this parcel. Page 11 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 41+44 TO 42+91 5-PSSE 0.034 Acre Permanent Sanitary Sewer Easement City of Carrollton Mike McKay P.O. Box 110535 Carrollton, Texas 75011 12 D.R.D.C.T. 201600220998 This area of land is described as the AUTHORITY’S Parcel No. 5 is owned in fee by the City of Carrollton, Texas. A copy of the Permanent Sanitary Sewer, Temporary Construction and Temporary Construction Staging Area Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 12. The CONTRACTOR is directed to Exhibit # 12 for a full description of the obligations and restrictions associated with this parcel. 41+50 TO 44+00 Permit #SWF- 2011- 00371 Nationwide Permit 12 U. S. Army Corps of Engineers (USACOE) Lisa Gomez Fort Worth District P.O. Box 17300 Ft. Worth, TX 76102 (817) 886-1735 14 N/A This area of land is controlled by the U.S. Army Corps of Engineers, on which the AUTHORITY has been granted a Nationwide Permit 12. A copy of the Nationwide Permit and verification letter is attached hereto as Exhibit # 14. The CONTRACTOR will review the Nationwide Permit 12, which includes the use of Utility Line Activities. The CONTRACTOR is responsible and must ensure the work is in compliance with the specifications and conditions listed. Additionally, all activities must comply with the water quality certification conditions of the Texas Commission on Environmental Quality (TCEQ) located at: http://www.tceq.texas.gov/assests/public/permitting/assess/401cert/NWPcert.pdf. The CONTRACTOR must note the following sections in each permit: General Nationwide Permit Conditions and Nationwide Permit Regional Conditions for the State of Texas. The CONTRACTOR is directed to Exhibit # 14 for a full description of the obligations and restrictions associated with this project. Page 12 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 41+67 TO 41+67 N/A TRA Meter Station 17.0E - Buried Electrical Line Existing Easement and Right-of-Way (including Meter Station, Access, Electrical and Communication Facilities) Trinity River Authority 4 13 D.R.D.C.T. V. 79210/ P. 2846 D.R.D.C.T. V. 99068/ P. 1492 This area of land is owned in fee by the City of Carrollton, on which the AUTHORITY has existing Easements. Copies of the Easements as recorded in the Deed Records of Dallas, Texas, are attached hereto as Exhibits # 4 and # 13. The AUTHORITY’S Meter Station 17.0E has buried electrical lines in this area. The CONTRACTOR is directed to Exhibits # 4 and # 13 for a full description of the obligations and restrictions associated with this property. 42+91 TO 44+63 42+93 TO 44+58 4-LA 4-TCA 0.040 Acre License Agreement 0.083 Acre Temporary Construction Area Dallas Area Rapid Transit Maureen McCole, Vice President, Commuter Rail & Railroad Management 1401 Pacific Avenue P.O. Box 660163 Dallas, Texas 75266 (214) 749-3619 8 N/A Page 13 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is identified as the AUTHORITY’S Parcel No. 4 and is owned in fee by Dallas Area Rapid Transit. (DART). A copy of the License Agreement including the permanent, temporary access and temporary construction areas is included in Exhibit # 8. Also, prior to any construction activities on the property, DART requires the CONTRACTOR to apply for and have received a DART- executed Construction Agreement and Contractor’s Right of Entry, a blank form of which is included herein as part of Exhibit # 8. The CONTRACTOR must comply with the terms and requirements of said License Agreement, including but not limited to the following: Page 2, Number # 5. Design, Construction, Operation and Maintenance. Page 3, Number # 6. Governmental Approvals. Page 3, Number # 7. Licensor’s Standard Contract and Insurance. No work on the Property shall be commenced by the CONTRACTOR until the Construction Agreement and Contractor’s Right of Entry covering such work, has been executed, including providing insurance coverage in such amounts and types as shall be satisfactory to DART. The CONTRACTOR must provide photo identification of all employees that will be working on the Property. Page 3, Number # 8. Duty of Care in Construction. The CONTRACTOR shall use reasonable care during the construction period to avoid damaging any existing buildings, equipment and vegetation on or about the Property and any adjacent property owned by or under the control of DART. If the CONTRACTOR causes damages to the Property or any adjacent property, the CONTRACTOR shall immediately replace or repair the damage at no cost or expense to DART. If the CONTRACTOR fails or refuses to make or effect any such repair or replacement at the sole cost and expense of the CONTRACTOR, DART shall have the right, but not the obligation, to make or effect any such repair or replacement at the sole cost and expense of the CONTRACTOR, which cost and expense the CONTRACTOR agrees to pay to DART upon demand. A copy of the Construction Agreement and Contractor’s Right of Entry is attached hereto as Exhibit # 8. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such documents have been provided to DART. The CONTRACTOR is directed to Exhibit # 8 for a full description of the obligations and restrictions associated with this parcel. Page 14 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 44+34 TO 45+53 6-TCSAE PT2 0.111 Acre Variable Width Temporary Construction Staging Area Easement Steve Kimbrel, Johnny Thompson and Adrian Moore 137 South Holly Coppell, Texas 75019 15 D.R.D.C.T. 201700091122 This area of land is described as the AUTHORITY’S Parcel No. 6 and is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore. A copy of the Temporary Access, Temporary Construction Staging Area and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 15. The CONTRACTOR is directed to Exhibit # 15 for a full description of the obligations and restrictions associated with this parcel. 44+34 TO 45+53 N/A Overhead Electrical Service Line Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore, on which ONCOR has an existing overhead electrical service line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty- eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 44+63 TO 45+53 6-TCE 0.041 Acre Variable Width Temporary Construction Easement Steve Kimbrel, Johnny Thompson and Adrian Moore 137 South Holly Coppell, Texas 75019 15 D.R.D.C.T. 201700091122 This area of land is described as the AUTHORITY’S Parcel No. 6 and is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore. A copy of the Temporary Access, Temporary Construction Staging Area and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 15. The CONTRACTOR is directed to Exhibit # 15 for a full description of the obligations and restrictions associated with this parcel. Page 15 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 44+83 TO 46+41 6-TCSAE PT1 0.158 Acre Variable Width Temporary Construction Staging Area Easement Steve Kimbrel, Johnny Thompson and Adrian Moore 137 South Holly Coppell, Texas 75019 15 D.R.D.C.T. 201700091122 This area of land is described as the AUTHORITY’S Parcel No. 6 and is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore. A copy of the Temporary Access, Temporary Construction Staging Area and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 15. The CONTRACTOR is directed to Exhibit # 15 for a full description of the obligations and restrictions associated with this parcel. 44+83 TO 46+41 N/A 30’ Underground Utility Gas Easement Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore, on which there is an existing 30’ underground utility gas easement. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty- eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 46+41 TO 47+78 6-TAE 0.121 Acre Variable Width Temporary Access Easement Steve Kimbrel, Johnny Thompson and Adrian Moore 137 South Holly Coppell, Texas 75019 15 D.R.D.C.T. 201700091122 This area of land is described as the AUTHORITY’S Parcel No. 6 and is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore. A copy of the Temporary Access, Temporary Construction Staging Area and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 15. The CONTRACTOR is directed to Exhibit # 15 for a full description of the obligations and restrictions associated with this parcel. Page 16 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 46+41 TO 47+78 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 16 D.R.D.C.T. V. 79217/ P. 132 This area of land is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 16. The CONTRACTOR is directed to Exhibit # 16 for a full description of the obligations and restrictions associated with this property. 46+41 TO 47+78 N/A Buried electrical (parallel) ONCOR Service Line Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore, on which ONCOR has an existing buried electrical (parallel) service line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344- 8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 46+47 TO 47+46 4-TAE-PT2 0.157 Acre Temporary Access Easement Dallas Area Rapid Transit Maureen McCole, Vice President, Commuter Rail & Railroad Management 1401 Pacific Avenue P.O. Box 660163 Dallas, Texas 75266 (214) 749-3619 8 N/A Page 17 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is identified as the AUTHORITY’S Parcel No. 4 and is owned in fee by Dallas Area Rapid Transit. (DART). A copy of the License Agreement including the permanent, temporary access and temporary construction areas is included in Exhibit # 8. Also, prior to any construction activities on the property, DART requires the CONTRACTOR to apply for and have received a DART- executed Construction Agreement and Contractor’s Right of Entry, a blank form of which is included herein as part of Exhibit # 8. The CONTRACTOR must comply with the terms and requirements of said License Agreement, including but not limited to the following: Page 2, Number # 5. Design, Construction, Operation and Maintenance. Page 3, Number # 6. Governmental Approvals. Page 3, Number # 7. Licensor’s Standard Contract and Insurance. No work on the Property shall be commenced by the CONTRACTOR until the Construction Agreement and Contractor’s Right of Entry covering such work, has been executed, including providing insurance coverage in such amounts and types as shall be satisfactory to DART. The CONTRACTOR must provide photo identification of all employees that will be working on the Property. Page 3, Number # 8. Duty of Care in Construction. The CONTRACTOR shall use reasonable care during the construction period to avoid damaging any existing buildings, equipment and vegetation on or about the Property and any adjacent property owned by or under the control of DART. If the CONTRACTOR causes damages to the Property or any adjacent property, the CONTRACTOR shall immediately replace or repair the damage at no cost or expense to DART. If the CONTRACTOR fails or refuses to make or effect any such repair or replacement at the sole cost and expense of the CONTRACTOR, DART shall have the right, but not the obligation, to make or effect any such repair or replacement at the sole cost and expense of the CONTRACTOR, which cost and expense the CONTRACTOR agrees to pay to DART upon demand. A copy of the Construction Agreement and Contractor’s Right of Entry is attached hereto as Exhibit # 8. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such documents have been provided to DART. The CONTRACTOR is directed to Exhibit # 8 for a full description of the obligations and restrictions associated with this parcel. Page 18 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 47+68 TO 47+88 N/A Existing 12’’ Gas Pipeline Crossing at Sta. 47+81 Explorer Pipeline Company Line Location - (800) 344-8377 Line Problems - (918) 591-3160 N/A N/A This area of land is owned in fee by Dallas Area Rapid Transit, on which Explorer Pipeline Company has an existing 12’ gas pipeline crossing at station 47+81. Explorer Pipeline was notified and no permit is required. The CONTRACTOR MUST NOTIFY Explorer Pipeline forty-eight (48) hours prior to construction. For line location call (800) 344-8377 and for line problems call (918) 591-3160. The CONTRACTOR will then notify the AUTHORITY’S on-site construction inspector that such contact was made. 47+78 TO 50+16 N/A 12” Water Service Line Steve Kimbrel, Johnny Thompson and Adrian Moore 137 South Holly Coppell, Texas 75019 N/A N/A This area of land is owned in fee by Steve Kimbrel, Johnny Thompson and Adrian Moore, on which there is existing 12’’ Water Service Line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 49+88 TO 49+88 N/A 12’’ Water Service Line to properties City of Coppell (972) 462-5150 N/A N/A This area of land is owned in fee by Lattimore Materials Company, on which there is a 12’’ water service line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800-344- 8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 19 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 50+16 TO 53+17 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 16 D.R.D.C.T. V. 79217/ P. 132 This area of land is owned in fee by Lattimore Materials Company, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 16. The CONTRACTOR is directed to Exhibit # 16 for a full description of the obligations and restrictions associated with this property. 50+16 TO 53+17 51+33 TO 51+33 N/A Overhead Electrical and Buried Electrical Service Lines Underground Electric Service Line ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Lattimore Materials Company, on which ONCOR has existing overhead, buried and underground electrical service lines in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty- eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 53+17 TO 55+72 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 17 D.R.D.C.T. V. 79206/ P. 789 This area of land is owned in fee by Johnny J.E. Thompson and Wife, Connie J. Thompson, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 17. The CONTRACTOR is directed to Exhibit # 17 for a full description of the obligations and restrictions associated with this property. Page 20 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 53+17 TO 55+72 N/A Overhead Electrical and Buried Electrical Service Lines ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Johnny J.E. Thompson, on which ONCOR has existing overhead and buried electrical service lines in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 55+72 TO 58+44 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 17 D.R.D.C.T. V. 79206/ P. 789 This area of land is owned in fee by Preston D. Hass, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 17. The CONTRACTOR is directed to Exhibit # 17 for a full description of the obligations and restrictions associated with this property. 55+72 TO 58+44 N/A Overhead Electrical and Buried Electrical Lines ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Preston D. Hass, on which ONCOR has existing overhead and buried electrical service lines in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 21 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 58+44 TO 59+96 N/A 20’ Easement and Right-of-Way Trinity River Authority 18 D.R.D.C.T. V. 79209/ P. 20 This area of land is owned in fee by Virginia Ruth Ware, on which the AUTHORITY has an existing 20’ Easement and Right-of-Way. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 18. The CONTRACTOR is directed to Exhibit # 18 for a full description of the obligations and restrictions associated with this property. Rehabilitation Segment Ends – New Pipeline begins 59+96 TO 64+73 10-PSSE PT1 10-PSSE PT2 10-TCE Part 1 10-TCE Part 2 0.001 Acre Variable Width Permanent Sanitary Sewer Easement 0.011 Acre Variable Width Permanent Sanitary Sewer Easement 0.471 Acre Variable Width Temporary Construction Easement 0.024 Acre Variable Width Temporary Construction Easement Virginia Ruth Ware 17091 Vinland Drive Addison, Texas 75001 19 D.R.D.C.T. 201700026542 This area of land is described as the AUTHORITY’S Parcel No. 10 and is owned in fee by Virginia Ruth Ware. A copy of the Permanent Sanitary Sewer and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 19. The CONTRACTOR is directed to Exhibit # 19 for a full description of the obligations and restrictions associated with this parcel. Page 22 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 59+96 TO 64+73 N/A Existing 20’ Easement and Right-of-Way Existing Variable Width Utility Easement Trinity River Authority 18 20 D.R.D.C.T. P. 79209/ V. 20 D.R.D.C.T. V. 98078/ P. 6761 This area of land is owned in fee by Virginia Ruth Ware, on which the AUTHORITY has two existing Easements. Copies of the Easements as recorded in the Deed Records of Dallas County, Texas, are attached hereto as Exhibits # 18 and # 20. The CONTRACTOR is directed to Exhibits # 18 and # 20 for a full description of the obligations and restrictions associated with this property. 59+96 TO 64+73 N/A Overhead Electrical Line ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Virginia Ruth Ware, on which ONCOR has an existing overhead electrical service line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 64+73 TO 64+98 105+28.19 TO 109+26 11-PSSE 11-TCE 0.012 Acre Variable Width Permanent Sanitary Sewer Easement 0.303 Acre Temporary Construction Easement Riverchase Golf, LLC Randy Garrison 700 Riverchase Drive, Coppell, Texas 75019 21 D.R.D.C.T. 201600304915 Page 23 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is described as the AUTHORITY’S Parcel No. 11 and is owned in fee by Riverchase Golf, LLC. A copy of the Permanent Sanitary Sewer and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 21. The CONTRACTOR is directed to Exhibit # 21 for a full description of the obligations and restrictions associated with this parcel. 64+73 TO 64+98 N/A Overhead Electrical Line Gas (Parallel) ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Riverchase Golf, LLC, on which ONCOR has an existing overhead electrical service line in this area. There is a gas line that is parallel. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 64+73 TO 64+98 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 22 D.R.D.C.T. P. 79219/ V. 2512 This area of land is owned in fee by Riverchase Golf, LLC, on which the AUTHORITY has an existing Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 22. The CONTRACTOR is directed to Exhibit # 22 for a full description of the obligations and restrictions associated with this property. Page 24 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 105+28.19 TO 109+26 N/A Overhead Electrical Service Line Gas (Parallel) ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Riverchase Golf, LLC, on which ONCOR has an existing overhead electrical service line in this area. There is a gas line that is parallel. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 109+26 TO 114+26 12-TCE- PT1 0.303 Acre Temporary Construction Easement Memorandum of Understanding Oaks Riverchase LP Norman P. Bjornes, Jr., President 3550 East 46th Street, Suite 120, Minneapolis, Minnesota, 55406 23 24 D.R.D.C.T. 201700100605 Page 25 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is described as the AUTHORITY’S Parcel No. 12 and is owned in fee by Oaks Riverchase, L.P. A copy of the Temporary Construction Easements as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 23. This area of land has been granted authorization by a “Memorandum of Understanding” between the AUTHORITY and Oaks Riverchase L.P. PRIOR to construction Oaks Riverchase L.P. require additional confirmations regarding parking availability to its residents and concrete restoration detail. The CONTRACTOR is directed to the “Memorandum of Understanding” that is attached hereto as Exhibit # 24 for specific responsibilities. The CONTRACTOR is responsible for compliance with the terms and requirements of the Memorandum of Understanding, including but not limited to the following: Page 1, Article I: The CONTRACTOR will work to complete construction on the property to limit impact to the residents and also to minimize blocking the premium or covered or enclosed parking by: 1) temporarily covering the construction area by either steel plates, flex base material, or hot-mix asphalt once initial pipe installation is complete until completion of construction of the entire line so that final connections and testing can take place prior to final restoration of the construction areas; 2) performing final concrete restoration meeting the City of Coppell concrete pavement repair standards, including construction details that show No. 4 bars on 12-inch centers with a depth of concrete to match the existing concrete, Class C which is 3600 psi concrete. Additionally, AUTHORITY shall include specifications on concrete repair methods with detailed information on the care of how the areas are to be saw cut and requirements for concrete mix specifications, as included in the Project’s construction plans and specifications. Oaks Riverchase understands work may be delayed by weather and limited work hours (no working on nights, weekends or holidays unless for emergency purposes), and that construction will be done in 500- to 1000-foot long segments. Hot-mix asphalting will not be able to be done on a daily basis, but will need to be done in several hundred foot sections, and there will be interim periods when crushed rock or flexible base material will be the driving surface to allow residents to access parking. Final concrete paving will not begin until all pipe laying operations are complete and pipe has been backfilled for a minimum of 30 days. The CONTRACTOR will be allowed to lay pipe continuously and proceed to the next segment as long as only a maximum of 600 feet of parking is blocked by construction. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector each time such requirements have been met that are stated within the Memorandum of Understanding. The CONTRACTOR is directed to Exhibits # 23 and # 24 for a full description of the obligations and restrictions associated with this parcel. 109+26 TO 114+26 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 22 D.R.D.C.T. V. 79219/ P. 2512 Page 26 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is owned in fee by Oak Riverchase L.P., on which the AUTHORITY has an existing Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 22. The CONTRACTOR is directed to Exhibit # 22 for a full description of the obligations and restrictions associated with this property. 109+26 TO 114+26 N/A Overhead Electrical Service Line ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Oaks Riverchase LP, on which ONCOR has an existing overhead electrical service line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 114+26 To 114+86 114+32 TO 114+32 N/A Fairway Drive Right-of-Way 12” Water line crossing City of Coppell (972) 462-5150 N/A N/A This area is described as the City of Coppell Right-of-Way for Fairway Drive, which is controlled by the City of Coppell. The City has a 12” water line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 27 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 114+86 TO 120+05 12-TCE- PT 2 0.238 Acre 20’ Temporary Construction Easement Memorandum of Understanding Oaks Riverchase LP Norman P. Bjornes, Jr., President 3550 East 46th Street, Suite 120, Minneapolis, Minnesota, 55406 23 24 D.R.D.C.T. 201700100605 This area of land is described as the AUTHORITY’S Parcel No. 12 and is owned in fee by Oaks Riverchase L.P. A copy of the Temporary Construction Easements as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 23. This area of land has been granted authorization by a “Memorandum of Understanding” between the AUTHORITY and Oaks Riverchase L.P. PRIOR to construction, Oaks Riverchase L.P. requires additional confirmations regarding parking availability to its residents and concrete restoration detail. The CONTRACTOR is directed to the “Memorandum of Understanding” that is attached hereto as Exhibit # 24 for specific responsibilities. The CONTRACTOR is responsible for compliance with the terms and requirements of the Memorandum of Understanding, including but not limited to the following: Page 1, Article I: The CONTRACTOR will work to complete construction on the property to limit impact to the residents and also to minimize blocking the premium or covered or enclosed parking by: 1) temporarily covering the construction area by either steel plates, flex base material, or hot-mix asphalt once initial pipe installation is complete until completion of construction of the entire line so that final connections and testing can take place prior to final restoration of the construction areas; 2) performing final concrete restoration meeting the City of Coppell concrete pavement repair standards, including construction details that show No. 4 bars on 12-inch centers with a depth of concrete to match the existing concrete, Class C which is 3600 psi concrete. Additionally, AUTHORITY shall include specifications on concrete repair methods with detailed information on the care of how the areas are to be saw cut and requirements for concrete mix specifications, as included in the Project’s construction plans and specifications. Oaks Riverchase understands work may be delayed by weather and limited work hours (no working on nights, weekends or holidays unless for emergency purposes), and that construction will be done in 500- to 1000-foot long segments. Hot-mix asphalting will not be able to be done on a daily basis, but will need to be done in several hundred foot sections, and there will be interim periods when crushed rock or flexible base material will be the driving surface to allow residents to access parking. Final concrete paving will not begin until all pipe laying operations are complete and pipe has been backfilled for a minimum of 30 days. The CONTRACTOR will be allowed to lay pipe continuously and proceed to the next segment as long as only a maximum of 600 feet of parking is blocked by construction. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector each time such requirements have been met that are stated within the Memorandum of Understanding. The CONTRACTOR is directed to Exhibits # 23 and # 24 for a full description of the obligations and restrictions associated with this parcel. Page 28 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 114+86 TO 120+05 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 22 D.R.D.C.T. V. 79219/ P. 2512 This area of land is owned in fee by Oak Riverchase L.P., on which the AUTHORITY has an existing Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 22. The CONTRACTOR is directed to Exhibit # 22 for a full description of the obligations and restrictions associated with this property. 114+86 TO 120+05 N/A Buried Electrical Service Line ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by Oaks Riverchase LP, on which ONCOR has an existing buried electrical service line in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 115+01 TO 115+01 N/A 18’’ Storm Drainage Pipe Crossing City of Coppell (972) 462-5150 N/A N/A This area is described as the City of Coppell Right-of-Way, which is controlled by the City of Coppell. The City has an 18” Storm Drainage Pipe in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 29 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 120+05 TO 135+82 13-TCE 0.724 Acre Temporary Construction Easement 2 – 8” Water Line Crossings BG Adele Riverchase, LLC Jason Busboom, Managing Member P.O. Box 118736 Carrollton, Texas 75007 25 D.R.D.C.T. 201700031977 This area of land is described as the AUTHORITY’S Parcel No. 13 and is owned in fee by BG Adele Riverchase, LLC. A copy of the Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 25. The CONTRACTOR must note that there are two 8” water line crossings in this area. The CONTRACTOR is directed to Exhibit # 25 for a full description of the obligations and restrictions associated with this parcel. 120+05 To 135+82 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 22 D.R.D.C.T. V. 79219/ P. 2512 This area of land is owned in fee by BG Adele Riverchase, LLC, on which the AUTHORITY has an existing 20’ Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 22. The CONTRACTOR is directed to Exhibit # 22 for a full description of the obligations and restrictions associated with this property. 120+07 To 120+07 N/A Overhead Electrical and Buried Electrical Service Lines ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by BG Adele Riverchase, LLC, on which ONCOR has existing overhead and buried electrical service lines in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 30 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 133+99 To 135+24 N/A Relocate Existing 8” Water Service Line BG Adele Riverchase, LLC City of Coppell (972) 462-5150 N/A N/A This area of land is owned in fee by BG Adele Riverchase, LLC, on which there is an existing 8” water service line that the CONTRACTOR will relocate prior to the construction of the AUTHORITY’S 36” line. The CONTRACTOR must protect the new line in place during construction. All water service replacements shall be performed in accordance with City of Coppell requirements and details. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 135+42 To 135+42 N/A ONCOR Electric Service Line Crossing ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A This area of land is owned in fee by BG Adele Riverchase, LLC, on which ONCOR has an existing electrical service line crossing in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 135+82 TO 137+77 14-TCE- PT1 0.080 Acre Temporary Construction Easement DLG Holding LLC Kristie Jung 1445 Riverchase Dr. Coppell, Texas 75019 26 D.R.D.C.T. 201700060853 Page 31 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is described as the AUTHORITY’S Parcel No. 14 and is owned in fee by DLG Holding LLC. A copy of the Permanent Sanitary Sewer and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 26. The CONTRACTOR is directed to Exhibit # 26 for a full description of the obligations and restrictions associated with this parcel. 135+82 TO 137+77 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 22 D.R.D.C.T. V. 79219 P. 2512 This area of land is owned in fee by DLG Holding LLC, on which the AUTHORITY has an existing 20’ Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 22. The CONTRACTOR is directed to Exhibit # 22 for a full description of the obligations and restrictions associated with this property. 135+82 TO 137+77 N/A 2 – Existing 36” Storm Drains City of Coppell (972) 462-5150 N/A N/A This area of land is owned in fee by DLG Holding LLC, on which the City of Coppell has two existing 36’ storm drains in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800- 344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 135+83 TO 135+83 N/A ONCOR Electric Service Line Crossing ONCOR 888-313-6862 (Emergency) Texas 811 or 1-800-344-8377 Line Problems (972) 791-2888 N/A N/A Page 32 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # This area of land is owned in fee by DLG Holding LLC, on which ONCOR has an existing electrical service line crossing in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. 137+77 TO 138+76 14-TCE- PT2 14-PSSE 0.051 Acre Temporary Construction Easement 0.051 Acre Permanent Sanitary Sewer Easement DLG Holding LLC Kristie Jung 1445 Riverchase Dr. Coppell, Texas 75019 26 D.R.D.C.T. 201700060853 This area of land is described as the AUTHORITY’S Parcel No. 14 and is owned in fee by DLG Holding LLC. A copy of the Permanent Sanitary Sewer and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 26. The CONTRACTOR is directed to Exhibit # 26 for a full description of the obligations and restrictions associated with this parcel. 137+82 To 137+82 138+63 TO 138+63 N/A 2 – 36” Storm Drainage Pipe Crossing 18” Storm Drainage Pipe Crossing City of Coppell (972) 462-5150 N/A N/A This area of land is owned in fee by DLG Holding LLC, on which the City of Coppell has two existing 36’ storm drainage pipe crossing and an 18” storm drainage pipe crossing in this area. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800-344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on- site construction inspector that such contact was made. Page 33 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 138+76 TO 140+57 15-TCE- PT1 0.043 Acre 94.50’ Temporary Construction Easement Shops at Riverchase, LLC Pyong Lee, President 3 Graemoor Ter Palm Beach Gardens, Florida 33418-6804 27 D.R.D.C.T. 201600249376 This area of land is described as the AUTHORITY’S Parcel No. 15 and is owned in fee by Shops at Riverchase, LLC. A copy of the Permanent Sanitary Sewer and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 27. The CONTRACTOR is directed to Exhibit # 27 for a full description of the obligations and restrictions associated with this parcel. 138+76 TO 140+57 N/A Existing 20’ Easement and Right-of-Way Trinity River Authority 22 D.R.D.C.T. V. 79219/ P. 2512 This area of land is owned in fee by Shops at Riverchase, LLC, on which the AUTHORITY has an existing 20’ Easement. A copy of the Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 22. The CONTRACTOR is directed to Exhibit # 22 for a full description of the obligations and restrictions associated with this property. 138+76 TO 140+57 N/A 2 – Existing 36” Storm Drains City of Coppell (972) 462-5150 N/A N/A This area of land is owned in fee by Shops at Riverchase, LLC, on which the City of Coppell has two existing 36’ storm drains. The CONTRACTOR shall verify location of all utilities and structures prior to construction. The CONTRACTOR shall contact the City of Coppell at (972) 462-5150 and contact Texas 811 at 811 or at 1-800- 344-8377 forty-eight (48) hours (exclusive of weekends or holidays) prior to any construction activity. The CONTRACTOR will notify the AUTHORITY’S on-site construction inspector that such contact was made. Page 34 SITE CERTIFICATE - SUMMARY OF LAND RIGHTS AND SPECIAL NOTES Trinity River Authority of Texas Central Regional Wastewater System Coppell Interceptor Improvements Project Plans as prepared by Kathy P. Fretwell, P.E., Kennedy/Jenks Consultants PARCEL DESCRIPTION BY STATION PARCEL NUMBER/ PERMIT DATE ACREAGE/ DESCRIPTION/ LOCATION GRANTOR/OWNER CONTACT INFORMATION EXHIBIT # RECORDED DOC # 139+91 TO 140+13 140+43 TO 140+57 138+76 TO 139+71 139+91 TO 140+57 15-TCE- PT2 15-TCE- PT3 15-PSSE- PT2 15-PSSE- PT1 0.010 Acre Temporary Construction Easement 0.028 Acre Temporary Construction Easement 0.043 Acre Permanent Sanitary Sewer Easement 0.062 Acre Permanent Sanitary Sewer Easement Shops at Riverchase, LLC Pyong Lee, President 3 Graemoor Ter Palm Beach Gardens, Florida 33418-6804 27 D.R.D.C.T. 201600249376 This area of land is described as the AUTHORITY’S Parcel No. 15 and is owned in fee by Shops at Riverchase, LLC. A copy of the Permanent Sanitary Sewer and Temporary Construction Easement as recorded in the Deed Records of Dallas County, Texas, is attached hereto as Exhibit # 27. The CONTRACTOR is directed to Exhibit # 27 for a full description of the obligations and restrictions associated with this parcel. END OF SUMMARY OF LAND RIGHTS AND SPECIAL NOTES TABLE OF CONTENTS PAGE NUMBER Exhibit # 1 .................................................................................................................. 1 Trinity River Authority of Texas Exhibit # 2 .................................................................................................................. 6 Beltline Proposed Luna Road # 2 Limited Partnership Exhibit # 3 ................................................................................................................ 21 Dallas Pistol Club Exhibit # 4 ................................................................................................................ 35 Trinity River Authority of Texas Exhibit # 5 ................................................................................................................ 40 Dallas Pistol Club Exhibit # 6 ................................................................................................................ 47 Trinity River Authority of Texas Exhibit # 7 ................................................................................................................ 51 Atmos Energy Exhibit # 8 ................................................................................................................ 59 Dallas Area Rapid Transit Exhibit # 9 ................................................................................................................ 86 St. Louis Southwestern Railway Company Exhibit # 10 .............................................................................................................. 94 Trinity River Authority of Texas Exhibit # 11 .............................................................................................................. 99 Trinity River Authority of Texas Exhibit # 12 ............................................................................................................ 104 City of Carrollton TABLE OF CONTENTS PAGE NUMBER Exhibit # 13 ............................................................................................................ 125 Trinity River Authority of Texas Exhibit # 14 ............................................................................................................ 145 U.S. Army Corps of Engineers Exhibit # 15 ............................................................................................................ 168 Steve Kimbrel, Johnny Thompson and Adrian Moore Exhibit # 16 ............................................................................................................ 190 Trinity River Authority of Texas Exhibit # 17 ............................................................................................................ 195 Trinity River Authority of Texas Exhibit # 18 ............................................................................................................ 200 Trinity River Authority of Texas Exhibit # 19 ............................................................................................................ 204 Virginia Ruth Ware Exhibit # 20 ............................................................................................................ 223 Trinity River Authority of Texas Exhibit # 21 ............................................................................................................ 236 Riverchase Golf, LLC Exhibit # 22 ............................................................................................................ 247 Trinity River Authority of Texas Exhibit # 23 ............................................................................................................ 253 Oaks Riverchase LP Exhibit # 24 ............................................................................................................ 264 Oaks Riverchase LP TABLE OF CONTENTS PAGE NUMBER Exhibit # 25 ............................................................................................................ 278 BG Adele Riverchase, LLC Exhibit # 26 ............................................................................................................ 289 DLG Holding LLC Exhibit # 27 ............................................................................................................ 304 Shops at Riverchase, LLC EXHIBIT # 11 of 326 2 of 326 3 of 326 4 of 326 5 of 326 EXHIBIT # 2 6 of 326 7 of 326 8 of 326 9 of 326 10 of 326 11 of 326 12 of 326 13 of 326 EXHIBIT # 2 14 of 326 15 of 326 16 of 326 17 of 326 18 of 326 19 of 326 20 of 326 EXHIBIT # 3 21 of 326 22 of 326 23 of 326 24 of 326 25 of 326 26 of 326 27 of 326 EXHIBIT # 3 28 of 326 29 of 326 30 of 326 31 of 326 32 of 326 33 of 326 34 of 326 EXHIBIT # 435 of 326 36 of 326 37 of 326 38 of 326 39 of 326 EXHIBIT # 5 40 of 326 41 of 326 42 of 326 43 of 326 44 of 326 45 of 326 46 of 326 EXHIBIT # 6 47 of 326 48 of 326 49 of 326 50 of 326 EXHIBIT # 7 51 of 326 52 of 326 53 of 326 54 of 326 55 of 326 56 of 326 57 of 326 58 of 326 EXHIBIT # 8 59 of 326 60 of 326 61 of 326 62 of 326 63 of 326 64 of 326 65 of 326 66 of 326 67 of 326 68 of 326 69 of 326 70 of 326 71 of 326 72 of 326 73 of 326 74 of 326 75 of 326 76 of 326 77 of 326 78 of 326 79 of 326 80 of 326 81 of 326 AGREEMENT NO. CONSTRUCTION AGREEMENT AND CONTRACTOR'S RIGHT OF ENTRY THIS AGREEMENT (“Agreement”), by and between DALLAS AREA RAPID TRANSIT ("DART"), a regional transportation authority created and existing pursuant to Chapter 452, Texas Transportation Code, and _____________________, hereinafter called "Contractor", whose mailing address is ___________________. 1.For the period not to extend beyond _________________, DART hereby permits Contractor to enter upon DART property (“Property”) on a tract of right of way of the___________ Line located ____________________, Mile Post ____, (Latitude:__________, Longitude: ___________) in _______, _________County, Texas, as may be necessary in connection with installation of _________________________________________, to be performed on the Property by Contractor under an agreement between Contractor and ___________________, a ________, (the "Contract"), and for no other purpose. Contractor understands that this Contract and all work to be performed thereunder is subject to the terms and conditions contained in License Agreement No. __________, dated the __ day of ___________, 2016, issued by DART to ______________, which is incorporated herein by reference. 2. Contractor shall: (a)Perform that portion of the work on the Property in accordance with plans and specifications approved by DART in such manner and at such times as shall not endanger or interfere with DART's operations nor with any improvements located on, above or below the Property. Contractor shall submit to DART, for approval, all construction details, falsework and other incidentals not detailed in plans, insofar as they affect DART. Contractor shall be responsible for any damages to the Property caused by Contractor’s use or entry thereon (including without limitation, to improvements on, above or below the surface), and shall repair, restore or replace (at DART’s discretion), damaged improvements on the Property. (b)(A) Notify DART in writing at least fifteen (15) working days before commencing work on the Property and (B) notify DART in writing within five (5) working days after such work is completed. (c)Keep all equipment, tools and materials stored at least twenty-five (25) feet from the center line of any railroad track. Explosives or other highly inflammable substances or any hazardous materials shall not be stored on the Property without the prior written approval of DART. (d)Remove Contractor's tools, equipment and materials and all debris created by Contractor from the Property promptly upon completion of work, restoring the Property to the same state and condition as when Contractor entered thereon. (e)Reimburse DART for all costs and expenses incurred by DART in connection with said work, including without limitation the expense of furnishing such inspectors, watchmen and flagmen as DART deem s necessary, the installation and removal of falsework beneath tracks, and restoration of the Property to the same condition as when Contractor entered thereon, or to a condition satisfactory to DART. (f)Remove any lien against the Property arising from entry or performance of work hereunder by Contractor or an agent or subcontractor of Contractor. 82 of 326 3.Contractor agrees to release, defend and indemnify DART, from and against all loss, damage, claims, costs, expenses, including attorney's fees, and liability for bodily injury to or death of any persons and loss of or damage to any property and loss of use thereof arising out of or in any way connected with Contractors entry on the Property or activity thereon, including entry or activity by Contractor’s employees, subcontractors, agents or invitees. In the event any part of the provisions of this section are determined by any statutory enactment or judicial decision to be void or unenforceable, then this section shall not fail in its entirety but will be enforceable to the extent permitted by law. 4.Prior to entry on or start of work or occupancy of the Property, Contractor agrees to procure and maintain at its sole cost and expense, the following types and amounts of insurance with form of coverage and insurers satisfactory to DART: Commercial general and automobile liability insurance with contractual liability endorsement and products and completed operations hazards included, which shall provide coverage for combined single limits of not less than $2,000,000, as further outlined below. This insurance shall be primary and non-contributory. All insurance coverage's required by this Agreement shall provide the following as a minimum standard: (a) Commercial General Liability With Contractual Liability Endorsement. -Per occurrence limit of at least $1,000,000. -DART and all affiliated companies and organizations are named as additional insureds without any qualifications or restrictions. -DART must have 30 days notice of cancellation or modification. (b) Commercial Automobile Liability Policy -Combined single limit of at least $1,000,000. -DART is named as additional insureds without any qualifications or restrictions. -DART must have 30 days notice of cancellation or modification. (c)Workers' Compensation Insurance -Providing Statutory Benefits under the Workers' Compensation Act of the State of Texas and/or any other State or Federal Law or Laws applicable to the Contractor's employees performing the work under this Agreement. -Employer's Liability Insurance with limits of liability of not less than $500,000 each accident, $500,000 each employee for disease and $500,000 policy limit for disease. -Endorsed with a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from DART and the Railroad. (d)Contractor agrees to furnish DART Certificates of Insurance and copies of Endorsements for Additional Insured, Waiver of Subrogation and Contractual Liability Railroads (or, as and when DART may direct, copies of the actual insurance policies) as evidence of the coverage's outlined in (a), (b) and (c) above, and this section (d). Approval will be expedited if all required coverage's and the following endorsements are included on the 83 of 326 Certificates: -Endorsement showing DART and its affiliate companies and organizations named as additional insureds. The certificate must specify that the endorsement is applicable to the General Liability and Auto Liability Policies. -Contractual liability endorsement. -Endorsement removing exclusions for XCU hazards. -Waiver of subrogation endorsement specific to Workers' Compensation. 5.All policies should contain a cross liability endorsement reading as follows: "It is agreed that the inclusion of more than one person, corporation, organization, firm or entity as insured under this policy shall not in any way affect the rights of any such person, corporation, organization, firm or entity with respect to any claim, demand, suit or judgment made, brought or recovered by or in favor of any other insured. This policy shall protect each person, corporation, organization, firm or entity in the same manner as though a separate policy had been issued to each; provided that this endorsement shall not operate to increase the company's limits of liability as set forth elsewhere in this policy." 6.The permission herein given shall not be assigned by Contractor without the prior written consent of DART, except in the case of subcontractors of Contractor who shall be deemed agents of Contractor and subject to the terms of this Agreement. 7.No vehicular crossing over DART's track shall be installed or used by Contractor without prior written permission of DART. 8.No work shall be done between the hours of 6:00 p.m. and 6:00 a.m., nor on Saturdays, Sundays or legal holidays without prior written permission of DART. 9.At DART's request, Contractor shall remove from the Property any employee of Contractor or any subcontractor who fails to conform to the instructions of DART in connection with entry or work on the Property, and any right of Contractor to enter upon the Property shall be suspended until such request of DART is met. Contractor shall indemnify, defend and hold DART harmless against any claim arising from the removal of any such employee from the Property. 10.Company-issued photo identification is required of all contractors and subcontractors working on the Property. 11.Notification of DART for all other purposes, shall be by telephone to: Eshandra Davis, Senior Right of Way Representative, at 214.749.3619. 12.The parties may execute this Agreement in multiple originals and when taken together, those originals constitute a whole that shall be effective on the date last signed. 84 of 326 DALLAS AREA RAPID TRANSIT By ______________ MAUREEN MCCOLE Vice President, Commuter Rail & Railroad Management Date Signed: ____________________________ ___________________________ By Printed Name: ________________________ Title: _____________ Date Signed: ____________________________ 85 of 326 EXHIBIT # 9 86 of 326 87 of 326 88 of 326 89 of 326 90 of 326 91 of 326 92 of 326 93 of 326 EXHIBIT # 10 94 of 326 95 of 326 96 of 326 97 of 326 98 of 326 EXHIBIT # 11 99 of 326 100 of 326 101 of 326 102 of 326 103 of 326 EXHIBIT # 12 104 of 326 105 of 326 106 of 326 107 of 326 108 of 326 109 of 326 110 of 326 111 of 326 112 of 326 113 of 326 114 of 326 115 of 326 116 of 326 117 of 326 118 of 326 119 of 326 120 of 326 121 of 326 122 of 326 123 of 326 124 of 326 EXHIBIT # 13 125 of 326 126 of 326 127 of 326 128 of 326 129 of 326 130 of 326 131 of 326 132 of 326 133 of 326 134 of 326 135 of 326 136 of 326 137 of 326 138 of 326 139 of 326 140 of 326 141 of 326 142 of 326 143 of 326 144 of 326 EXHIBIT # 14 145 of 326 146 of 326 NATIONWIDE PERMIT 12 Utility Line Activities Effective Date: March 19, 2012 (NWP Final Notice, 77 FR 10184) Utility Line Activities. Activities required for the construction, maintenance, repair, and removal of utility lines and associated facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2-acre of waters of the United States for each single and complete project. Utility lines: This NWP authorizes the construction, maintenance, or repair of utility lines, including outfall and intake structures, and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change in pre- construction contours. A “utility line” is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and radio and television communication. The term “utility line” does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be backfilled with topsoil from the trench. The trench cannot be constructed or backfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non-tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2-acre of waters of the United States. This NWP does not authorize discharges into non-tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for overhead utility line towers, poles, and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non-tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 1/2- acre of non-tidal waters of the United States. This NWP does not authorize discharges into non- tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre-construction contours and elevations (e.g., at grade corduroy roads or geotextile/gravel 147 of 326 roads). Access roads constructed above pre-construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CFR Part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP also authorizes temporary structures, fills, and work necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The permittee must submit a pre-construction notification to the district engineer prior to commencing the activity if any of the following criteria are met: (1) the activity involves mechanized land clearing in a forested wetland for the utility line right-of-way; (2) a section 10 permit is required; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4) the utility line is placed within a jurisdictional area (i.e., water of the United States), and it runs parallel to or along a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than 1/10-acre of waters of the United States; (6) permanent access roads are constructed above grade in waters of the United States for a distance of more than 500 feet; or (7) permanent access roads are constructed in waters of the United States with impervious materials. (See general condition 31.) (Sections 10 and 404) Note 1: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., section 10 waters) within the coastal United States, the Great Lakes, and United States territories, copies of the pre-construction notification and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. Note 3: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Rivers and Harbors Act of 1899. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15). Note 4: For overhead utility lines authorized by this NWP, a copy of the PCN and NWP verification will be provided to the Department of Defense Siting Clearinghouse, which will evaluate potential effects on military activities. 148 of 326 Nationwide Permit General Conditions Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case-specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and/or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR §§ 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR § 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. 3.Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4.Migratory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 149 of 326 6.Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7.Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and/or restricting its flow must be minimized to the maximum extent practicable. 9.Management of Water Flows. To the maximum extent practicable, the pre-construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre-construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10.Fills Within 100-Year Floodplains. The activity must comply with applicable FEMA- approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low-flow or no-flow. 13.Removal of Temporary Fills. Temporary fills must be removed in their entirety and the affected areas returned to pre-construction elevations. The affected areas must be revegetated, as appropriate. 14.Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity-specific conditions added by the district engineer to an NWP authorization. 15.Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 150 of 326 16. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a “study river” for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 17. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is authorized under any NWP which “may affect” a listed species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address ESA compliance for the NWP activity, or whether additional ESA consultation is necessary. (c) Non-federal permittees must submit a pre-construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally-listed endangered or threatened species or designated critical habitat, the pre-construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed work or that utilize the designated critical habitat that might be affected by the proposed work. The district engineer will determine whether the proposed activity “may affect” or will have “no effect” to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps’ determination within 45 days of receipt of a complete pre- construction notification. In cases where the non-Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have “no effect” on listed species or critical habitat, or until Section 7 consultation has been completed. If the non-Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species-specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the “take” of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an 151 of 326 ESA Section 10 Permit, a Biological Opinion with “incidental take” provisions, etc.) from the U.S. FWS or the NMFS, The Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word “harm” in the definition of “take'' means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide web pages at http://www.fws.gov/ or http://www.fws.gov/ipac and http://www.noaa.gov/fisheries.html respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for obtaining any “take” permits required under the U.S. Fish and Wildlife Service’s regulations governing compliance with the Migratory Bird Treaty Act or the Bald and Golden Eagle Protection Act. The permittee should contact the appropriate local office of the U.S. Fish and Wildlife Service to determine if such “take” permits are required for a particular activity. 20.Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address section 106 compliance for the NWP activity, or whether additional section 106 consultation is necessary. (c) Non-federal permittees must submit a pre-construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre-construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought from the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(g)). When reviewing pre-construction notifications, district engineers will comply with the current procedures for addressing the requirements of Section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non-Federal applicant has identified historic properties on which the 152 of 326 activity may have the potential to cause effects and so notified the Corps, the non-Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective permittee within 45 days of receipt of a complete pre-construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR §800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non- Federal applicant that he or she cannot begin work until Section 106 consultation is completed. If the non-Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section 110k of the NHPA (16 U.S.C. 470h-2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or permitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO/THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discovery of Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22.Designated Critical Resource Waters. Critical resource waters include, NOAA- managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for 153 of 326 any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 31, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is determined that the impacts to the critical resource waters will be no more than minimal. 23. Mitigation. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and permanent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one-for-one ratio will be required for all wetland losses that exceed 1/10-acre and require pre-construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse effects of the proposed activity are minimal, and provides a project-specific waiver of this requirement. For wetland losses of 1/10-acre or less that require pre-construction notification, the district engineer may determine on a case-by-case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in minimal adverse effects on the aquatic environment. (2) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (3) If permittee-responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) – (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (4) If mitigation bank or in-lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (5) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring 154 of 326 requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan. (d) For losses of streams or other open waters that require pre-construction notification, the district engineer may require compensatory mitigation, such as stream rehabilitation, enhancement, or preservation, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2-acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2-acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already meeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the restoration or establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to establish a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or establishing a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and/or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in-lieu fee programs, or separate permittee-responsible mitigation. For activities resulting in the loss of marine or estuarine resources, permittee-responsible compensatory mitigation may be environmentally preferable if there are no mitigation banks or in-lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee-responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long-term management. (h) Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub-shrub wetland to a herbaceous wetland in a permanently maintained utility line right-of-way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 24. Safety of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non-Federal applicants to demonstrate that the structures comply with established state dam safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been 155 of 326 independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case-By-Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3-acre. 29. Transfer of Nationwide Permit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter must contain the following statement and signature: “When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below.” _____________________________________________ (Transferee) _____________________________________________ (Date) 156 of 326 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and any required compensatory mitigation. The success of any required permittee- responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general, regional, or activity-specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in-lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(l)(3) to confirm that the permittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the work and mitigation. 31. Pre-Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre-construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective permittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer’s receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 20 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is “no effect” on listed species or “no potential to cause effects” on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and/or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual 157 of 326 permit has been obtained. Subsequently, the permittee’s right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre-Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project’s purpose; direct and indirect adverse environmental effects the project would cause, including the anticipated amount of loss of water of the United States expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (4) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (5) If the proposed activity will result in the loss of greater than 1/10-acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse effects are minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non-Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non-Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. (c) Form of Pre-Construction Notification: The standard individual permit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate 158 of 326 that it is a PCN and must include all of the information required in paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity’s compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project’s adverse environmental effects to a minimal level. (2) For all NWP activities that require pre-construction notification and result in the loss of greater than 1/2-acre of waters of the United States, for NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre-construction notification and will result in the loss of greater than 300 linear feet of intermittent and ephemeral stream bed, and for all NWP 48 activities that require pre-construction notification, the district engineer will immediately provide (e.g., via e- mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site-specific comments. The comments must explain why the agency believes the adverse effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre-construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity’s compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre-construction notification that the resource agencies’ concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson-Stevens Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre-construction notifications to expedite agency coordination. D. District Engineer’s Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. For a linear project, this determination will include an evaluation of the individual crossings to determine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a 159 of 326 waiver of the 300 linear foot limit on impacts to intermittent or ephemeral streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51 or 52, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in minimal adverse effects. When making minimal effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse effects determination. The district engineer may add case-specific special conditions to the NWP authorization to address site-specific environmental concerns. 2. If the proposed activity requires a PCN and will result in a loss of greater than 1/10- acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation, the district engineer will notify the permittee and include any activity-specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terms and conditions of the NWP, including any activity-specific conditions added to the NWP authorization by the district engineer. 3. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (a) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to 160 of 326 seek authorization under an individual permit; (b) that the project is authorized under the NWP subject to the applicant’s submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (c) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45-day PCN period, with activity-specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. E. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. F. Definitions Best management practices (BMPs): Policies, practices, procedures, or structures implemented to mitigate the adverse environmental effects on surface water quality resulting from development. BMPs are categorized as structural or non-structural. Compensatory mitigation: The restoration (re-establishment or rehabilitation), establishment (creation), enhancement, and/or in certain circumstances preservation of aquatic resources for the purposes of offsetting unavoidable adverse impacts which remain after all appropriate and practicable avoidance and minimization has been achieved. Currently serviceable: Useable as is or with some maintenance, but not so degraded as to essentially require reconstruction. Direct effects: Effects that are caused by the activity and occur at the same time and place. Discharge: The term “discharge” means any discharge of dredged or fill material. Enhancement: The manipulation of the physical, chemical, or biological characteristics of an aquatic resource to heighten, intensify, or improve a specific aquatic resource function(s). Enhancement results in the gain of selected aquatic resource function(s), but may also lead to a decline in other aquatic resource function(s). Enhancement does not result in a gain in aquatic resource area. Ephemeral stream: An ephemeral stream has flowing water only during, and for a short duration after, precipitation events in a typical year. Ephemeral stream beds are located above the 161 of 326 water table year-round. Groundwater is not a source of water for the stream. Runoff from rainfall is the primary source of water for stream flow. Establishment (creation): The manipulation of the physical, chemical, or biological characteristics present to develop an aquatic resource that did not previously exist at an upland site. Establishment results in a gain in aquatic resource area. High Tide Line: The line of intersection of the land with the water’s surface at the maximum height reached by a rising tide. The high tide line may be determined, in the absence of actual data, by a line of oil or scum along shore objects, a more or less continuous deposit of fine shell or debris on the foreshore or berm, other physical markings or characteristics, vegetation lines, tidal gages, or other suitable means that delineate the general height reached by a rising tide. The line encompasses spring high tides and other high tides that occur with periodic frequency but does not include storm surges in which there is a departure from the normal or predicted reach of the tide due to the piling up of water against a coast by strong winds such as those accompanying a hurricane or other intense storm. Historic Property: Any prehistoric or historic district, site (including archaeological site), building, structure, or other object included in, or eligible for inclusion in, the National Register of Historic Places maintained by the Secretary of the Interior. This term includes artifacts, records, and remains that are related to and located within such properties. The term includes properties of traditional religious and cultural importance to an Indian tribe or Native Hawaiian organization and that meet the National Register criteria (36 CFR part 60). Independent utility: A test to determine what constitutes a single and complete non-linear project in the Corps regulatory program. A project is considered to have independent utility if it would be constructed absent the construction of other projects in the project area. Portions of a multi-phase project that depend upon other phases of the project do not have independent utility. Phases of a project that would be constructed even if the other phases were not built can be considered as separate single and complete projects with independent utility. Indirect effects: Effects that are caused by the activity and are later in time or farther removed in distance, but are still reasonably foreseeable. Intermittent stream: An intermittent stream has flowing water during certain times of the year, when groundwater provides water for stream flow. During dry periods, intermittent streams may not have flowing water. Runoff from rainfall is a supplemental source of water for stream flow. Loss of waters of the United States: Waters of the United States that are permanently adversely affected by filling, flooding, excavation, or drainage because of the regulated activity. Permanent adverse effects include permanent discharges of dredged or fill material that change an aquatic area to dry land, increase the bottom elevation of a waterbody, or change the use of a waterbody. The acreage of loss of waters of the United States is a threshold measurement of the impact to jurisdictional waters for determining whether a project may qualify for an NWP; it is not a net threshold that is calculated after considering compensatory mitigation that may be used to offset losses of aquatic functions and services. The loss of stream bed includes the linear feet of stream bed that is filled or excavated. Waters of the United States temporarily filled, flooded, excavated, or drained, but restored to pre-construction contours and elevations after construction, are not included in the measurement of loss of waters of the United States. Impacts resulting from activities eligible for exemptions under Section 404(f) of the Clean Water Act are not considered when calculating the loss of waters of the United States. 162 of 326 Non-tidal wetland: A non-tidal wetland is a wetland that is not subject to the ebb and flow of tidal waters. The definition of a wetland can be found at 33 CFR 328.3(b). Non-tidal wetlands contiguous to tidal waters are located landward of the high tide line (i.e., spring high tide line). Open water: For purposes of the NWPs, an open water is any area that in a year with normal patterns of precipitation has water flowing or standing above ground to the extent that an ordinary high water mark can be determined. Aquatic vegetation within the area of standing or flowing water is either non-emergent, sparse, or absent. Vegetated shallows are considered to be open waters. Examples of “open waters” include rivers, streams, lakes, and ponds. Ordinary High Water Mark: An ordinary high water mark is a line on the shore established by the fluctuations of water and indicated by physical characteristics, or by other appropriate means that consider the characteristics of the surrounding areas (see 33 CFR 328.3(e)). Perennial stream: A perennial stream has flowing water year-round during a typical year. The water table is located above the stream bed for most of the year. Groundwater is the primary source of water for stream flow. Runoff from rainfall is a supplemental source of water for stream flow. Practicable: Available and capable of being done after taking into consideration cost, existing technology, and logistics in light of overall project purposes. Pre-construction notification: A request submitted by the project proponent to the Corps for confirmation that a particular activity is authorized by nationwide permit. The request may be a permit application, letter, or similar document that includes information about the proposed work and its anticipated environmental effects. Pre-construction notification may be required by the terms and conditions of a nationwide permit, or by regional conditions. A pre-construction notification may be voluntarily submitted in cases where pre-construction notification is not required and the project proponent wants confirmation that the activity is authorized by nationwide permit. Preservation: The removal of a threat to, or preventing the decline of, aquatic resources by an action in or near those aquatic resources. This term includes activities commonly associated with the protection and maintenance of aquatic resources through the implementation of appropriate legal and physical mechanisms. Preservation does not result in a gain of aquatic resource area or functions. Re-establishment: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former aquatic resource. Re-establishment results in rebuilding a former aquatic resource and results in a gain in aquatic resource area and functions. Rehabilitation: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of repairing natural/historic functions to a degraded aquatic resource. Rehabilitation results in a gain in aquatic resource function, but does not result in a gain in aquatic resource area. Restoration: The manipulation of the physical, chemical, or biological characteristics of a site with the goal of returning natural/historic functions to a former or degraded aquatic resource. For the purpose of tracking net gains in aquatic resource area, restoration is divided into two categories: re-establishment and rehabilitation. Riffle and pool complex: Riffle and pool complexes are special aquatic sites under the 404(b)(1) Guidelines. Riffle and pool complexes sometimes characterize steep gradient sections 163 of 326 of streams. Such stream sections are recognizable by their hydraulic characteristics. The rapid movement of water over a course substrate in riffles results in a rough flow, a turbulent surface, and high dissolved oxygen levels in the water. Pools are deeper areas associated with riffles. A slower stream velocity, a streaming flow, a smooth surface, and a finer substrate characterize pools. Riparian areas: Riparian areas are lands adjacent to streams, lakes, and estuarine-marine shorelines. Riparian areas are transitional between terrestrial and aquatic ecosystems, through which surface and subsurface hydrology connects riverine, lacustrine, estuarine, and marine waters with their adjacent wetlands, non-wetland waters, or uplands. Riparian areas provide a variety of ecological functions and services and help improve or maintain local water quality. (See general condition 23.) Shellfish seeding: The placement of shellfish seed and/or suitable substrate to increase shellfish production. Shellfish seed consists of immature individual shellfish or individual shellfish attached to shells or shell fragments (i.e., spat on shell). Suitable substrate may consist of shellfish shells, shell fragments, or other appropriate materials placed into waters for shellfish habitat. Single and complete linear project: A linear project is a project constructed for the purpose of getting people, goods, or services from a point of origin to a terminal point, which often involves multiple crossings of one or more waterbodies at separate and distant locations. The term “single and complete project” is defined as that portion of the total linear project proposed or accomplished by one owner/developer or partnership or other association of owners/developers that includes all crossings of a single water of the United States (i.e., a single waterbody) at a specific location. For linear projects crossing a single or multiple waterbodies several times at separate and distant locations, each crossing is considered a single and complete project for purposes of NWP authorization. However, individual channels in a braided stream or river, or individual arms of a large, irregularly shaped wetland or lake, etc., are not separate waterbodies, and crossings of such features cannot be considered separately. Single and complete non-linear project: For non-linear projects, the term “single and complete project” is defined at 33 CFR 330.2(i) as the total project proposed or accomplished by one owner/developer or partnership or other association of owners/developers. A single and complete non-linear project must have independent utility (see definition of “independent utility”). Single and complete non-linear projects may not be “piecemealed” to avoid the limits in an NWP authorization. Stormwater management: Stormwater management is the mechanism for controlling stormwater runoff for the purposes of reducing downstream erosion, water quality degradation, and flooding and mitigating the adverse effects of changes in land use on the aquatic environment. Stormwater management facilities: Stormwater management facilities are those facilities, including but not limited to, stormwater retention and detention ponds and best management practices, which retain water for a period of time to control runoff and/or improve the quality (i.e., by reducing the concentration of nutrients, sediments, hazardous substances and other pollutants) of stormwater runoff. Stream bed: The substrate of the stream channel between the ordinary high water marks. The substrate may be bedrock or inorganic particles that range in size from clay to boulders. Wetlands contiguous to the stream bed, but outside of the ordinary high water marks, are not considered part of the stream bed. 164 of 326 Stream channelization: The manipulation of a stream’s course, condition, capacity, or location that causes more than minimal interruption of normal stream processes. A channelized stream remains a water of the United States. Structure: An object that is arranged in a definite pattern of organization. Examples of structures include, without limitation, any pier, boat dock, boat ramp, wharf, dolphin, weir, boom, breakwater, bulkhead, revetment, riprap, jetty, artificial island, artificial reef, permanent mooring structure, power transmission line, permanently moored floating vessel, piling, aid to navigation, or any other manmade obstacle or obstruction. Tidal wetland: A tidal wetland is a wetland (i.e., water of the United States) that is inundated by tidal waters. The definitions of a wetland and tidal waters can be found at 33 CFR 328.3(b) and 33 CFR 328.3(f), respectively. Tidal waters rise and fall in a predictable and measurable rhythm or cycle due to the gravitational pulls of the moon and sun. Tidal waters end where the rise and fall of the water surface can no longer be practically measured in a predictable rhythm due to masking by other waters, wind, or other effects. Tidal wetlands are located channelward of the high tide line, which is defined at 33 CFR 328.3(d). Vegetated shallows: Vegetated shallows are special aquatic sites under the 404(b)(1) Guidelines. They are areas that are permanently inundated and under normal circumstances have rooted aquatic vegetation, such as seagrasses in marine and estuarine systems and a variety of vascular rooted plants in freshwater systems. Waterbody: For purposes of the NWPs, a waterbody is a jurisdictional water of the United States. If a jurisdictional wetland is adjacent – meaning bordering, contiguous, or neighboring – to a waterbody determined to be a water of the United States under 33 CFR 328.3(a)(1)-(6), that waterbody and its adjacent wetlands are considered together as a single aquatic unit (see 33 CFR 328.4(c)(2)). Examples of “waterbodies” include streams, rivers, lakes, ponds, and wetlands. ADDITIONAL INFORMATION This nationwide permit is effective March 19, 2012, and expires on March 18, 2017. Information about the U.S. Army Corps of Engineers regulatory program, including nationwide permits, may also be accessed at http://www.swf.usace.army.mil/regulatory or http://www.usace.army.mil/Missions/CivilWorks/RegulatoryProgramandPermits.aspx NATIONWIDE PERMIT (NWP) REGIONAL CONDITIONS FOR THE STATE OF TEXAS The following regional conditions apply within the entire State of Texas: 1. Compensatory mitigation is required at a minimum one-for-one ratio for all special aquatic site losses that exceed 1/10 acre and require pre-construction notification (PCN), and for all losses to streams that exceed 300 linear feet and require PCN, unless the appropriate District Engineer determines in writing that some other form of mitigation would be more environmentally appropriate and provides a project-specific waiver of this requirement. 165 of 326 2. For all discharges proposed for authorization under nationwide permits (NWP) 3, 6, 7, 12, 14, 18, 19, 25, 27, 29, 39, 40, 41, 42, 43, 44, 51, and 52, into the following habitat types or specific areas, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 31, Pre-Construction Notification (PCN). The Corps of Engineers (Corps), except for the Tulsa District, will coordinate with the resource agencies as specified in NWP General Condition 31(d) (PCN). The habitat types or areas are: a. Pitcher Plant Bogs: Wetlands typically characterized by an organic surface soil layer and include vegetation such as pitcher plants (Sarracenia sp.), sundews (Drosera sp.), and sphagnum moss (Sphagnum sp.). b. Bald Cypress-Tupelo Swamps: Wetlands comprised predominantly of bald cypress trees (Taxodium distichum), and water tupelo trees (Nyssa aquatica), that are occasionally or regularly flooded by fresh water. Common associates include red maple (Acer rubrum), swamp privet (Forestiera acuminata), green ash (Fraxinus pennsylvanica) and water elm (Planera aquatica). Associated herbaceous species include lizard's tail (Saururus cernuus), water mermaid weed (Proserpinaca spp.), buttonbush (Cephalanthus occidentalis) and smartweed (Polygonum spp.). (Eyre, F. H. Forest Cover Types of the United States and Canada. 1980. Society of American Foresters, 5400 Grosvenor Lane, Bethesda, Maryland 20814-2198. Library of Congress Catalog Card No. 80-54185) 3. For all activities proposed for authorization under NWP 12 that involve a discharge of fill material associated with mechanized land clearing in a forested wetland, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 31 (Pre- Construction Notification) prior to commencing the activity. 4. For all activities proposed for authorization under NWP 16, the applicant shall notify the appropriate District Engineer in accordance with the NWP General Condition 31 (Pre- Construction Notification), and work cannot begin under NWP 16 until the applicant has received written approval from the Corps. The following regional conditions apply only within the Fort Worth District in the State of Texas: 5. For all discharges proposed for authorization under all NWPs, into the area of Caddo Lake within Texas that is designated as a “Wetland of International Importance” under the Ramsar Convention, the applicant shall notify the Fort Worth District Engineer in accordance with the NWP General Condition 31. The Corps will coordinate with the resource agencies as specified in NWP General Condition 31(d) (Pre-Construction Notification). 6. For all discharges proposed for authorization under NWP 43 that occur in forested wetlands, the applicant shall notify the Fort Worth District Engineer in accordance with the General Condition 31 (Pre-Construction Notification). 166 of 326 7. For all discharges proposed for authorization under any nationwide permit in Dallas, Denton, and Tarrant Counties that are within the study area of the “Final Regional Environmental Impact Statement (EIS), Trinity River and Tributaries” (May 1986), the applicant shall meet the criteria and follow the guidelines specified in Section III of the Record of Decision for the Regional EIS, including the hydraulic impact requirements. A copy of these guidelines is available upon request from the Fort Worth District and at the District website www.swf.usace.army.mil (select “Permits”). 8. Federal Projects. The applicant shall notify the Forth Worth District Engineer in accordance with the NWP General Condition 31, Pre-Construction Notification (PCN) for any regulated activity where the applicant is proposing work that would result in the modification or alteration of any completed Corps of Engineer projects that are either locally or federally maintained and for work that would occur within the conservation pool or flowage easement of any Corps of Engineers lake project. PCN's cannot be deemed complete until such time as the Corps has made a determination relative to 33 USC Section 408, 33 CFR Part 208, Section 208.10, 33 CFR Part 320, Section 320.4. 9. Invasive and Exotic Species. Best management practices are required where practicable to reduce the risk of transferring invasive plant and animal species to or from project sites. Information concerning state specific lists and threats can be found at: http://www.invasivespeciesinfo.gov/unitedstates/tx.shtml. Best management practices can be found at: http://www.invasivespeciesinfo.gov/toolkit/prevention.shtml. Known zebra mussel waters within can be found at: http://nas.er.usgs.gov/queries/zmbyst.asp. 10. For all discharges proposed for authorization under NWPs 51 and 52, the Corps will provide the PCN to the US Fish and Wildlife Service as specified in NWP General Condition 31(d)(2) for its review and comments. 167 of 326 EXHIBIT # 15 168 of 326 169 of 326 170 of 326 171 of 326 172 of 326 173 of 326 174 of 326 175 of 326 176 of 326 177 of 326 178 of 326 179 of 326 180 of 326 181 of 326 182 of 326 183 of 326 184 of 326 185 of 326 186 of 326 187 of 326 188 of 326 189 of 326 EXHIBIT # 16 190 of 326 191 of 326 192 of 326 193 of 326 194 of 326 EXHIBIT # 17 195 of 326 196 of 326 197 of 326 198 of 326 199 of 326 EXHIBIT # 18 200 of 326 201 of 326 202 of 326 203 of 326 EXHIBIT # 19 204 of 326 205 of 326 206 of 326 207 of 326 208 of 326 209 of 326 210 of 326 211 of 326 212 of 326 213 of 326 214 of 326 215 of 326 216 of 326 217 of 326 218 of 326 219 of 326 220 of 326 221 of 326 222 of 326 EXHIBIT # 20 223 of 326 224 of 326 225 of 326 226 of 326 227 of 326 228 of 326 229 of 326 230 of 326 231 of 326 232 of 326 233 of 326 234 of 326 235 of 326 EXHIBIT # 21 236 of 326 237 of 326 238 of 326 239 of 326 240 of 326 241 of 326 242 of 326 243 of 326 244 of 326 245 of 326 246 of 326 EXHIBIT # 22 247 of 326 248 of 326 249 of 326 250 of 326 251 of 326 252 of 326 EXHIBIT # 23 253 of 326 254 of 326 255 of 326 256 of 326 257 of 326 258 of 326 259 of 326 260 of 326 261 of 326 262 of 326 263 of 326 264 of 326 265 of 326 266 of 326 EXHIBIT 1 267 of 326 268 of 326 269 of 326 270 of 326 271 of 326 272 of 326 273 of 326 274 of 326 275 of 326 276 of 326 277 of 326 EXHIBIT # 25 278 of 326 279 of 326 280 of 326 281 of 326 282 of 326 283 of 326 284 of 326 285 of 326 286 of 326 287 of 326 288 of 326 EXHIBIT # 26 289 of 326 290 of 326 291 of 326 292 of 326 293 of 326 294 of 326 295 of 326 296 of 326 297 of 326 298 of 326 299 of 326 300 of 326 301 of 326 302 of 326 303 of 326 EXHIBIT # 27 304 of 326 305 of 326 306 of 326 307 of 326 308 of 326 309 of 326 310 of 326 311 of 326 312 of 326 313 of 326 314 of 326 315 of 326 316 of 326 317 of 326 318 of 326 319 of 326 320 of 326 321 of 326 322 of 326 323 of 326 324 of 326 325 of 326 326 of 326