Loading...
7200 IFB-- NS Water Main Ph 3 - SPECIFICATIONS PROJECT MANUAL FOR THE CONSTRUCTION OF North-South Phase III 42-Inch Water Transmission Main IFB #7200 Engineering Project No. 180006 DTN12314 Chris Watts Todd Hileman Mayor City Manager Todd Estes, P.E. City Engineer Frank Pugsley, P.E. Director of Water Prepared for The City of Denton 2019 Freese and Nichols, Inc. 10-17-2019 Adopted September 2018 City of Denton Standard Construction Specification Documents 00 00 00 - 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Construction Contract Ordinance 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 36 Proposed Subcontractors Form 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 13 Bidder’s Minimum Qualification Statement 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 43 Corporate Resolution of Authorizing Signatories 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions 00 73 73 Form 1295 – Certificate of Interested Parties Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents TECHNICAL SPECIFICATIONS 00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Contractor shall refer to the following documents for Technical Specifications, unless otherwise noted in the contract documents: North Central Texas Council of Governments Standard Specifications for Public Works Construction – Fourth Edition, Divisions 200-800 (incorporated by reference) North Central Texas Council of Governments Standard Specifications for Public Works Construction – Fourth Edition, Divisions 200-800 – Amendments Special Contract Requirements & Bid Item Definitions FNI TECHHNICAL SPECIFICATIONS DIVISION 01 GENERAL REQUIREMENTS Section 01 33 00.01 Table of Required Submittals 01 45 16.16 Hydrostatic Testing DIVISION 9 FINISHES Section 09 97 16 Pipeline Coatings and Linings DIVISION 13 SPECIAL CONSTRUCTION Section 13 47 13 Cathodic Protection System DIVISION 31 EARTHWORK Section 31 05 13 Soils for Earthwork 31 05 16 Aggregates for Earthwork 31 23 33.16 Trenching and Backfill DIVISION 33 UTILITIES Section 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 10 13 Disinfecting of Water Utility Distribution Systems 33 11 13.13 Steel Pipe and Fittings 33 12 16.23 Gate Valves 33 12 16.26 Butterfly Valves Appendix END OF SECTION DIVISION 01 GENERAL REQUIREMENTS DIVISION 00GENERAL CONDITIONS 00 05 10 - 1 CONSTRUCTION CONTRACT ORDINANCE Page 1 of 1 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 05 10 1 CONSTRUCTION CONTRACT ORDINANCE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 END OF SECTION 22 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 05 15 1 ADDENDA 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 END OF SECTION 21 00 11 13 - 1 INVITATION TO BIDDERS Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 11 13 1 INVITATION TO BIDDERS 2 3 RECEIPT OF BIDS 4 Sealed bids for the construction of North-South Phase III 42-Inch Water Transmission Main will 5 be received by the City of Denton Purchasing Office: 6 7 City of Denton 8 Purchasing Division 9 901-B Texas Street 10 Denton, Texas 76209 11 940-349-7100 12 13 until 11:00 A.M. D/CST, Thursday, November 21, 2019 and bids will be opened publicly and 14 read aloud at 11:30 AM D/CST in the Purchasing Conference Room, 2nd Floor, 901-B Texas 15 Street. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the (approximate) following: Installation of approximately 4,250 19 LF of 42-inch water line and approximately 600 LF of 12-inch water line. 20 21 DOCUMENT EXAMINATION AND PROCUREMENTS 22 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 23 of Denton’s Purchasing Division website at www.dentontx.ionwave.net/currentsourcingevents 24 The Contract Documents may be downloaded, viewed, and printed by interested contractors 25 and/or suppliers. The contractor is required to fill out the Certificate of Interested Parties 26 Form 1295 and the form must be submitted to the Project Manager before the contract will 27 be presented to the City Council. The form can be obtained at 28 https://www.ethics.state.tx.us/tec/1295-Info.htm . 29 30 PREBID CONFERENCE 31 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 32 BIDDERS at the following location, date, and time: 33 DATE: Thursday, November 7th, 2019 34 TIME: 1:00PM CST 35 PLACE: 901-B Texas Street 36 Denton, Texas 76209 37 LOCATION: City of Denton Purchasing Conference Room 38 39 All questions relating to the bidding of this project must be received by 2:00PM Tuesday, 40 November 12th through IONWAVE. 41 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 42 City reserves the right to waive irregularities and to accept or reject bids. 43 44 INQUIRIES 45 All inquiries relative to this procurement (with the exception of items related to bidding) should 46 be addressed to the following: 47 Attn: Laura Hermosillo, City of Denton 48 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 Email: laura.hermosillo@cityofdenton.com 1 Phone: 940.349.7100 2 3 4 END OF SECTION 5 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 21 13 1 INSTRUCTIONS TO BIDDERS 2 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 1.2.4. Purchasing Agent: City designated representative to assist in solicitation of bids 24 from vendors for City contracts. 25 26 2. Copies of Bidding Documents 27 28 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 29 resulting from the Bidders use of incomplete sets of Bidding Documents. 30 31 2.2. City and Engineer in making Bidding Documents available do so only for the purpose of 32 obtaining Bids for the Work and do not authorize or confer a license or grant for any 33 other use. 34 35 3. Minimum Qualifications 36 37 3.1. The following minimum requirements must be demonstrated in order for the submission 38 to be considered responsive. The form can be found in Section 00 45 13 – Bidder’s 39 Minimum Qualification Statement. 40 41 3.1.1. Bidder shall provide documentation demonstrating five (5) years minimum 42 experience providing services similar to those indicated in Section 00 11 13 – 43 Invitation to Bidders. 44 45 3.1.2. Bidder shall provide documentation of three (3) references from governmental 46 entities for which Bidder has performed similar services to those indicated in 47 Section 00 11 13 – Invitation to Bidders. 48 49 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 3.1.3. Bidder shall fill out provided safety record questionnaire. 1 2 4. Prequalification of Bidders (Prime Contractors and Subcontractors) 3 4 4.1. Firm experience of at least 5 years in the construction of water main projects, including 5 detailed information on prior project experience with the City of Denton as applicable. 6 7 4.2. Firm experience in the construction of at least 3 separate water main projects successfully 8 completed which were similar in scope to pipe material they chose to bid on. One of the 9 projects must include the construction of 42” pipe or larger. 10 11 4.3. Firm experience in the construction of at least 3 water main projects each with a contract 12 value of at least $2,000,000 within the last 5 years. (Water mains must account for 60% 13 of the items). 14 15 4.4. Contractor shall have completed 3 projects within the last 5 years within the allotted 16 contract time. 17 18 4.5. Financial capability to prosecute the work as supported by an audited financial statement 19 for the previous year if requested. 20 21 4.6. Contractor shall not have been involved with liquidated damages or litigations in the 22 amount of $100,000 or more within the last 5 years. 23 24 5. Examination of Bidding and Contract Documents, Other Related Data, and Site 25 26 5.1. Before submitting a Bid, each Bidder shall: 27 28 5.1.1. Examine and carefully study the Contract Documents and other related data 29 identified in the Bidding Documents (including "technical data" referred to in 30 Paragraph 4.2. below). No information given by City or any representative of the 31 City other than that contained in the Contract Documents and officially 32 promulgated addenda thereto, shall be binding upon the City. 33 34 5.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 35 site conditions that may affect cost, progress, performance or furnishing of the 36 Work. 37 38 5.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 39 progress, performance or furnishing of the Work. 40 41 5.1.4. Not Used 42 43 5.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 44 contiguous to the Site and all drawings of physical conditions relating to existing 45 surface or subsurface structures at the Site (except Underground Facilities) that 46 have been identified in the Contract Documents as containing reliable "technical 47 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 48 at the Site that have been identified in the Contract Documents as containing 49 reliable "technical data." 50 51 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 5.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 1 the information which the City will furnish. All additional information and data 2 which the City will supply after promulgation of the formal Contract Documents 3 shall be issued in the form of written addenda and shall become part of the Contract 4 Documents just as though such addenda were actually written into the original 5 Contract Documents. No information given by the City other than that contained in 6 the Contract Documents and officially promulgated addenda thereto, shall be 7 binding upon the City. 8 9 5.1.7. Perform independent research, investigations, tests, borings, and such other means 10 as may be necessary to gain a complete knowledge of the conditions which will be 11 encountered during the construction of the project. On request, City may provide 12 each Bidder access to the site to conduct such examinations, investigations, 13 explorations, tests and studies as each Bidder deems necessary for submission of a 14 Bid. Bidder must fill all holes and clean up and restore the site to its former 15 conditions upon completion of such explorations, investigations, tests and studies. 16 17 5.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 18 cost of doing the Work, time required for its completion, and obtain all information 19 required to make a proposal. Bidders shall rely exclusively and solely upon their 20 own estimates, investigation, research, tests, explorations, and other data which are 21 necessary for full and complete information upon which the proposal is to be based. 22 It is understood that the submission of a proposal is prima-facie evidence that the 23 Bidder has made the investigation, examinations and tests herein required. Claims 24 for additional compensation due to variations between conditions actually 25 encountered in construction and as indicated in the Contract Documents will not be 26 allowed. 27 28 5.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 29 between the Contract Documents and such other related documents. The Contractor 30 shall not take advantage of any gross error or omission in the Contract Documents, 31 and the City shall be permitted to make such corrections or interpretations as may 32 be deemed necessary for fulfillment of the intent of the Contract Documents. 33 34 5.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification of: 35 36 5.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 37 the site which have been utilized by City in preparation of the Contract Documents. 38 The logs of Soil Borings, if any, on the plans are for general information only. 39 Neither the City nor the Engineer guarantee that the data shown is representative of 40 conditions which actually exist. 41 42 5.2.2. those drawings of physical conditions in or relating to existing surface and 43 subsurface structures (except Underground Facilities) which are at or contiguous to 44 the site that have been utilized by City in preparation of the Contract Documents. 45 46 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 5.2.3. copies of such reports and drawings will be made available by City to any Bidder 1 on request. Those reports and drawings may not be part of the Contract 2 Documents, but the "technical data" contained therein upon which Bidder is entitled 3 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 4 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 5 responsible for any interpretation or conclusion drawn from any "technical data" or 6 any other data, interpretations, opinions or information. 7 8 5.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 9 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 10 exception the Bid is premised upon performing and furnishing the Work required by the 11 Contract Documents and applying the specific means, methods, techniques, sequences or 12 procedures of construction (if any) that may be shown or indicated or expressly required 13 by the Contract Documents, (iii) that Bidder has given City written notice of all 14 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 15 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 16 etc., have not been resolved through the interpretations by City as described in 17 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 18 and convey understanding of all terms and conditions for performing and furnishing the 19 Work. 20 21 5.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 22 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 23 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 24 Documents. 25 26 5.5. The Bidder acknowledges and agrees to comply with the requirements of City Ethics 27 Ordinance No. 18-157. 28 29 6. Availability of Lands for Work, Etc. 30 31 6.1. The lands upon which the Work is to be performed, rights-of-way and easements for 32 access thereto and other lands designated for use by Contractor in performing the Work 33 are identified in the Contract Documents. All additional lands and access thereto 34 required for temporary construction facilities, construction equipment or storage of 35 materials and equipment to be incorporated in the Work are to be obtained and paid for 36 by Contractor. Easements for permanent structures or permanent changes in existing 37 facilities are to be obtained and paid for by City unless otherwise provided in the 38 Contract Documents. 39 40 6.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 41 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-42 of-way, easements, and/or permits are not obtained, the City reserves the right to cancel 43 the award of contract at any time before the Bidder begins any construction work on the 44 project. 45 46 6.3. The Bidder shall be prepared to commence construction without all executed right-of-47 way, easements, and/or permits, and shall submit a schedule to the City of how 48 construction will proceed in the other areas of the project that do not require permits 49 and/or easements. 50 51 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 7. Interpretations and Addenda 1 2 7.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 3 City via IONWAVE on or before 2:00 PM, Tuesday, November 12. Questions received 4 after this day WILL NOT be responded to. Interpretations or clarifications considered 5 necessary by City in response to such questions will be issued through IONWAVE. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 10 7.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 11 City. 12 13 7.3. Addenda or clarifications may be posted via IONWAVE 14 (www.dentontx.ionwave.net/currentsourcingevents). 15 16 7.4. A prebid conference may be held at the time and place indicated in the Advertisement or 17 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 18 Project. Bidders are encouraged to attend and participate in the conference. City will 19 transmit to all prospective Bidders of record such Addenda as City considers necessary 20 in response to questions arising at the conference. Oral statements may not be relied 21 upon and will not be binding or legally effective. 22 23 8. Bid Security 24 25 8.1. Each Bid for projects over $100,000, must be accompanied by Bid Bond made payable to 26 City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, 27 issued by a surety meeting the requirements of Paragraphs 5.01 of the General 28 Conditions, and in accordance with Texas Local Government Code 262.032. 29 30 8.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 31 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 32 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 33 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 34 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 35 other Bidders whom City believes to have a reasonable chance of receiving the award 36 will be retained by City until final contract execution. 37 38 9. Contract Times 39 The number of days within which, or the dates by which, Milestones are to be achieved in 40 accordance with the General Requirements and the Work is to be completed and ready for 41 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 42 attached Bid Form. 43 44 10. Liquidated Damages 45 Provisions for liquidated damages are set forth in the Agreement. 46 47 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 11. Substitute and "Or-Equal" Items 1 The Contract, if awarded, will be on the basis of materials and equipment described in the 2 Bidding Documents without consideration of possible substitute or "or-equal" items. 3 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-4 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 5 City, application for such acceptance will not be considered by City until after the Effective 6 Date of the Agreement. The procedure for submission of any such application by Contractor 7 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 8 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 9 10 12. Subcontractors, Suppliers and Others 11 12 12.1. No Contractor shall be required to employ any Subcontractor, Supplier, other person 13 or organization against whom Contractor has reasonable objection. 14 15 13. Bid Form 16 17 13.1. The Bid Form is included with the Bidding Documents; additional copies may be 18 obtained from the City. 19 20 13.2. All blanks on the Bid Form must be completed and the Bid Form signed. Erasures or 21 alterations shall be initialed by the person signing the Bid Form. A Bid price shall be 22 indicated for each Bid item, alternative, and unit price item listed therein. In the case 23 of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may 24 be entered. Bidder shall state the prices, in both words and numerals, for which the 25 Bidder proposes to do the work contemplated or furnish materials required. If 26 handwritten, all prices shall be written legibly. In case of discrepancy between price 27 in written/typed words and the price in written/typed numerals, the price in 28 written/typed words shall govern. 29 30 13.3. Bids by corporations shall be executed in the corporate name by the president or a 31 vice-president or other corporate officer accompanied by evidence of authority to 32 sign, as provided herein, Section 00 45 43 – Corporate Resolution of Authorizing 33 Signatories. The corporate address and state of incorporation shall be shown below 34 the signature. 35 36 13.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner, whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 13.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 13.6. Bids by individuals shall show the Bidder's name and official address. 46 47 13.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 13.8. All names shall be typed below the signature. 1 2 13.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 3 which shall be filled in on the Bid Form. 4 5 13.10. Postal and e-mail addresses and telephone number for communications regarding the 6 Bid shall be shown. 7 8 13.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 9 Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance 10 to State Law Non Resident Bidder. 11 12 14. Submission of Bids 13 14 14.1. Bids may be submitted electronically through IONWAVE or by hard copy. 15 16 14.2. Hard copies of bid bonds shall be submitted for both electronic and hard copy 17 submissions. Bonds must be submitted in a sealed envelope before the due date and 18 time as indicated in Section 00 11 13 – Invitation to Bidders. 19 20 14.3. Bids shall be submitted on the prescribed Bid Form, provided with the Bidding 21 Documents, at the time and place indicated in the Advertisement or INVITATION 22 TO BIDDERS, and shall be enclosed in an opaque sealed envelope, marked with the 23 Bid Number, Project title, the name and address of Bidder, and accompanied by the 24 Bid security and other required documents, as indicated in Section 00 41 00 – Bid 25 Form. If the Bid is sent through the mail or other delivery system, the sealed 26 envelope shall be enclosed in a separate envelope with the notation "BID 27 ENCLOSED" on the face of it. Hard copy submissions shall also include a flash 28 drive, containing a complete copy of the response, and be addressed as follows: 29 30 City of Denton 31 901-B Texas Street 32 Denton, TX 76209 33 Attn: Materials Management/Purchasing Division, IFB #7200/ North-South 34 Phase III 42-Inch Water Transmission Main 35 36 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 15. Modification and Withdrawal of Bids 1 2 15.1. Bids addressed to the Purchasing Agent and filed with the Purchasing Division as 3 well as bids submitted via IONWAVE may be withdrawn prior to the time set for bid 4 opening. A request for withdrawal must be made in writing by an appropriate 5 document duly executed in the manner that a Bid must be executed and delivered to 6 the place where Bids are to be submitted at any time prior to the opening of Bids. 7 After all Bids not requested for withdrawal are opened and publicly read aloud, the 8 Bids for which a withdrawal request has been properly filed may, at the option of the 9 City, be returned unopened. 10 11 15.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt via IONWAVE. 13 14 16. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 17. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 18. Evaluation of Bids and Award of Contract 25 26 18.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 18.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 47 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 18.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 1 other persons and organizations proposed for those portions of the Work as to which 2 the identity of Subcontractors, Suppliers, and other persons and organizations must 3 be submitted as provided in the Contract Documents or upon the request of the City. 4 City also may consider the operating costs, maintenance requirements, performance 5 data and guarantees of major items of materials and equipment proposed for 6 incorporation in the Work when such data is required to be submitted prior to the 7 Notice of Award. 8 9 18.3. City may conduct such investigations as City deems necessary to assist in the 10 evaluation of any Bid and to establish the responsibility, qualifications, and financial 11 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 12 organizations to perform and furnish the Work in accordance with the Contract 13 Documents to City's satisfaction within the prescribed time. 14 15 18.4. Contractor shall perform with his own organization, work of a value not less than 16 35% of the value embraced on the Contract, unless otherwise approved by the City. 17 Contractor shall complete and submit Section 00 43 36 – Proposed Subcontractors 18 Form. 19 20 18.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 21 responsive Bidder whose evaluation by City indicates that the award will be in the 22 best interests of the City. 23 24 18.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 25 contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than 26 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 27 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 28 comparable contract in the state in which the nonresident’s principal place of 29 business is located. 30 31 18.7. A contract is not awarded until formal City Council authorization. If the Contract is 32 to be awarded, City will award the Contract within 120 days after the day of the Bid 33 opening unless extended in writing. No other act of City or others will constitute 34 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 35 the City. 36 37 18.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 38 39 18.9. Contractor is required to fill out the Certificate of Interested Parties Form 1295 and 40 the form must be submitted to the City Project Manager before the contract will be 41 presented to the City Council. The form can be obtained at 42 https://www.ethics.state.tx.us/tec/1295-Info.htm. 43 44 45 00 21 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 19. Signing of Agreement 1 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 2 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 3 Contractor shall sign and deliver the required number of counterparts of the Agreement to 4 City with the required Bonds, Certificates of Insurance, and all other required documentation. 5 City shall thereafter deliver one fully signed counterpart to Contractor. 6 7 END OF SECTION 8 00 35 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 35 13 1 CONFLICT OF INTEREST AFFIDAVIT 2 3 4 5 6 7 8 00 35 13 - 2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 CONFLICT OF INTEREST QUESTIONNAIRE - FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a- 1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entity. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information in this section is being disclosed. Name of Officer This section, (item 3 including subparts A, B, C & D), must be completed for each officer with whom the vendor has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the vendor? Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of one percent or more? Yes No D. Describe each employment or business and family relationship with the local government officer named in this section. 00 35 13 - 3 CONFLICT OF INTEREST AFFIDAVIT Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 END OF SECTION 1 00 41 00 - 1 BID FORM Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 41 00 1 BID FORM 2 TO: Laura Hermosillo 3 c/o: Purchasing Division 4 901-B Texas Street 5 Denton, Texas 76209 6 7 FOR: NORTH-SOUTH PHASE III 42-INCH WATER TRANSMISSION MAIN 8 9 1 Enter Into Agreement 10 11 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement 12 with City in the form included in the Bidding Documents to perform and furnish all Work as 13 specified or indicated in the Contract Documents for the Bid Price and within the Contract Time 14 indicated in this Bid and in accordance with the other terms and conditions of the Contract 15 Documents. 16 17 2 BIDDER Acknowledgements and Certification 18 19 2.1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION 20 TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those 21 dealing with the disposition of Bid Bond. 22 2.2 Bidder is aware of all costs to provide the required insurance, will do so pending contract 23 award, and will provide a valid insurance certificate meeting all requirements within 14 24 days of notification of award. 25 2.3 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any 26 undisclosed individual or entity and is not submitted in conformity with any collusive 27 agreement or rules of any group, association, organization, or corporation. 28 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false 29 or sham Bid. 30 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 31 2.6 Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing 32 for the Contract. For the purposes of this Paragraph: 33 a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing 34 of value likely to influence the action of a public official in the bidding process. 35 36 b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to 37 influence the bidding process to the detriment of City (b) to establish Bid prices 38 at artificial non-competitive levels, or (c) to deprive City of the benefits of free 39 and open competition. 40 41 c. "collusive practice" means a scheme or arrangement between two or more 42 Bidders, with or without the knowledge of City, a purpose of which is to 43 establish Bid prices at artificial, non-competitive levels. 44 45 d. "coercive practice" means harming or threatening to harm, directly or indirectly, 46 persons or their property to influence their participation in the bidding process or 47 affect the execution of the Contract. 48 49 00 41 00 - 2 BID FORM Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 2.7 The Bidder acknowledges and agrees to comply with the requirements of City Ethics 1 Ordinance No. 18-757. 2 3 3 Time of Completion 4 5 3.1 The Work will be complete for Final Acceptance within 270 days after the date when the 6 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 7 3.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of 8 failure to complete the Work {and/or achievement of Milestones} within the times 9 specified in the Agreement. 10 11 4 Attached to this Bid 12 13 The following documents are attached to and made a part of this Bid: 14 a. This Bid Form 15 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of 16 Paragraph 5.01 of the General Conditions. 17 c. Proposal Form Section 18 d. Vendor Compliance to State Law Non-Resident Bidder, Section 00 43 37 19 e. Conflict of Interest Affidavit, Section 00 35 13 20 f. Proposed Subcontractors Form, Section 00 43 36 21 g. Bidders Minimum Qualification Statement, Section 00 45 13 22 h. Corporate Resolution of Authorized Signatories, Section 00 45 43 23 i. Any additional documents that may be required by the Instructions to Bidders 24 25 5 Total Bid Amount 26 27 5.1 Bidder will complete the Work in accordance with the Contract Documents for the 28 following bid amount. In the space provided below, please enter the total bid amount for 29 this project. Only this figure will be read publicly by the City at the bid opening. 30 5.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount 31 entered below is subject to verification and/or modification by multiplying the unit bid 32 prices for each pay item by the respective estimated quantities shown in this proposal and 33 then totaling all of the extended amounts. 34 5.3 Evaluation of Alternate Bid Items 35 36 Base Bid Amount: $____________________________ 37 38 Alternate Bid Amount (A or B): $____________________________ 39 40 Total Bid Amount: $____________________________ 41 42 43 00 41 00 - 3 BID FORM Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 6 Bid Submittal 1 2 This Bid is submitted on _____________________________, 20___ by the entity named below. 3 4 5 Respectfully submitted, 6 7 By: ______________________________ 8 (Signature) 9 10 _________________________________ 11 (Printed Name) 12 13 Title: _____________________________ 14 15 Company: _________________________ 16 17 Address: __________________________ 18 ___________________________ 19 State of Incorporation: _______________ 20 Email: ____________________________ 21 Phone: ____________________________ 22 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: To:From:CONTRACTOR NAME ADDRESS CITY CONTACT PROJ.:North-South Phase 3 - 42" Water Transmission Main PHONE IFB:7200 EMAIL ENG PMO:180006 SECTION 00 42 43 Item No.Spec. Section No.Description of work UOM BID QTY Unit Price Extended Price 1 COD NCTCOG AM ITEM 203.3 Mobilization LS 1 ‐$                    $                                ‐    2 COD NCTCOG AM ITEM 203.3 General Site Preparation LS 1 ‐$                    ‐$                              3 13 47 13 Corrosion Protection LS 1 ‐$                    ‐$                              4 COD NCTCOG AM ITEM 201 SWPPP Plan and Implementation LS 1 ‐$                    ‐$                              5 COD NCTCOG AM ITEM 201 Traffic Control Plan and Implemenation LS 1 ‐$                    ‐$                              6 2 Portable Changeable Message Sign DAY 270 ‐$                    ‐$                              7 COD NCTCOG AM ITEM 501.14 6'' C900 DR‐14 PVC Water Line LF 21 ‐$                    ‐$                              8COD NCTCOG AM ITEM 501.14 12'' C900 DR‐14 PVC Water Line LF 618 ‐$                    ‐$                              9COD NCTCOG AM ITEM 503.3 60”x3/4” Thick Steel Casing By Bore LF 237 ‐$                    ‐$                              10 COD NCTCOG AM ITEM 503.3 60''x3/4'' Thick Steel Casing By Open Cut LF 145 ‐$                    ‐$                              11 COD NCTCOG AM 107.19.3 Excavation Protection (Trench Safety) LF 3,988 ‐$                    ‐$                              12 8" Blowoff Valve Assembly EA 1 ‐$                    ‐$                              13 COD NCTCOG AM ITEM 502.3 Fire Hydrant Assembly EA 3 ‐$                    ‐$                              14 Connect to Existing Fire Hydrant Assembly EA 1 ‐$                    ‐$                              15 33 12 16.23 6'' Gate Valve and Box EA 1 ‐$                    ‐$                              16 33 12 16.23 12'' Gate Valve and Box EA 1 ‐$                    ‐$                              17 33 12 16.26 42'' Butterfly Valve Assembly EA 3 ‐$                    ‐$                              18 COD NCTCOG AM ITEM 502.6.3 2'' Type 1 CAV Assembly EA 1 ‐$                    ‐$                              19 COD NCTCOG AM ITEM 502.6.3 4'' Type 2 CAV Assembly EA 2 ‐$                    ‐$                              20 Connect to Existing 16'' Water Line EA 2 ‐$                    ‐$                              21 Connect to Existing 12'' Water Line EA 2 ‐$                    ‐$                              22 Connect to Existing 42'' Water Line EA 2 ‐$                    ‐$                              23 COD NCTCOG AM ITEM 502.10.3A Reconnect Water Meter (long) EA 2 ‐$                    ‐$                              24 COD NCTCOG AM ITEM 502.10.3A Reconnect Water Meter (short) EA 3 ‐$                    ‐$                              25 Remove exisitng 16" and 20" Water Line LF 1,475 ‐$                    ‐$                              26 Asphalt Pavement Repair (11' width) LF 2,928 ‐$                    ‐$                              27 Sidewalk Replacement SY 13 ‐$                    ‐$                              28 Curb Replacement LF 1,601 ‐$                    ‐$                              $0.00 1A 33 11 13.13 & 09 97 16 42 Inch Water Line (Poly Coated Steel) LF 4,225 ‐$                    ‐$                              $0.00 1B 33 05 01.05 42 Inch Water Line (Bar‐Wrapped) LF 4,225 ‐$                    ‐$                              $0.00 TOTAL BASE BID PLUS CHOSEN ALTERNATE BID:$0.00                                                 5% CONTENGENCY: $0.00 North-South Phase 3 - 42" Water Transmission Main $0.00 TOTAL BASE BID: Alternate A Bid: Poly-Coated Steel Pipe City of Denton - Capital Projects 901-B Texas Street Denton, TX 76209 Laura Hermosillo/Purchasing Dept. BIDDERS APPLICATION - UNIT PRICE BID TOTAL ALT. "A" BID: TOTAL ALT. "B" BID: Alternate B Bid: Bar-Wrapped Pipe TOTAL PROJECT BID: CONTRACTOR NAME 00 43 13 - 1 BID BOND Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 43 13 1 BID BOND 2 3 KNOW ALL BY THESE PRESENTS: 4 That we, (Bidder Name)___________________________________________________, 5 known as “Principal” herein, and (Surety Name)_____________________________________, a 6 corporate surety duly authorized to do business in the State of Texas, known as “Surety” herein, 7 are held and firmly bound unto the City of Denton, a municipal corporation created pursuant to 8 the laws of Texas, known as “City” herein, in the penal sum of five percent (5%) of Bidder’s 9 maximum bid price, in lawful money of the United States, to be paid in Denton, Denton County, 10 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 11 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 12 WHEREAS, the Principal has submitted a proposal to perform work for the following 13 project designated as 14 North-South Phase III 42-Inch Water Transmission Line from I35 to Scripture Street. 15 NOW, THEREFORE, the condition of this obligation is such that if the City shall award the 16 Contract for the foregoing project to the Principal, and the Principal shall satisfy all 17 requirements and conditions required for the execution of the Contract and shall enter into the 18 Contract in writing with the City in accordance with the terms of such same, then this obligation 19 shall be and become null and void. If, however, the Principal fails to execute such Contract in 20 accordance with the terms of same or fails to satisfy all requirements and conditions required 21 for the execution of the Contract, this bond shall become the property of the City, without 22 recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to 23 compensate City for the difference between Principal’s total bid amount and the next selected 24 bidder’s total bid amount. 25 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 26 Denton County, Texas or the United States District Court for the Eastern District of Texas, 27 Sherman Division. 28 29 00 43 13 - 2 BID BOND Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 1 instrument by duly authorized agents and officers on this the _______ day of 2 ____________________, 20___. 3 4 5 By: ___________________________________________________________________________ 6 (Principal Name) 7 8 ______________________________________________________________________________ 9 (Signature and Title of Principal) 10 11 *By: __________________________________________________________________________ 12 (Surety Name) 13 14 ______________________________________________________________________________ 15 (Signature of Attorney-in-Fact) 16 17 *Attach Power of Attorney (Surety) for Attorney-in-Fact 18 END OF SECTION 19 Impressed Surety Seal 00 43 36 - 1 PROPOSED SUBCONTRACTORS FORM Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 43 36 1 PROPOSED SUBCONTRACTORS FORM 2 3 Each Bidder for a City procurement is required to complete the information below by identifying 4 the proposed subcontractors whom they intend to utilize and the approximate percentage of 5 the overall contract that will be allocated to each entity. Bidder is reminded that a minimum of 6 35% of the Contract must be performed by Bidder’s company. 7 8 Company Name Type of Work to be Performed Overall Contract Percentage (%) General Contractor: Subcontractors: 9 10 The undersigned hereby certifies that the subcontractors described in the table above 11 will be utilized for this project at the approximate percentage levels indicated above. 12 13 BIDDER: 14 15 00 43 36 - 2 PROPOSED SUBCONTRACTORS FORM Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 _____________________________________ By: ___________________________________ 1 Company (Please Print) 2 3 _____________________________________ Signature: ______________________________ 4 Address 5 6 _____________________________________ Title: __________________________________ 7 City/State/Zip (Please Print) 8 9 Date: __________________________________ 10 11 END OF SECTION 12 00 43 37 - 1 VENDOR COMPLIANCE TO STATE LAW Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 43 37 1 VENDOR COMPLIANCE TO STATE LAW NON- RESIDENT BIDDER 2 3 Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident 4 bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident 5 bidders (out-of-state contractors whose corporate offices or principal place of business are 6 outside the State of Texas) bid projects for construction, improvements, supplies or services in 7 Texas at an amount lower than the lowest Texas resident bidder by the same amount that a 8 Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a 9 comparable contract in the State which the nonresident’s principal place of business is located. 10 The appropriate blanks in Section A must be filled out by all nonresident bidders in order for 11 your bid to meet specifications. The failure of nonresident bidders to do so will automatically 12 disqualify that bidder. Resident bidders must check the box in Section B. 13 A. Nonresident bidders in the State of ______________________, our principal place of 14 business, are required to be ________________ percent lower than resident bidders by 15 State Law. A copy of the statute is attached. 16 Nonresident bidders in the State of _____________________, our principal place of 17 business, are not required to underbid resident bidders. 18 B. The principal place of business of our company or our parent company or majority owner is 19 in the State of Texas. 20 21 BIDDER: 22 23 _____________________________________ By: ___________________________________ 24 Company (Please Print) 25 26 _____________________________________ Signature: ______________________________ 27 Address 28 29 _____________________________________ Title: __________________________________ 30 City/State/Zip (Please Print) 31 32 00 43 37 - 2 VENDOR COMPLIANCE TO STATE LAW Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 Date: __________________________________ 1 2 END OF SECTION 3 00 45 13 - 1 BIDDER'S MINIMUM QUALIFICATION STATEMENT Page 1 of 6 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 45 13 1 BIDDER'S MINIMUM QUALIFICATION STATEMENT 2 3 List three (3) Government references, other than the City of Denton, who can verify the quality of service 4 your company provides. The City prefers customers of similar size and scope of work to this solicitation. 5 6 REFERENCE ONE 7 GOVERNMENT/COMPANY NAME: 8 LOCATION: 9 CONTACT PERSON AND TITLE: 10 TELEPHONE NUMBER: 11 SCOPE OF WORK: 12 CONTRACT PERIOD: 13 14 REFERENCE TWO 15 GOVERNMENT/COMPANY NAME: 16 LOCATION: 17 CONTACT PERSON AND TITLE: 18 TELEPHONE NUMBER: 19 SCOPE OF WORK: 20 CONTRACT PERIOD: 21 22 REFERENCE THREE 23 GOVERNMENT/COMPANY NAME: 24 LOCATION: 25 CONTACT PERSON AND TITLE: 26 TELEPHONE NUMBER: 27 SCOPE OF WORK: 28 CONTRACT PERIOD: 29 30 31 32 33 34 00 45 13 - 2 BIDDER'S MINIMUM QUALIFICATION STATEMENT Page 2 of 6 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 PROJECT INFORMATION FORM 1 2 Detail three (3) of the most recent projects Bidder’s firm has completed providing 3 services similar to this project: 4 5 Project #1 6 Name of Project: 7 8 Project Owner Name, Address and Phone Number: 9 10 Original Contract Amount: 11 12 Final Contract Amount: 13 14 Contract Time Allotted (Calendar Days): 15 16 Start Date for Project: 17 18 Final Completion Date for Project: 19 20 Number of Days to complete (calendar days): 21 22 23 Detail the project, including size, length, and materials used. Also describe any known contractual issues, 24 successes, or potential problems and solutions encountered. 25 26 _________________________________________________________________________________________27 _________________________________________________________________________________________28 _________________________________________________________________________________________29 _________________________________________________________________________________________30 _________________________________________________________________________________________31 _________________________________________________________________________________________32 _________________________________________________________________________________________33 _________________________________________________________________________________________34 _________________________________________________________________________________________35 _________________________________________________________________________________________36 _________________________________________________________________________________________37 _________________________________________________________________________________________ 38 39 00 45 13 - 3 BIDDER'S MINIMUM QUALIFICATION STATEMENT Page 3 of 6 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 1 PROJECT INFORMATION FORM 2 3 4 5 6 Project #2 7 Name of Project: 8 9 Project Owner Name, Address and Phone Number: 10 11 Original Contract Amount: 12 13 Final Contract Amount: 14 15 Contract Time Allotted (Calendar Days): 16 17 Start Date for Project: 18 19 Final Completion Date for Project: 20 21 Number of Days to complete (calendar days): 22 23 24 Detail the project, including size, length, and materials used. Also describe any known contractual issues, 25 successes, or potential problems and solutions encountered. 26 27 _________________________________________________________________________________________28 _________________________________________________________________________________________29 _________________________________________________________________________________________30 _________________________________________________________________________________________31 _________________________________________________________________________________________32 _________________________________________________________________________________________33 _________________________________________________________________________________________34 _________________________________________________________________________________________35 _________________________________________________________________________________________36 _________________________________________________________________________________________37 _________________________________________________________________________________________38 _________________________________________________________________________________________39 _________________________________________________________________________________________40 __ 41 42 00 45 13 - 4 BIDDER'S MINIMUM QUALIFICATION STATEMENT Page 4 of 6 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 1 PROJECT INFORMATION FORM 2 3 4 5 Project #3 6 Name of Project: 7 8 Project Owner Name, Address and Phone Number: 9 10 Original Contract Amount: 11 12 Final Contract Amount: 13 14 Contract Time Allotted (Calendar Days): 15 16 Start Date for Project: 17 18 Final Completion Date for Project: 19 20 Number of Days to complete (calendar days): 21 22 23 Detail the project, including size, length, and materials used. Also describe any known contractual issues, 24 successes, or potential problems and solutions encountered. 25 26 _________________________________________________________________________________________27 _________________________________________________________________________________________28 _________________________________________________________________________________________29 _________________________________________________________________________________________30 _________________________________________________________________________________________31 _________________________________________________________________________________________32 _________________________________________________________________________________________33 _________________________________________________________________________________________34 _________________________________________________________________________________________35 _________________________________________________________________________________________36 _________________________________________________________________________________________37 _________________________________________________________________________________________38 _________________________________________________________________________________________39 __ 40 41 00 45 13 - 5 BIDDER'S MINIMUM QUALIFICATION STATEMENT Page 5 of 6 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 SAFETY RECORD QUESTIONNAIRE 1 2 The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local 3 Government Code, and consider the safety records of potential contractors prior to award of City 4 contracts. Pursuant to Section 252.0435 of the Local Government Code, the City of Denton has 5 adopted the following written definition and criteria for accurately determining the safety record 6 of a respondent prior to awarding City contracts. 7 8 The definition and criteria for determining the safety record of a respondent for this consideration 9 shall be: 10 11 The City of Denton shall consider the safety record of the respondent in determining the 12 responsibility thereof. The City may consider any incidence involving worker safety or 13 safety of the citizens of the City of Denton, be it related or caused by environmental, 14 mechanical, operational, supervision or any other cause or factor. Specifically, the City 15 may consider, among other things: 16 A. Complaints to, or final orders entered by, the Occupational Safety and Health 17 Review Commission (OSHRC), against the respondent for violations of OSHA 18 regulations within the past three (3) years. 19 B. Citations (as defined below) from an Environmental Protection Agency (as 20 defined below) for violations within the past five (5) years. Environmental 21 Protection Agencies include, but are not necessarily limited to, the U.S. Army 22 Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the 23 Environmental Protection Agency (EPA), the Texas Commission on 24 Environmental Quality (TCEQ), the Texas Natural Resource Conservation 25 Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of 26 Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Structural 27 Pest Control Board (SPCB), agencies of local governments responsible for 28 enforcing environmental protection or worker safety related laws or regulations, 29 and similar regulatory agencies of other states of the United States. Citations 30 include notices of violation, notices of enforcement, suspension/revocations of 31 state or federal licenses or registrations, fines assessed, pending criminal 32 complaints, indictments, or convictions, administrative orders, draft orders, final 33 orders, and judicial final judgments. 34 C. Convictions of a criminal offense within the past ten (10) years, which resulted in 35 bodily harm or death. 36 D. Any other safety related matter deemed by the City Council to be material in 37 determining the responsibility of the respondent and his or her ability to perform 38 the services or goods required by the solicitation documents in a safe 39 environment, both for the workers and other employees of respondent and the 40 citizens of the City of Denton. 41 42 In order to obtain proper information from respondents so that City of Denton may consider the 43 safety records of potential contractors prior to awarding bids on City contracts, City of Denton 44 requires that respondents answer the following three (3) questions and submit them with their 45 submissions: 46 47 48 00 45 13 - 6 BIDDER'S MINIMUM QUALIFICATION STATEMENT Page 6 of 6 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Engineering Project No. 180006 Revised September 20, 2018 QUESTION ONE 1 2 Has the respondent, or the firm, corporation, partnership, or institution represented by the 3 respondent, or anyone acting for such firm, corporation, partnership or institution, received 4 citations for violations of OSHA within the past three (3) years? 5 6 YES NO 7 8 If the respondent has indicated YES for question number one above, the respondent must provide 9 to City of Denton, with its submission, the following information with respect to each such 10 citation: 11 12 Date of offense, location of establishment inspected, category of offense, final disposition of 13 offense, if any, and penalty assessed. 14 15 QUESTION TWO 16 17 Has the respondent, or the firm, corporation, partnership, or institution represented by the 18 respondent, or anyone acting for such firm, corporation, partnership or institution, received 19 citations for violations of environmental protection laws or regulations, of any kind or type, 20 within the past five years? Citations include notice of violation, notice of enforcement, 21 suspension/revocations of state or federal licenses, or registrations, fines assessed, pending 22 criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, 23 and judicial final judgments. 24 25 YES NO 26 27 If the respondent has indicated YES for question number two above, the respondent must provide 28 to City of Denton, with its submission, the following information with respect to each such 29 conviction: 30 31 Date of offense or occurrence, location where offense occurred, type of offense, final disposition 32 of offense, if any, and penalty assessed. 33 34 QUESTION THREE 35 36 Has the respondent, or the firm, corporation, partnership, or institution represented by respondent, 37 or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, 38 within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or 39 death? 40 41 YES NO 42 43 If the respondent has indicated YES for question number three above, the respondent must 44 provide to City of Denton, with its submission, the following information with respect to each 45 such conviction: 46 Date of offense, location where offense occurred, type of offense, final disposition of offense, if 47 any, and penalty assessed. 48 END OF SECTION 49 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 45 26 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 2 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker’s compensation insurance coverage for all of its employees employed on North-5 South Phase III 42-Inch Water Transmission Line from I35 to Scripture Street. Contractor further 6 certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to 7 City its subcontractor’s certificates of compliance with worker’s compensation coverage. 8 9 CONTRACTOR: 10 11 _____________________________________ By: ___________________________________ 12 Company (Please Print) 13 14 _____________________________________ Signature: ______________________________ 15 Address 16 17 _____________________________________ Title: __________________________________ 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF DENTON § 24 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 ___________________________________, known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the 28 same as the act and deed of ____________________________________ for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____________day of 32 _______________________, 20__. 33 00 45 26 - 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 2 __________________________________ 3 Notary Public in and for the State of Texas 4 5 END OF SECTION 6 7 00 45 43 - 1 CORPORATE RESOLUTION AUTHORIZING SIGNATORIES Page 1 of 1 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 45 43 1 CORPORATE RESOLUTION AUTHORIZING SIGNATORIES 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION 23 00 52 43 - 1 Agreement Page 1 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 52 43 1 AGREEMENT 2 THIS AGREEMENT, authorized on ______________is made by and between the City of Denton, a 3 Texas home rule municipality, acting by and through its duly authorized City Manager, (“City”), 4 and ________________________, authorized to do business in __________, acting by and 5 through its duly authorized representative, (“Contractor”). 6 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 7 follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part 13 is generally described as follows: 14 Description of Project: North-South Phase III 42-Inch Water Transmission Main from IH-35E To 15 Scripture Street 16 Contract No: IFB# 7200/Engineer Project Number DTN12314/Engineering Project No. 180006 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of ______________________________Dollars 20 ($X,XXX,XXX.00). 21 Note: Use of contingency will be subject to written authorization by the City's Project 22 Manager and Program Manager. 23 Article 4. CONTRACT TIME 24 4.1 Final Acceptance. 25 The Work will be complete for Final Acceptance within 360 days after the date when the 26 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 27 plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 28 00 52 43 - 2 Agreement Page 2 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 4.2 Liquidated Damages 1 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 2 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 3 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 4 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 5 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 6 instead of requiring any such proof, Contractor agrees that as liquidated damages for 7 delay (but not as a penalty), Contractor shall pay City Three Thousand Dollars ($3,000.00) 8 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance 9 until the City issues the Final Letter of Acceptance. 10 Article 5. CONTRACT DOCUMENTS 11 5.1 CONTENTS: 12 A. The Contract Documents which comprise the entire agreement between City and 13 Contractor concerning the Work consist of the following: 14 1. This Agreement. 15 2. Attachments to this Agreement: 16 a. Bid Form 17 1) Proposal Form 18 2) Vendor Compliance to State Law Non-Resident Bidder 19 3) State and Federal documents (project specific) 20 b. Current Prevailing Wage Rate Table 21 c. Insurance ACORD Form(s) 22 d. Worker’s Compensation Affidavit 23 e. Form 1295 – Certificate of Interested Parties 24 f. General Conditions. 25 g. Supplementary Conditions. 26 3. The following located in File 6901 at: 27 https://lfpubweb.cityofdenton.com/MaterialsManagement/Browse.aspx?startid=28 19&row=1&dbid=0: 29 00 52 43 - 3 Agreement Page 3 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 a. Specifications described in the Table of Contents of the Project’s Contract 1 Documents. 2 b. North Central Texas Council of Governments Standard Specifications for Public 3 Works Construction – Fourth Edition, Divisions 200-800, and as amended by City, 4 and described in the Table of Contents of the Project’s Contract Documents. 5 c. Drawings. 6 d. Addenda. 7 e. Documentation submitted by Contractor prior to Notice of Award. 8 4. The following which shall be issued after the Effective Date and delivered to the City 9 within ten (10) days of the Effective Date and before beginning Work: 10 a. Payment Bond 11 b. Performance Bond 12 c. Maintenance Bond 13 d. Power of Attorney for the Bonds 14 5. The following which may be delivered or issued after the Effective Date and, if 15 issued, become an incorporated part of the Contract Documents: 16 a. Notice to Proceed. 17 b. Field Orders. 18 c. Change Orders. 19 d. Letter of Final Acceptance. 20 21 22 00 52 43 - 4 Agreement Page 4 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Article 6. INDEMNIFICATION 1 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 2 expense, the city, its officers, servants and employees, from and against any and all claims 3 arising out of, or alleged to arise out of, the work and services to be performed by the 4 contractor, its officers, agents, employees, subcontractors, licensees or invitees under this 5 contract. This indemnification provision is specifically intended to operate and be 6 effective even if it is alleged or proven that all or some of the damages being sought were 7 caused, in whole or in part, by any act, omission or negligence of the city. This indemnity 8 provision is intended to include, without limitation, indemnity for any and all costs, 9 expenses and legal fees incurred by the city in defending against such claims and causes 10 of actions. 11 12 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the 13 city, its officers, servants and employees, from and against any and all loss of, damage to, 14 or destruction of, property of the city, arising out of, or alleged to arise out of, the work 15 and services to be performed by the contractor, its officers, agents, employees, 16 subcontractors, licensees or invitees under this contract. This indemnification provision 17 is specifically intended to operate and be effective even if it is alleged or proven that all 18 or some of the damages being sought were caused, in whole or in part, by any act, 19 omission or negligence of the city. 20 21 Article 7. MISCELLANEOUS 22 7.1 Terms. 23 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 24 have the meanings indicated in the General Conditions. 25 7.2 Assignment of Contract. 26 This Agreement, including all of the Contract Documents may not be assigned by the 27 Contractor without the advanced express written consent of the City. 28 7.3 Successors and Assigns. 29 City and Contractor each binds itself, its partners, successors, assigns and legal 30 representatives to the other party hereto, in respect to all covenants, agreements and 31 obligations contained in the Contract Documents. 32 00 52 43 - 5 Agreement Page 5 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 7.4 Severability. 1 Any provision or part of the Contract Documents held to be unconstitutional, void or 2 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 3 remaining provisions shall continue to be valid and binding upon City and Contractor. 4 7.5 Governing Law and Venue. 5 This Agreement, including all of the Contract Documents is performable in the State of 6 Texas. Venue shall be Denton County, Texas, or the United States District Court for the 7 Eastern District of Texas, Sherman Division. 8 7.6 Authority to Sign. 9 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 10 than the duly authorized signatory of the Contractor. 11 12 7.7 Prohibition On Contracts With Companies Boycotting Israel. 13 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 14 Code, the City is prohibited from entering into a contract with a company for goods or 15 services unless the contract contains a written verification from the company that it: (1) 16 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 17 The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms 18 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 19 certifies that Contractor’s signature provides written verification to the City that 20 Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of 21 the contract. 22 23 7.8 Immigration Nationality Act. 24 Contractor shall verify the identity and employment eligibility of its employees who perform 25 work under this Agreement, including completing the Employment Eligibility Verification 26 Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms 27 and supporting eligibility documentation for each employee who performs work under this 28 Agreement. Contractor shall adhere to all Federal and State laws as well as establish 29 appropriate procedures and controls so that no services will be performed by any 30 Contractor employee who is not legally eligible to perform such services. CONTRACTOR 31 00 52 43 - 6 Agreement Page 6 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, 1 OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S 2 EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 3 Contractor, shall have the right to immediately terminate this Agreement for violations of 4 this provision by Contractor. 5 6 7.9 No Third-Party Beneficiaries. 7 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 8 and there are no third-party beneficiaries. 9 10 11 00 52 43 - 7 Agreement Page 7 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 7.10 No Cause of Action Against Engineer. 1 Contractor, its subcontractors and equipment and materials suppliers on the Project or their 2 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 3 subcontractors, for any claim arising out of, in connection with, or resulting from the 4 engineering services performed. Only the City will be the beneficiary of any undertaking by 5 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 6 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 7 in any way responsible for those duties that belong to the City and/or the City's Contractors 8 or other entities, and do not relieve the Contractors or any other entity of their obligations, 9 duties, and responsibilities, including, but not limited to, all construction methods, means, 10 techniques, sequences, and procedures necessary for coordinating and completing all 11 portions of the construction work in accordance with the Contract Documents and any 12 health or safety precautions required by such construction work. The Engineer and its 13 personnel have no authority to exercise any control over any construction contractor or 14 other entity or their employees in connection with their work or any health or safety 15 precautions. 16 17 SIGNATURE PAGE TO FOLLOW 18 19 00 52 43 - 8 Agreement Page 8 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as 1 of the date subscribed by the City’s designated City Manager (“Effective Date”). 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST: ROSA RIOS 37 CITY SECRETARY 38 39 40 ____________________________________41 ___ 42 43 44 APPROVED AS TO LEGAL FORM: 45 AARON LEAL, CITY ATTORNEY 46 47 ____________________________________48 ___ 49 00 52 43 - 9 Agreement Page 9 of 9 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 CITY OF DENTON BY: ___________________________________ CITY MANAGER CONTRACTOR BY: ___________________________________ AUTHORIZED AGENT ____________________________________ ___ NAME ____________________________________ ___ TITLE ____________________________________ ___ PHONE NUMBER ____________________________________ ___ EMAIL ADDRESS THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. _______________ ________________ SIGNATURE PRINTED NAME __________________________________ TITLE __________________________________ DEPARTMENT 00 61 13 - 1 PERFORMANCE BOND Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 61 13 1 PERFORMANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF DENTON § 6 7 That we, _____________________________________________________, known as 8 “Principal” herein and ____________________________________________, a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 “Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a 11 municipal corporation created pursuant to the laws of Texas, known as “City” herein, in the 12 penal sum of, ___________________________________________ Dollars 13 ($_______________________), lawful money of the United States, to be paid in Denton, Denton 14 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our 15 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the _____ day of ________________, 20___, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment labor and other accessories defined by law, in the prosecution of the Work, including 21 any Change Orders, as provided for in said Contract designated as North-South Phase III 42-Inch 22 Water Transmission Main from IH-35E To Scripture Street 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 24 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 25 perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 00 61 13 - 2 PERFORMANCE BOND Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 extension of the Contract that may be granted on the part of the City, then this obligation shall 1 be and become null and void, otherwise to remain in full force and effect. 2 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 3 Denton County, Texas or the United States District Court for the Eastern District of Texas, 4 Sherman Division. 5 This bond is made and executed in compliance with the provisions of Chapter 2253 of 6 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 7 accordance with the provisions of said statue. 8 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 9 instrument by duly authorized agents and officers on this the day of 10 , 20 . 11 PRINCIPAL: 12 13 ____________________________________ 14 15 ____________________________________ 16 17 BY: 18 ________________________________ 19 Signature 20 ATTEST: 21 22 ______________________________ 23 ____________________________________ 24 (Principal) Secretary Name and Title 25 26 00 61 13 - 3 PERFORMANCE BOND Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Address: 1 ____________________________ 2 3 ____________________________ 4 5 ____________________________ 6 _____________________________ 7 Witness as to Principal 8 SURETY: 9 10 ____________________________________ 11 12 ____________________________________ 13 14 BY: 15 ________________________________ 16 Signature 17 18 19 ____________________________________ 20 Name and Title 21 22 Address: 23 ____________________________ 24 25 ____________________________ 26 27 ____________________________ 28 _____________________________ 29 00 61 13 - 4 PERFORMANCE BOND Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Witness as to Surety Telephone Number: 1 ___________________ 2 3 4 5 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 6 from the by-laws showing that this person has authority to sign such obligation. If 7 Surety’s physical address is different from its mailing address, both must be provided. 8 The date of the bond shall not be prior to the date the Contract is awarded. 9 10 00 61 14 - 1 PAYMENT BOND Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 61 14 1 PAYMENT BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF DENTON § 6 That we, _____________________________________________________, known as 7 “Principal” herein, and _________________________________________________________, a 8 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 9 “Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a 10 municipal corporation created pursuant to the laws of the State of Texas, known as “City” 11 herein, in the penal sum of___________________________________________ Dollars 12 ($_______________________), lawful money of the United States, to be paid in Denton, Denton 13 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our 14 heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 15 presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 _____ day of ______________________, 20_____, which Contract is hereby referred to and 18 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 19 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 20 provided for in said Contract and designated as North-South Phase III 42-Inch Water 21 Transmission Main from IH-35E To Scripture Street. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 23 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 24 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 25 then this obligation shall be and become null and void; otherwise to remain in full force and 26 effect. 27 00 61 14 - 2 PAYMENT BOND Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 This bond is made and executed in compliance with the provisions of Chapter 2253 of 1 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 2 accordance with the provisions of said statute. 3 4 00 61 14 - 3 PAYMENT BOND Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 1 instrument by duly authorized agents and officers on this the _________ day of 2 ___________________, 20_____. 3 4 PRINCIPAL: _________________________________ _________________________________ ATTEST: BY: _____________________________ Signature ___________________________________ _____________________________ (Principal) Secretary Name and Title Address: _________________________ _________________________ ___________________________________ _________________________ Witness as to Principal SURETY: _________________________________ _________________________________ ATTEST: BY: _____________________________ Signature 00 61 14 - 4 PAYMENT BOND Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 __________________________________ _____________________________ (Surety) Secretary Name and Title Address: _________________________ _________________________ __________________________________ _________________________ Witness as to Surety Telephone Number: ________________ 1 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 2 bylaws showing that this person has authority to sign such obligation. If Surety’s physical 3 address is different from its mailing address, both must be provided. 4 5 THE DATE OF THE BOND SHALL NOT BE PRIOR 6 TO THE DATE THE CONTRACT IS AWARDED. 7 END OF SECTION 8 9 00 61 19 - 1 MAINTENANCE BOND Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 61 19 1 MAINTENANCE BOND 2 3 THE STATE OF TEXAS § 4 § KNOW ALL BY THESE PRESENTS: 5 COUNTY OF TARRANT § 6 7 That we_____________________________________________________, known as 8 “Principal” herein and ____________________________________________, a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 “Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as “City” 12 herein, in the sum of_________________________________________ Dollars 13 ($_______________________), lawful money of the United States, to be paid in Denton, Denton 14 County, Texas, for payment of which sum well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the_____ day of , 20 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the “Work”) as provided for in said contract and designated as North-South Phase III 42-Inch 24 Water Transmission Main from IH-35E To Scripture Street and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 00 61 19 - 2 MAINTENANCE BOND Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 remain free from defects in materials or workmanship for and during the period of two (2) years 1 after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 2 3 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 4 receiving notice from the City of the need therefor at any time within the Maintenance Period. 5 6 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy 7 any defective Work, for which timely notice was provided by City, to a completion satisfactory 8 to the City, then this obligation shall become null and void; otherwise to remain in full force and 9 effect. 10 11 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 12 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 13 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 14 and the Surety under this Maintenance bond; and 15 16 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 17 Denton County, Texas or the United States District Court for the Eastern District of Texas, 18 Sherman Division; and 19 20 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 21 recoveries may be had hereon for successive breaches. 22 23 24 25 00 61 19 - 3 MAINTENANCE BOND Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 1 instrument by duly authorized agents and officers on this the day of 2 , 20 __. 3 4 PRINCIPAL: 5 6 ____________________________________ 7 8 ____________________________________ 9 10 BY: 11 ________________________________ 12 Signature 13 ATTEST: 14 15 ______________________________ 16 ____________________________________ 17 (Principal) Secretary Name and Title 18 19 Address: 20 ____________________________ 21 22 ____________________________ 23 24 ____________________________ 25 _____________________________ 26 Witness as to Principal 27 SURETY: 28 00 61 19 - 4 MAINTENANCE BOND Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 ____________________________________ 2 3 ____________________________________ 4 5 BY: 6 ________________________________ 7 Signature 8 9 10 ____________________________________ 11 ATTEST: Name and Title 12 13 _____________________________ Address: 14 ____________________________ 15 (Surety) Secretary 16 ____________________________ 17 18 ____________________________ 19 _____________________________ 20 Witness as to Surety Telephone Number: 21 ___________________ 22 23 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 24 from the by-laws showing that this person has authority to sign such obligation. If 25 Surety’s physical address is different from its mailing address, both must be provided. 26 The date of the bond shall not be prior to the date the Contract is awarded. 27 28 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION 23 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Terms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 7 2.04 Before Starting Construction ........................................................................................................ 7 2.05 Preconstruction Conference.......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 2.08 Electronic Submittals.................................................................................................................... 8 Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents ................................................................................................................... 10 3.06 Electronic Data............................................................................................................................ 11 Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points........................................................................................................... 11 4.01 Availability of Lands .................................................................................................................. 11 4.02 Subsurface and Physical Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physical Conditions ............................................................................. 12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Hazardous Environmental Condition at Site .............................................................................. 14 Article 5 – Bonds and Insurance ..................................................................................................................... 15 5.01 Licensed Sureties and Insurers ................................................................................................... 15 5.02 Performance, Payment, and Maintenance Bonds....................................................................... 15 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bonds and Insurance; Option to Replace........................................................... 19 Article 6 – Contractor’s Responsibilities ........................................................................................................ 19 6.01 Supervision and Superintendence............................................................................................... 19 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 6.02 Labor; Working Hours ................................................................................................................ 19 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 20 6.05 Substitutes and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 23 6.07 Wage Rates.................................................................................................................................. 24 6.08 Patent Fees and Royalties ........................................................................................................... 25 6.09 Permits and Utilities.................................................................................................................... 26 6.10 Laws and Regulations ................................................................................................................. 26 6.11 Taxes ........................................................................................................................................... 27 6.12 Use of Site and Other Areas ....................................................................................................... 27 6.13 Record Documents...................................................................................................................... 28 6.14 Safety and Protection .................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 29 6.16 Hazard Communication Programs ............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals.................................................................................................................................... 30 6.19 Continuing the Work................................................................................................................... 31 6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32 6.21 Indemnification ......................................................................................................................... 32 6.22 Delegation of Professional Design Services .............................................................................. 33 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination....................................................................................................................... 34 Article 7 – Other Work at the Site................................................................................................................... 34 7.01 Related Work at Site ................................................................................................................... 34 7.02 Coordination................................................................................................................................ 35 Article 8 – City’s Responsibilities................................................................................................................... 35 8.01 Communications to Contractor................................................................................................... 35 8.02 Furnish Data ................................................................................................................................ 35 8.03 Pay When Due ............................................................................................................................ 35 8.04 Lands and Easements; Reports and Tests................................................................................... 36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on City’s Responsibilities ....................................................................................... 36 8.08 Undisclosed Hazardous Environmental Condition .................................................................... 36 8.09 Compliance with Safety Program............................................................................................... 36 Article 9 – City’s Observation Status During Construction ........................................................................... 36 9.01 City’s Project Manager ……...................................................................................................... 36 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 37 9.04 Rejecting Defective Work .......................................................................................................... 37 9.05 Determinations for Work Performed .......................................................................................... 37 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 38 10.03 Execution of Change Orders....................................................................................................... 38 10.04 Extra Work .................................................................................................................................. 38 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 39 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 40 11.01 Cost of the Work ......................................................................................................................... 40 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Price Work .......................................................................................................................... 43 11.04 Plans Quantity Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price; Change of Contract Time................................................................. 45 12.01 Change of Contract Price ............................................................................................................ 45 12.02 Change of Contract Time............................................................................................................ 46 12.03 Delays .......................................................................................................................................... 47 Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 47 13.01 Notice of Defects ........................................................................................................................ 47 13.02 Access to Work ........................................................................................................................... 47 13.03 Tests and Inspections .................................................................................................................. 47 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work ............................................................................................................. 49 13.06 Correction or Removal of Defective Work ................................................................................ 49 13.07 Correction Period ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work ............................................................................................. 51 Article 14 – Payments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Contractor’s Warranty of Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ 54 14.05 Final Inspection ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 55 14.08 Final Completion Delayed and Partial Retainage Release ........................................................ 56 14.09 Waiver of Claims ........................................................................................................................ 56 Article 15 – Suspension of Work and Termination ........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause ................................................................................................... 57 15.03 City May Terminate For Convenience ....................................................................................... 59 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Article 16 – Dispute Resolution ...................................................................................................................... 61 16.01 Methods and Procedures ............................................................................................................. 61 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notice .............................................................................................................................. 62 17.02 Computation of Times ................................................................................................................ 62 17.03 Cumulative Remedies ................................................................................................................. 62 17.04 Survival of Obligations ............................................................................................................... 63 17.05 Headings...................................................................................................................................... 63 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award – Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 12. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City— The City of Denton is a Texas home-rule municipal corporation acting by its City Council through its City Manager or his designee. 14. City Attorney – The officially appointed City Attorney of the City of Denton, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Denton, Texas. 16. City Manager – The officially appointed and authorized City Manager of the City of Denton, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor—The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 24. Damage Claims – A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 26. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 27. 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 on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 28. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 29. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or quantities; or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 30. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 31. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 32. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 33. General Requirements—Sections of Division 1 of the Contract Documents. 34. Hazardous Environmental Condition — The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 35. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 36. Incidental – Work items that the Contractor is not paid for directly, but costs for which are included under the various bid items of the Project. 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 37. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 38. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 39. Major Item – An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 40. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 41. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 42. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 43. PCBs—Polychlorinated biphenyls. 44. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 45. Plans – See definition of Drawings. 46. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 47. Project—The Work to be performed under the Contract Documents. 48. Project Manager —The authorized representative of the City who will be assigned to the Project. 49. Project Manual – The documentary information prepared for bidding and furnishing the Work. A listing of the contents of the Project Manual is contained in its Table of Contents. 50. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 51. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 52. Regular Working Hours – Excluding legal holidays, regular working hours shall be Monday thru Friday between 6:00 a.m. and 8:30 p.m. from June 1 to September 30 and between 7:00 a.m. and 8:30 p.m. from October 1 to May 31. 53. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 54. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 55. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor’s Applications for Payment. 56. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 57. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 58. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 59. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 60. Subsidiary – See definition of Incidental. 61. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 62. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 63. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 64. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 65. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 66. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 67. Weekend Working Hours – Hours between 8:00 a.m. and 8:30 p.m., Saturday, and between 1:00 p.m. and 8:30 p.m. Sunday or legal holiday, as approved in advance by the City. 68. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 69. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 8 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 C. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. D. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and three (3) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. 2.08 Electronic Submittals A. Except as otherwise stated elsewhere in the Contract, the City and Contractor may transmit, and shall accept, Project-related correspondence, text, data, documents, drawings, information, and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format. B. When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient’s use of software application packages, operating systems, or computer hardware differing from those used in the drafting or transmittal of the items, or from those established in applicable transmittal protocols. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 relatively narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in conformity with,” “as shown,” or “as specified” are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading “Related Sections include but are not necessarily limited to:” and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Drawings shall govern over Specifications, and Supplementary Conditions shall govern over General Conditions and Specifications. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City’s written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technical data” contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such “technical data” is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City’s own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 – BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. The bonds must be dated on, or after, the date of the Contract. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance A. Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, or self-funding, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon the scope of the Work, changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 5.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, liability under an insured contract, and explosion/collapse/underground (where those exposures exist). Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent Superintendent, who is proficient in English, and who shall not be replaced without written notice to City. If at any time the Superintendent is not satisfactory to the City, Contractor shall, if requested by City, replace the Superintendent with another satisfactory to City. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours, request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours, request must be made by noon of the preceding Wednesday 3. for legal holidays, request must be made by noon seven Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work, whether or not such items are specifically called for in the Contract Documents. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of sufficient quality to complete the Work and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and 4) it is not objectionable to the City. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 6.05.A.1, it may be submitted as a 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. E. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. F. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Denton to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits 5. Texas Department of Licensing and Regulation (TDLR) Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller’s Rulings applicable to Texas Tax Code, Subchapter H. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with all applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed, closed, or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Construction equipment, spoil materials, supplies, forms, buildings, labs, or equipment and supply storage buildings, or any other item that may be transported by flood flows, shall not be stored within existing federal floodways during the course of the Work. 4. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 5. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25% of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work, Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and embedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City resources or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit in accordance with the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data, to demonstrate to City the services, materials, and equipment Contractor proposes to provide, and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 6.20 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 6.23 Right to Audit A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City’s sole discretion, grounds for termination thereof. Each of the terms “books”, “records”, “documents” and “other evidence”, as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 8.04 Lands and Easements; Reports and Tests City’s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager or Duly Authorized Representative City will provide a Project Manager or duly authorized representative during the construction period. The duties and responsibilities and the limitations of authority of City’s Project Manager or duly appointed representative during construction are set forth in the Contract Documents. City’s Project Manager for this Contract is as set forth in the Supplementary Conditions. City will establish a duly authorized representative at the Preconstruction Meeting in accordance with Section 01 31 19. 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 9.02 Visits to Site A. City will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s visits and observations are subject to all the limitations on authority and responsibility set forth in Paragraph 8.07. Particularly, but without limitation, during or as a result of City’s visits or observations of Contractor’s Work, City will not supervise, direct, control, or have authority over or be responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Authorized Variations in Work City’s Project Manager or duly authorized representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City’s Project Manager or duly authorized representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager or duly authorized representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City’s written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall proceed with the Work involved only upon receiving written notice from City. Extra Work will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Dispute of Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 5. Each Contract Claim shall be accompanied by Contractor’s written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant’s last submittal (unless Contract allows additional time). C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. F. If the City fails to take any action pursuant to Paragraph 10.06 (C) the contract Claim is considered to have been denied by the City. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. 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; 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 a. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers’ compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be 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. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 d. 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. e. Losses 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 of the Work, provided such losses and damages 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 City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety 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 branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor’s fee. 2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the 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 making good any damage to property. 5. Other overhead or general expense costs of any kind. 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: 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 performed for such sums and by such persons or entities as may be acceptable to City. B. Cash Allowances: 1. Contractor agrees that: a. the cash 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 b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 11.04 Plans Quantity Measurement for Unclassified Excavation or Embankment A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additional fee 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: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees for Contractor’s own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) 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 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City 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 percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an extension of the Contract Time directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City’s evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, 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, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment using the template provided by the City, filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City’s interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Application for Payment will be based on City’s observations of the executed Work, and on City’s review of the Application for Payment and the accompanying data and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For all contracts, retainage shall be five percent (5%). D. Liquidated Damages: For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Claims have been made against City on account of Contractor’s performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; c. there are other items entitling City to a set-off against the amount recommended; or d. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 14.03 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. City will promptly schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. City reserves the right to deny request for Final Inspection if City determines that the entire Work is not sufficiently complete to warrant a Final Inspection. 14.06 Final Acceptance Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City’s acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor’s final Application for Payment, 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 to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 limitation, may justify termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04. 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authority of City; or 4. Contractor’s violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor’s services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: 1. elects in writing to invoke any other dispute resolution process provided for in the 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 3. delivered by electronic means to or from the Project Manager. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 73 00 1 SUPPLEMENTARY CONDITIONS 2 TO 3 GENERAL CONDITIONS 4 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 10 of the General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 15 meaning assigned to them in the General Conditions, unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 20 other Contract Documents. 21 22 SC-4.01A 23 24 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 25 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 26 Contract Drawings. 27 28 SC-4.01A.1., “Availability of Lands” 29 30 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 31 October 17, 2019: 32 33 Outstanding Right-Of-Way, and/or Easements to Be Acquired 34 PARCEL NUMBER OWNER TARGET DATE OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 35 and do not bind the City. 36 37 If Contractor considers the final easements provided to differ materially from the representations on the 38 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 39 notify City in writing associated with the differing easement line locations. 40 41 SC-4.01A.2, “Availability of Lands” 42 43 Utilities or obstructions to be removed, adjusted, and/or relocated 44 45 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 46 as of October 17, 2019 47 00 73 00 - 2 SUPPLEMENTARY CONDITIONS Page 2 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT See Plans The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 2 and do not bind the City. 3 4 SC-4.02A., “Subsurface and Physical Conditions” 5 6 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 7 8 A Geotechnical Engineering Report: Bonnie Brae Street Report No. _N/A__, dated __June 29, 2011____, 9 prepared by Landtec Engineers, a sub-consultant of Graham Associates, Inc, a consultant of the City, 10 providing additional information on Geotechinal Engineering 11 12 A City of Denton – N-S Phase II Soil Corrosivity Report Report No. _N/A__, dated __June 29, 2011____, 13 prepared by V&A Consulting Engineers, a sub-consultant of Freese and Nichols, Inc, a consultant of the 14 City, providing additional information on Soil Corrosivity. 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 18 See Plans titled North-South Phase III 42-Inch Water Transmission Main from IH-35E To Scripture 19 Street. 20 21 SC-4.06A., “Hazardous Environmental Conditions at Site” 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 (1) None 25 26 SC-5.03A., “Certificates of Insurance” 27 28 The entities listed below are "additional insureds as their interest may appear" including their respective 29 officers, directors, agents and employees. 30 31 (1) City 32 (2) Consultant: Freese and Nichols Inc. 33 (3) Other: None 34 35 SC-5.04A., “Contractor’s Insurance” 36 37 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 41 42 Statutory limits 43 Employer's liability 44 $100,000 each accident/occurrence 45 $100,000 Disease - each employee 46 $500,000 Disease - policy limit 47 48 SC-5.04B., “Contractor’s Insurance” 49 00 73 00 - 3 SUPPLEMENTARY CONDITIONS Page 3 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 2 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C., “Contractor’s Insurance” 15 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under 16 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 19 defined as autos owned, hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person / 25 $500,000 Bodily Injury per accident / 26 $100,000 Property Damage 27 28 SC-5.04D., “Contractor’s Insurance” 29 30 The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and 31 material deliveries to cross railroad properties and tracks, or perform work within 25 feet of the center line 32 of tracks owned and operated by Kansas City Southern Railway Co. 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 36 or other property. Such operations on railroad properties may require that Contractor to execute a “Right of 37 Entry Agreement” with the particular railroad company or companies involved, and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate 40 to the Contractor’s use of private and/or construction access roads crossing said railroad company’s 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 45 Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, 46 occupy, or touch railroad property: 47 48 (1) General Aggregate: $6,000,000.00 49 50 (2) Each Occurrence: $2,000,000.00 51 52 X Required for this Contract Not required for this Contract 53 54 With respect to the above outlined insurance requirements, the following shall govern: 55 00 73 00 - 4 SUPPLEMENTARY CONDITIONS Page 4 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required, each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 11 railroad company’s right-of-way at a location entirely separate from the grade separation or at-12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-16 way, all such other work may be covered in a single policy for that railroad, even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company’s property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named, as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor’s beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.09., “Permits and Utilities” 31 32 SC-6.09A., “Contractor obtained permits and licenses” 33 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 34 1. Street Cut Permit with the City of Denton 35 36 SC-6.09B. “City obtained permits and licenses” 37 The following are known permits and/or licenses required by the Contract to be acquired by the City: 38 2. None 39 40 SC-6.09C. “Outstanding permits and licenses” 41 42 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of October 17, 43 2019 44 45 Outstanding Permits and/or Licenses to Be Acquired 46 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 47 48 SC-7.02., “Coordination” 49 50 00 73 00 - 5 SUPPLEMENTARY CONDITIONS Page 5 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 The individuals or entities listed below have contracts with the City for the performance of other work at 1 the Site: 2 3 Vendor Scope of Work Coordination Authority Ragle Inc. Bonnie Brae Phase 1 Street Construction Project City Thalle North- South Project Phase 2 City 4 5 SC-8.01, “Communications to Contractor” 6 7 TxDOT 8 University of North Texas 9 Kansas City Southern Railway 10 See Plans 11 12 SC-9.01., “City’s Project Manager” 13 14 The City’s Project Manager for this Contract is Jim Jenks, or his/her successor pursuant to written 15 notification from the City Engineer. 16 17 SC-13.03C., “Tests and Inspections” 18 19 None 20 21 SC-16.01C.1, “Methods and Procedures” 22 23 None 24 25 26 END OF SECTION 00 73 73 - 1 FORM 1295 - CERTIFICATE OF INTERESTED PARTIES Page 1 of 1 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 00 73 73 1 FORM 1295 - CERTIFICATE OF INTERESTED PARTIES 2 3 4 5 Contractor: Replace this page with Form 1295 for this Contract, which can be obtained at 6 www.ethics.state.tx.us 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 DIVISION 01 GENERAL REQUIREMENTS 01 11 00 1 SUMMARY OF WORK Page 1 of 1 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 11 00 1 SUMMARY OF WORK 2 3 Installation of approximately 4,250 linear feet of 42-inch water line and approximately 600 linear 4 of 12-inch water line. 5 Project limits begin on the north side of the Bonnie Brae Rd and Interstate 35 East intersection. 6 The limits continue north along Bonnie Brae and stops approximately 180 feet south of the 7 Bonnie Brae Rd and Panhandle St intersection. The 42” water line connect to two 42” water lines. 8 The northern section is in place. The southern section is currently under construction. 9 END OF SECTION 10 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 25 00 1 SUBSTITUTION PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for requesting the approval of substitution of a product that is not 6 equivalent to a product which is specified by descriptive or performance criteria or 7 defined by reference to 1 or more of the following: 8 a. Name of manufacturer 9 b. Name of vendor 10 c. Trade name 11 d. Catalog number 12 2. Substitutions are not "or-equals". 13 B. Deviations from this City of Denton Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 – General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered incidental to the various items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Request for Substitution - General 25 1. Within 30 days after award of Contract (unless noted otherwise), the City will 26 consider formal requests from Contractor for substitution of products in place of 27 those specified. 28 2. Certain types of equipment and kinds of material are described in Specifications by 29 means of references to names of manufacturers and vendors, trade names, or 30 catalog numbers. 31 a. When this method of specifying is used, it is not intended to exclude from 32 consideration other products bearing other manufacturer's or vendor's names, 33 trade names, or catalog numbers, provided said products are "or-equals," as 34 determined by City. 35 3. Other types of equipment and kinds of material may be acceptable substitutions 36 under the following conditions: 37 a. Or-equals are unavailable due to strike, discontinued production of products 38 meeting specified requirements, or other factors beyond control of Contractor; 39 or, 40 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 b. Contractor proposes a cost and/or time reduction incentive to the City. 1 1.5 SUBMITTALS 2 A. See Request for Substitution Form (attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 2. Submit one PDF copy via email to the Project Manager and their duly appointed 8 representative, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. 47 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 4. No additional contract time will be given for substitution. 1 5. Substitution will be rejected if: 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the City’s opinion, acceptance will require substantial revision of the original 5 design 6 d. In the City’s opinion, substitution will not perform adequately the function 7 consistent with the design intent 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE 12 A. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which 16 it is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work, to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 EXHIBIT A 1 REQUEST FOR SUBSTITUTION FORM: 2 3 TO: 4 PROJECT: DATE: 5 We hereby submit for your consideration the following product instead of the specified item for 6 the above project: 7 SECTION PARAGRAPH SPECIFIED ITEM 8 9 10 Proposed Substitution: 11 Reason for Substitution: 12 Include complete information on changes to Drawings and/or Specifications which proposed 13 substitution will require for its proper installation. 14 15 Fill in Blanks Below: 16 A. Will the undersigned contractor pay for changes to the building design, including engineering 17 and detailing costs caused by the requested substitution? 18 19 20 B. What effect does substitution have on other trades? 21 22 23 C. Differences between proposed substitution and specified item? 24 25 26 D. Differences in product cost or product delivery time? 27 28 29 E. Manufacturer's guarantees of the proposed and specified items are: 30 31 Equal Better (explain on attachment) 32 The undersigned states that the function, appearance and quality are equivalent or superior to the 33 specified item. 34 Submitted By: For Use by City 35 36 Signature Recommended Recommended 37 as noted 38 39 Firm Not recommended Received late 40 Address By 41 Date 42 Date Remarks 43 Telephone 44 45 For Use by City: 46 47 Approved Rejected 48 City Date 49 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 31 19 1 PRECONSTRUCTION MEETING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6 clarify construction contract administration procedures 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered incidental to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Coordination 19 1. Attend preconstruction meeting. 20 2. Representatives of Contractor, subcontractors and suppliers attending meetings 21 shall be qualified and authorized to act on behalf of the entity each represents. 22 3. Meeting administered by City may be tape recorded. 23 a. If recorded, tapes will be used to prepare minutes and retained by City for 24 future reference. 25 4. Project Manager will establish their duly authorized representative(s) authorized to 26 make decisions as identified in the Contract Documents. 27 B. Preconstruction Meeting 28 1. A preconstruction meeting will be held within 14 days after the execution of the 29 Agreement and before Work is started. 30 a. The meeting will be scheduled and administered by the City. 31 2. The Project Manager will preside at the meeting, prepare the notes of the meeting 32 and distribute copies of same to all participants who so request by fully completing 33 the attendance form to be circulated at the beginning of the meeting. 34 3. Attendance shall include: 35 a. Project Manager 36 b. Project Manager’s duly authorized representative (if any) 37 c. Contractor's project manager 38 d. Contractor's superintendent 39 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 e. Any subcontractor or supplier representatives whom the Contractor may desire 1 to invite or the City may request 2 f. Other City representatives 3 g. Others as appropriate 4 4. Construction Schedule 5 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 6 provide at Preconstruction Meeting. 7 b. City will notify Contractor of any schedule changes upon Notice of 8 Preconstruction Meeting. 9 5. Preliminary Agenda may include: 10 a. Introduction of Project Personnel 11 b. General Description of Project 12 c. Status of right-of-way, utility clearances, easements or other pertinent permits 13 d. Contractor’s work plan and schedule 14 e. Contract Time 15 f. Notice to Proceed 16 g. Construction Staking 17 h. Progress Payments 18 i. Extra Work and Change Order Procedures 19 j. Field Orders 20 k. Disposal Site Letter for Waste Material 21 l. Insurance Renewals 22 m. Payroll Certification 23 n. Material Certifications and Quality Control Testing 24 o. Public Safety and Convenience 25 p. Documentation of Pre-Construction Conditions 26 q. Weekend Work Notification 27 r. Legal Holidays 28 s. Trench Safety Plans 29 t. Confined Space Entry Standards 30 u. Coordination with the City’s representative for operations of existing water 31 systems 32 v. Storm Water Pollution Prevention Plan 33 w. Coordination with other Contractors 34 x. Early Warning System 35 y. Contractor Evaluation 36 z. Special Conditions applicable to the project 37 aa. Damages Claims 38 bb. Submittal Procedures 39 cc. Substitution Procedures 40 dd. Correspondence Routing 41 ee. Record Drawings 42 ff. Temporary construction facilities 43 gg. Final Acceptance 44 hh. Final Payment 45 ii. Communications Plan 46 jj. Questions or Comments 47 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 31 20 1 PROJECT MEETINGS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provisions for project meetings throughout the construction period to enable orderly 6 review of the progress of the Work and to provide for systematic discussion of 7 potential problems 8 B. Deviations this City of Denton Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered incidental to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Schedule, attend and administer as specified, periodic progress meetings, and 21 specially called meetings throughout progress of the Work. 22 2. Representatives of Contractor, subcontractors and suppliers attending meetings 23 shall be qualified and authorized to act on behalf of the entity each represents. 24 3. Meetings administered by City may be recorded. 25 4. Meetings, in addition to those specified in this Section, may be held when requested 26 by the City, Engineer or Contractor. 27 B. Progress Meetings 28 1. Formal project coordination meetings will be held as often as deemed necessary. 29 Meetings will be scheduled and administered by Project Manager. 30 a. Additional meetings may be held at the request of the : 31 1) City 32 2) Engineer 33 3) Contractor 34 2. Additional progress meetings to discuss specific topics will be conducted on an as-35 needed basis. Such additional meetings shall include, but not be limited to: 36 a. Coordinating shutdowns 37 b. Installation of piping and equipment 38 c. Coordination between other construction projects 39 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 d. Resolution of construction issues 1 e. Equipment approval 2 3. The Project Manager will preside at progress meetings, prepare the notes of the 3 meeting and distribute copies of the same to all participants who so request by fully 4 completing the attendance form to be circulated at the beginning of each meeting. 5 4. Attendance shall include: 6 a. Contractor's project manager 7 b. Contractor's superintendent 8 c. Any subcontractor or supplier representatives whom the Contractor may desire 9 to invite or the City may request 10 d. Engineer's representatives 11 e. City’s representatives 12 f. Others, as requested by the Project Manager 13 5. Preliminary Agenda may include: 14 a. Review of Work progress since previous meeting 15 b. Field observations, problems, conflicts 16 c. Items which impede construction schedule 17 d. Review of off-site fabrication, delivery schedules 18 e. Review of construction interfacing and sequencing requirements with other 19 construction contracts 20 f. Corrective measures and procedures to regain projected schedule 21 g. Revisions to construction schedule 22 h. Progress, schedule, during succeeding Work period 23 i. Coordination of schedules 24 j. Review submittal schedules 25 k. Maintenance of quality standards 26 l. Pending changes and substitutions 27 m. Review proposed changes for: 28 1) Effect on construction schedule and on completion date 29 2) Effect on other contracts of the Project 30 n. Review Record Documents 31 o. Review monthly pay request 32 p. Review status of Requests for Information 33 6. Meeting Location 34 a. The City will establish a meeting location. 35 1) To the extent practicable, meetings will be held at the Site. 36 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.5 SUBMITTALS [NOT USED] 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 32 16 1 CONSTRUCTION PROGRESS SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Construction Progress Schedule 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered incidental to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES 17 A. Definitions 18 1. Baseline Schedule - Initial schedule submitted before work begins that will serve 19 as the baseline for measuring progress and departures from the schedule. 20 2. Progress Schedule - Monthly submittal of a progress schedule documenting 21 progress on the project and any changes anticipated. 22 3. Schedule Narrative - Concise narrative of the schedule including schedule 23 changes, expected delays, key schedule issues, critical path items, etc 24 B. Reference Standards 25 1. None 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Baseline Schedule 28 1. General 29 a. Prepare a baseline Schedule using approved software and the Critical Path 30 Method (CPM). 31 b. Review the draft baseline Schedule with the City to demonstrate understanding 32 of the work to be performed and known issues and constraints related to the 33 schedule. 34 c. Designate an authorized representative (Project Scheduler) responsible for 35 developing and updating the schedule and preparing reports. 36 B. Progress Schedule 37 1. Update the progress Schedule monthly. 38 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 1 3. Change Orders 2 a. Incorporate approved change orders, resulting in a change of contract time, in 3 the baseline Schedule. 4 C. Responsibility for Schedule Compliance 5 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 6 Report that delays to the critical path have resulted and the Contract completion 7 date will not be met, or when so directed by the City, make some or all of the 8 following actions at no additional cost to the City 9 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 10 outlining: 11 1) A written statement of the steps intended to take to remove or arrest the 12 delay to the critical path in the approved schedule 13 2) Increase construction manpower in such quantities and crafts as will 14 substantially eliminate the backlog of work and return current Schedule to 15 meet projected baseline completion dates 16 3) Increase the number of working hours per shift, shifts per day, working 17 days per week, the amount of construction equipment, or any combination 18 of the foregoing, sufficiently to substantially eliminate the backlog of work 19 4) Reschedule activities to achieve maximum practical concurrency of 20 accomplishment of activities, and comply with the revised schedule 21 2. If no written statement of the steps intended to take is submitted when so requested 22 by the City, the City may direct the Contractor to increase the level of effort in 23 manpower (trades), equipment and work schedule (overtime, weekend and holiday 24 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 25 to the critical path in the approved schedule. 26 a. No additional cost for such work will be considered. 27 D. The Contract completion time will be adjusted only for causes specified in this 28 Contract. 29 a. Requests for an extension of any Contract completion date must be 30 supplemented with the following: 31 1) Furnish justification and supporting evidence as the City may deem 32 necessary to determine whether the requested extension of time is entitled 33 under the provisions of this Contract. 34 a) The City will, after receipt of such justification and supporting 35 evidence, make findings of fact and will advise the Contractor, in 36 writing thereof. 37 2) If the City finds that the requested extension of time is entitled, the City's 38 determination as to the total number of days allowed for the extensions 39 shall be based upon the approved total baseline schedule and on all data 40 relevant to the extension. 41 a) Such data shall be included in the next updating of the Progress 42 schedule. 43 b) Actual delays in activities which, according to the Baseline schedule, 44 do not affect any Contract completion date shown by the critical path in 45 the network will not be the basis for a change therein. 46 2. Submit each request for change in Contract completion date to the City within 30 47 days after the beginning of the delay for which a time extension is requested but 48 before the date of final payment under this Contract. 49 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 a. No time extension will be granted for requests which are not submitted within 1 the foregoing time limit. 2 b. From time to time, it may be necessary for the Contract schedule or completion 3 time to be adjusted by the City to reflect the effects of job conditions, weather, 4 technical difficulties, strikes, unavoidable delays on the part of the City or its 5 representatives, and other unforeseeable conditions which may indicate 6 schedule adjustments or completion time extensions. 7 1) Under such conditions, the City will direct the Contractor to reschedule the 8 work or Contract completion time to reflect the changed conditions and the 9 Contractor shall revise his schedule accordingly. 10 a) No additional compensation will be made to the Contractor for such 11 schedule changes except for unavoidable overall contract time 12 extensions beyond the actual completion of unaffected work, in which 13 case the Contractor shall take all possible action to minimize any time 14 extension and any additional cost to the City. 15 b) Available float time in the Baseline schedule may be used by the City 16 as well as by the Contractor. 17 3. Float or slack time is defined as the amount of time between the earliest start date 18 and the latest start date or between the earliest finish date and the latest finish date 19 of a chain of activities on the Baseline Schedule. 20 a. Float or slack time is not for the exclusive use or benefit of either the 21 Contractor or the City. 22 b. Proceed with work according to early start dates, and the City shall have the 23 right to reserve and apportion float time according to the needs of the project. 24 c. Acknowledge and agree that actual delays, affecting paths of activities 25 containing float time, will not have any effect upon contract completion times, 26 providing that the actual delay does not exceed the float time associated with 27 those activities. 28 E. Coordinating Schedule with Other Contract Schedules 29 1. Where work is to be performed under this Contract concurrently with or contingent 30 upon work performed on the same facilities or area under other contracts, the 31 Baseline Schedule shall be coordinated with the schedules of the other contracts. 32 a. Obtain the schedules of the other appropriate contracts from the City for the 33 preparation and updating of Baseline schedule and make the required changes 34 in his schedule when indicated by changes in corresponding schedules. 35 2. In case of interference between the operations of different contractors, the City will 36 determine the work priority of each contractor and the sequence of work necessary 37 to expedite the completion of the entire Project. 38 a. In such cases, the decision of the City shall be accepted as final. 39 b. The temporary delay of any work due to such circumstances shall not be 40 considered as justification for claims for additional compensation. 41 1.5 SUBMITTALS 42 A. Baseline Schedule 43 1. Submit Schedule in native file format and pdf format. 44 a. Native file format shall be: 45 1) Microsoft Project 46 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 47 bring in hard copy to the meeting for review and discussion. 48 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 B. Progress Schedule 1 1. Submit progress Schedule in native file format and pdf format. 2 2. Submit progress Schedule monthly no later than the 25th day of the month. 3 C. Schedule Narrative 4 1. Submit the schedule narrative in pdf format. 5 2. Submit schedule narrative monthly no later than the 25th day of the month. 6 D. Submittal Process 7 1. 8 2. Contractor shall submit one (1) hard copy of documents to the Project Manager’s 9 duly appointed representative. 10 3. Contractor shall submit documents via email to the Project Manager and their duly 11 appointed representative. 12 4. Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules are required. 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. The person preparing and revising the construction Progress Schedule shall be 19 experienced in the preparation of schedules of similar complexity. 20 B. Schedule and supporting documents addressed in this Specification shall be prepared, 21 updated and revised to accurately reflect the performance of the construction. 22 C. Contractor is responsible for the quality of all submittals in this section meeting the 23 standard of care for the construction industry for similar projects. 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 32 33 1 PRECONSTRUCTION VIDEO 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Administrative and procedural requirements for: 6 a. Preconstruction Videos 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered incidental to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Preconstruction Video 19 1. Produce a preconstruction video of the site/alignment, including all areas in the 20 vicinity of and to be affected by construction. 21 a. Provide digital copy of video upon request by the City. 22 2. Retain a copy of the preconstruction video until the end of the maintenance surety 23 period. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS [NOT USED] 33 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 PART 3 - EXECUTION [NOT USED] 1 END OF SECTION 2 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 01 33 00 - 1 SUBMITTALS Page 1 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 33 00 1 SUBMITTALS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General methods and requirements of submissions applicable to the following 6 Work-related submittals: 7 a. Shop Drawings 8 b. Product Data (including Project Material Submittal Checklist submittals) 9 c. Samples 10 d. Mock Ups 11 B. Deviations from this City of Denton Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered incidental to the various items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Coordination 23 1. Notify the City in writing, at the time of submittal, of any deviations in the 24 submittals from the requirements of the Contract Documents. 25 01 33 00 - 2 SUBMITTALS Page 2 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 2. Coordination of Submittal Times 1 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 2 performing the related Work or other applicable activities, or within the time 3 specified in the individual Work Sections, of the Specifications. 4 b. Contractor is responsible such that the installation will not be delayed by 5 processing times including, but not limited to: 6 a) Disapproval and resubmittal (if required) 7 b) Coordination with other submittals 8 c) Testing 9 d) Purchasing 10 e) Fabrication 11 f) Delivery 12 g) Similar sequenced activities 13 c. No extension of time will be authorized because of the Contractor's failure to 14 transmit submittals sufficiently in advance of the Work. 15 d. Make submittals promptly in accordance with approved schedule, and in such 16 sequence as to cause no delay in the Work or in the work of any other 17 contractor. 18 B. Submittal Numbering 19 1. When submitting shop drawings or samples, utilize a submittal cross-reference 20 identification numbering system in the following manner: 21 a. Use the applicable Specification Section Number. 22 b. For the next 2 digits number use numbers 01-99 to sequentially number each 23 initial separate item or drawing submitted under each specific Section 24 number. 25 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 26 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 27 submittal number would be as follows: 28 29 303-02-B 30 31 01 33 00 - 3 SUBMITTALS Page 3 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1) 303 is the Specification Section for Portland Cement Concrete Pavement 1 2) 02 is the second initial submittal under this Specification Section 2 3) B is the third submission (second resubmission) of that particular shop 3 drawing 4 C. Contractor Certification 5 1. Review shop drawings, product data and samples, including those by 6 subcontractors, prior to submission to determine and verify the following: 7 a. Field measurements 8 b. Field construction criteria 9 c. Catalog numbers and similar data 10 d. Conformance with the Contract Documents 11 2. Provide each shop drawing, sample and product data submitted by the Contractor 12 with a Certification Statement affixed including: 13 a. The Contractor's Company name 14 b. Signature of submittal reviewer 15 c. Certification Statement 16 1) “By this submittal, I hereby represent that I have determined and verified 17 field measurements, field construction criteria, materials, dimensions, 18 catalog numbers and similar data and I have checked and coordinated 19 each item with other applicable approved shop drawings." 20 D. Submittal Format 21 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 22 2. Bind shop drawings and product data sheets together. 23 3. Order 24 a. Cover Sheet 25 1) Description of Packet 26 2) Contractor Certification 27 b. List of items / Table of Contents 28 01 33 00 - 4 SUBMITTALS Page 4 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 c. Product Data /Shop Drawings/Samples /Calculations 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 5 4. The names of: 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. Identification of the product, with the Specification Section number, page and 10 paragraph(s) 11 6. Field dimensions, clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes, but is not necessarily limited to: 19 a. Custom-prepared data such as fabrication and erection/installation (working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 01 33 00 - 5 SUBMITTALS Page 5 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 g. Coordination drawings 1 h. Individual system or equipment inspection and test reports including: 2 1) Performance curves and certifications 3 i. As applicable to the Work 4 2. Details 5 a. Relation of the various parts to the main members and lines of the structure 6 b. Where correct fabrication of the Work depends upon field measurements 7 1) Provide such measurements and note on the drawings prior to submitting 8 for approval. 9 G. Product Data 10 1. For submittals of product data for products included on the City’s Product Material 11 Submittal Checklist, highlight each item selected for use on the Project. 12 2. For submittals of product data for products not included on the City’s Product 13 Material Submittal Checklist, submittal data may include, but is not necessarily 14 limited to: 15 a. Standard prepared data for manufactured products (sometimes referred to as 16 catalog data) 17 1) Such as the manufacturer's product specification and installation 18 instructions 19 2) Availability of colors and patterns 20 3) Manufacturer's printed statements of compliances and applicability 21 4) Roughing-in diagrams and templates 22 5) Catalog cuts 23 6) Product photographs 24 7) Standard wiring diagrams 25 8) Printed performance curves and operational-range diagrams 26 9) Production or quality control inspection and test reports and certifications 27 10) Mill reports 28 01 33 00 - 6 SUBMITTALS Page 6 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 11) Product operating and maintenance instructions and recommended 1 spare-parts listing and printed product warranties 2 12) As applicable to the Work 3 3. Submittals of product data for products not included on the City’s Product 4 Material Submittal Checklist may be considered a Substitution in accordance with 5 Section 01 25 00. 6 4. All deviations from City’s Product Material Submittal Checklist shall require 7 approval by the Engineer of Record for the Project. 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern 14 swatches and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material 19 to be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 01 33 00 - 7 SUBMITTALS Page 7 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 a. Provide all submittals in electronic form via email to Project Manager and their 1 duly appointed representative. 2 b. Shop Drawings 3 1) Email submittal to Project Manager and their duly appointed 4 representative. 5 2) Hard Copies 6 a) Not required 7 c. Product Data 8 1) Email submittal to Project Manager and their duly appointed 9 representative. 10 2) Hard Copies 11 a) Not required 12 d. Samples 13 1) Distributed to the Project Manager 14 K. Submittal Review 15 1. The review of shop drawings, data and samples will be for general conformance 16 with the design concept and Contract Documents. This is not to be construed as: 17 a. Permitting any departure from the Contract requirements 18 b. Relieving the Contractor of responsibility for any errors, including details, 19 dimensions, and materials 20 c. Approving departures from details furnished by the City, except as otherwise 21 provided herein 22 2. The review and approval of shop drawings, samples or product data by the City 23 does not relieve the Contractor from his/her responsibility with regard to the 24 fulfillment of the terms of the Contract. 25 a. All risks of error and omission are assumed by the Contractor, and the City will 26 have no responsibility therefore. 27 3. The Contractor remains responsible for details and accuracy, for coordinating the 28 Work with all other associated work and trades, for selecting fabrication 29 processes, for techniques of assembly and for performing Work in a safe manner. 30 01 33 00 - 8 SUBMITTALS Page 8 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 4. If the shop drawings, data or samples as submitted describe variations and show a 1 departure from the Contract requirements which City finds to be in the interest of 2 the City and to be so minor as not to involve a change in Contract Price or time for 3 performance, the City may return the reviewed drawings without noting an 4 exception. 5 5. Submittals will be returned to the Contractor under 1 of the following codes: 6 a. Code 1 7 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 8 comments on the submittal. 9 a) When returned under this code the Contractor may release the 10 equipment and/or material for manufacture. 11 b. Code 2 12 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the 13 notations and comments IS NOT required by the Contractor. 14 a) The Contractor may release the equipment or material for 15 manufacture; however, all notations and comments must be 16 incorporated into the final product. 17 c. Code 3 18 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned 19 when notations and comments are extensive enough to require a 20 resubmittal of the package. 21 a) This resubmittal is to address all comments, omissions and 22 non-conforming items that were noted. 23 b) Resubmittal is to be received by the City within 15 Calendar Days of 24 the date of the City's transmittal requiring the resubmittal. 25 d. Code 4 26 1) "NOT APPROVED" is assigned when the submittal does not meet the intent 27 of the Contract Documents. 28 a) The Contractor must resubmit the entire package revised to bring the 29 submittal into conformance. 30 b) It may be necessary to resubmit using a different 31 manufacturer/vendor to meet the Contract Documents. 32 6. Resubmittals 33 01 33 00 - 9 SUBMITTALS Page 9 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 a. Handled in the same manner as first submittals 1 1) Corrections other than requested by the City 2 2) Marked with revision triangle or other similar method 3 a) At Contractor’s risk if not marked 4 b. Submittals for each item will be reviewed no more than twice at the City’s 5 expense. 6 1) All subsequent reviews will be performed at times convenient to the City 7 and at the Contractor's expense, based on the City's or City 8 Representative’s then prevailing rates. 9 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 10 all such fees invoiced by the City. 11 c. The need for more than 1 resubmission or any other delay in obtaining City's 12 review of submittals, will not entitle the Contractor to an extension of 13 Contract Time. 14 7. Partial Submittals 15 a. City reserves the right to not review submittals deemed partial, at the City’s 16 discretion. 17 b. Submittals deemed by the City to be not complete will be returned to the 18 Contractor, and will be considered "Not Approved" until resubmitted. 19 c. The City may at its option provide a list or mark the submittal directing the 20 Contractor to the areas that are incomplete. 21 8. If the Contractor considers any correction indicated on the shop drawings to 22 constitute a change to the Contract Documents, then written notice must be 23 provided thereof to the City at least 7 Calendar Days prior to release for 24 manufacture. 25 9. When the shop drawings have been completed to the satisfaction of the City, the 26 Contractor may carry out the construction in accordance therewith and no further 27 changes therein except upon written instructions from the City. 28 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 29 following receipt of submittal by the City. 30 L. Mock ups 31 01 33 00 - 10 SUBMITTALS Page 10 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1. Mock Up units as specified in individual Sections, include, but are not necessarily 1 limited to, complete units of the standard of acceptance for that type of Work to 2 be used on the Project. Remove at the completion of the Work or when directed. 3 M. Qualifications 4 1. If specifically required in other Sections of these Specifications, submit a P.E. 5 Certification for each item required. 6 N. Request for Information (RFI) 7 1. Contractor Request for additional information 8 a. Clarification or interpretation of the contract documents 9 b. When the Contractor believes there is a conflict between Contract Documents 10 c. When the Contractor believes there is a conflict between the Drawings and 11 Specifications 12 1) Identify the conflict and request clarification 13 d. When the Contractor encounters an unknown condition in the field 14 2. Use the Request for Information (RFI) form provided by the City (attached). 15 3. Numbering of RFI 16 a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and 17 increasing sequentially with each additional transmittal. 18 4. Sufficient information shall be attached to permit a written response without 19 further information. 20 5. The City will log each request and will review the request. 21 a. If review of the project information request indicates that a change to the 22 Contract Documents is required, the City will issue a Field Order or Change 23 Order, as appropriate. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 01 33 00 - 11 SUBMITTALS Page 11 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.9 QUALITY ASSURANCE [NOT USED] 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE 9 10 01 33 00 - 12 SUBMITTALS Page 12 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 REQUEST FOR INFORMATION 1 2 Project: RFI #: Engineering Project No.: Date Sent: Sender: Receiver: Copies To: 3 Subject: Request: Sender’s Proposed Answer/Solution: 4 THE PROPOSED ANSWER/SOLUTION IS, IS NOT, INCLUDED IN THE 5 CONTRACT. 6 7 01 33 00 - 13 SUBMITTALS Page 13 of 13 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Receiver’s Response: 1 Response By: Company: Date: 2 DISTRIBUTION: 3 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Excavation Protection 10 e. Air Pollution Watch Days 11 f. Use of Explosives, Drop Weight, Etc. 12 g. Water Utilities Notification 13 h. Public Notification Prior to Beginning Construction 14 i. Coordination with United States Army Corps of Engineers 15 j. Coordination within Railroad permits areas 16 k. Dust Control 17 l. Employee Parking 18 m. Coordination with North Central Texas Council of Governments Clean 19 Construction Specification 20 B. Deviations from this City of Denton Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 – General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by lump sum. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 will be paid for at the lump sum price bid for Railroad Coordination. 33 c. The price bid shall include: 34 1) Mobilization 35 2) Inspection 36 3) Safety training 37 4) Additional Insurance 38 5) Insurance Certificates 39 6) Other requirements associated with general coordination with Railroad, 40 including additional employees required to protect the right-of-way and 41 property of the Railroad from damage arising out of and/or from the 42 construction of the Project. 43 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 2. Railroad Flagmen 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. Excavation Protection (Trench Safety) 12 a. Measurement 13 1) Measured per linear foot of excavation for all trenches that require trench 14 safety in accordance with OSHA excavation safety standards (29 CFR Part 15 1926 Subpart P Safety and Health regulations for Construction) 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under “Measurement” will be paid for at the unit 19 price bid per linear foot of excavation to comply with OSHA excavation 20 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 21 limited to, all submittals, labor and equipment. 22 4. All other items 23 a. Work associated with these Items is considered incidental to the various Items 24 bid. No separate payment will be allowed for this Item. 25 1.3 REFERENCES 26 A. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification, unless a date is specifically cited. 30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 31 High Voltage Overhead Lines. 32 3. North Central Texas Council of Governments (NCTCOG) – Clean Construction 33 Specification 34 4. Occupational Health and Safety Administration (OSHA) Standards – 29 CFR Part 35 1910.146 – Permit-Required Confined Spaces 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. Coordination with the Texas Department of Transportation 38 1. When work in the right-of-way which is under the jurisdiction of the Texas 39 Department of Transportation (TxDOT): 40 a. Notify the Texas Department of Transportation prior to commencing any work 41 therein in accordance with the provisions of the permit 42 b. All work performed in the TxDOT right-of-way shall be performed in 43 compliance with and subject to approval from the Texas Department of 44 Transportation 45 B. Work near High Voltage Lines 46 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1. Regulatory Requirements 1 a. All Work near High Voltage Lines (more than 600 volts measured between 2 conductors or between a conductor and the ground) shall be in accordance with 3 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 4 2. Warning sign 5 a. Provide sign of sufficient size meeting all OSHA requirements. 6 3. Equipment operating within 10 feet of high voltage lines will require the following 7 safety features 8 a. Insulating cage-type of guard about the boom or arm 9 b. Insulator links on the lift hook connections for back hoes or dippers 10 c. Equipment must meet the safety requirements as set forth by OSHA and the 11 safety requirements of the owner of the high voltage lines 12 4. Work within 6 feet of high voltage electric lines 13 a. Notification shall be given to: 14 1) The power company (example: Denton Municipal Electric) 15 a) Maintain an accurate log of all such calls to power company and record 16 action taken in each case. 17 b. Coordination with power company 18 1) After notification coordinate with the power company to: 19 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 20 lower the lines 21 c. No personnel may work within 6 feet of a high voltage line before the above 22 requirements have been met. 23 C. Confined Space Entry Program 24 1. Provide and follow approved Confined Space Entry Program in accordance with 25 OSHA requirements. 26 2. Confined Spaces include: 27 a. Manholes 28 b. All other confined spaces in accordance with OSHA’s Permit Required for 29 Confined Spaces 30 D. Excavation Protection 31 1. Excavation protection shall be in strict compliance with OSHA excavation safety 32 standards (29 CFR Part 1926 Subpart P Safety and Health regulations for 33 Construction). 34 2. Submit three (3) copies of a site-specific trench safety plan prepared by a licensed 35 Professional Engineer in the State of Texas to the City prior to construction in 36 accordance with Section 01 33 00. 37 a. The City will not review the submittal. Receipt of submittal is confirmation 38 that the Contractor has prepared a trench safety plan as required by state and 39 federal law. 40 b. The City assumes no responsibility for trench safety and shall be held harmless 41 under the indemnification clause of the General Conditions. 42 3. Any changes in the trench excavation plan after initiation of construction will not 43 be cause for an extension of time and will require a new submittal to the City. 44 4. The Contractor accepts sole responsibility for compliance with all applicable safety 45 requirements. 46 E. Air Pollution Watch Days 47 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1. General 1 a. Observe the following guidelines relating to working on City construction sites 2 on days designated as “AIR POLLUTION WATCH DAYS”. 3 b. Typical Ozone Season 4 1) May 1 through October 31. 5 c. Critical Emission Time 6 1) 6:00 a.m. to 10:00 a.m. 7 2. Watch Days 8 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 9 with the National Weather Service, will issue the Air Pollution Watch by 3:00 10 p.m. on the afternoon prior to the WATCH day. 11 b. Requirements 12 1) Begin work after 10:00 a.m. whenever construction phasing requires the 13 use of motorized equipment for periods in excess of 1 hour. 14 2) However, the Contractor may begin work prior to 10:00 a.m. if: 15 a) Use of motorized equipment is less than 1 hour, or 16 b) If equipment is new and certified by EPA as “Low Emitting“, or 17 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 18 alternative fuels such as CNG. 19 F. TCEQ Air Permit 20 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 21 G. Use of Explosives, Drop Weight, Etc. 22 1. When Contract Documents permit on the project the following will apply: 23 a. Public Notification 24 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 25 prior to commencing. 26 2) Minimum 24-hour public notification in accordance with Section 01 31 13 27 H. Water Utilities Coordination 28 1. During the construction of this project, it may be necessary to deactivate, for a 29 period of time, existing lines. The Contractor shall be required to coordinate with 30 Water Utilities to determine the best times for deactivating and activating those 31 lines. 32 2. Coordinate any event that will require connecting to or the operation of an existing 33 City water line system with the City’s representative. 34 a. If needed, obtain a hydrant water meter from Water Utilities for use during the 35 life of named project. 36 b. In the event that a water valve on an existing live system be turned off and on 37 to accommodate the construction of the project is required, coordinate this 38 activity through the appropriate City representative. 39 1) Do not operate water line valves of existing water system. 40 a) Failure to comply will render the Contractor in violation of Texas Penal 41 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 42 will be prosecuted to the full extent of the law. 43 b) In addition, the Contractor will assume all liabilities and 44 responsibilities as a result of these actions. 45 I. Public Notification Prior to Beginning Construction 46 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1. Prior to beginning construction on any block in the project, on a block-by-block 1 basis, prepare and deliver a notice or flyer of the pending construction to the front 2 door of each residence or business that will be impacted by construction. The notice 3 shall be prepared as follows: 4 a. Post notice or flyer 7 days prior to beginning any construction activity on each 5 block in the project area. 6 1) Prepare flyer on the Contractor’s letterhead and include the following 7 information: 8 a) Name of Project 9 b) Engineering Project Number (EPN) 10 c) Scope of Project (i.e. type of construction activity) 11 d) Actual construction duration within the block 12 e) Name of the contractor’s foreman and phone number 13 f) Name of the City’s inspector and phone number 14 g) City’s after-hours phone number 15 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 16 A. 17 3) Submit schedule showing the construction start and finish time for each 18 block of the project to the inspector. 19 4) Deliver flyer to the City Inspector for review prior to distribution. 20 b. No construction will be allowed to begin on any block until the flyer is 21 delivered to all residents of the block. 22 J. Public Notification of Temporary Water Service Interruption during Construction 23 1. In the event it becomes necessary to temporarily shut down water service to 24 residents or businesses during construction, prepare and deliver a notice or flyer of 25 the pending interruption to the front door of each affected resident. 26 2. Prepared notice as follows: 27 a. The notification or flyer shall be posted 24 hours prior to the temporary 28 interruption. 29 b. Prepare flyer on the contractor’s letterhead and include the following 30 information: 31 1) Name of the project 32 2) Engineering Project Number (EPN) 33 3) Date of the interruption of service 34 4) Period the interruption will take place 35 5) Name of the contractor’s foreman and phone number 36 6) Name of the City’s inspector and phone number 37 c. A sample of the temporary water service interruption notification is attached as 38 Exhibit B. 39 d. Deliver a copy of the temporary interruption notification to the City inspector 40 for review prior to being distributed. 41 e. No interruption of water service can occur until the flyer has been delivered to 42 all affected residents and businesses. 43 f. Electronic versions of the sample flyers can be obtained from the Project 44 Construction Inspector. 45 K. Coordination with United States Army Corps of Engineers (USACE) 46 1. At locations in the Project where construction activities occur in areas where 47 USACE permits are required, meet all requirements set forth in each designated 48 permit. 49 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 L. Coordination within Railroad Permit Areas 1 1. At locations in the project where construction activities occur in areas where 2 railroad permits are required, meet all requirements set forth in each designated 3 railroad permit. This includes, but is not limited to, provisions for: 4 a. Flagmen 5 b. Inspectors 6 c. Safety training 7 d. Additional insurance 8 e. Insurance certificates 9 f. Other employees required to protect the right-of-way and property of the 10 Railroad Company from damage arising out of and/or from the construction of 11 the project. Proper utility clearance procedures shall be used in accordance 12 with the permit guidelines. 13 2. Obtain any supplemental information needed to comply with the railroad’s 14 requirements. 15 3. Railroad Flagmen 16 a. Submit receipts to City for verification of working days that railroad flagmen 17 were present on Site. 18 M. Dust Control 19 1. Use acceptable measures to control dust at the Site. 20 a. If water is used to control dust, capture and properly dispose of waste water. 21 b. If wet saw cutting is performed, capture and properly dispose of slurry. 22 N. Employee Parking 23 1. Provide parking for employees at locations approved by the City. 24 O. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 25 Construction Specification 26 1. Equipment Requirements 27 a. All construction equipment being used to perform work on the Contract shall 28 meet EPA emissions standards of Tier 3 or equivalent, or cleaner. Model Form 29 A.14. Schedule for Phase-In of Tier 1-Tier 4 Non-Road Engines is included in 30 Appendix A. Compliance may be achieved through the use of equipment 31 powered by an EPA-certified engine, through engine repowers, or through the 32 use of retrofits which have been verified by the EPA and/or California Air 33 Resources Board. A list of available retrofits is available online at EPA’s 34 website “Verified Technologies List for Clean Diesel.” 35 b. Equipment that meets one or more of the following conditions may be exempt 36 from these requirements: 37 1) Equipment powered by an engine that is less than or equal to ten (10) years 38 old. 39 2) Equipment that must be used to fulfill use or reporting requirements for a 40 grant program or other clean air initiative. Documentation of such 41 obligations must be submitted to City for verification. 42 3) Equipment that is designated as low-use equipment, which is defined as 43 any piece of construction equipment which is used for less than ten (10) 44 hours per week on a single public works contract. A Low-Use Exemption 45 Weekly Reporting Form will be required for all equipment for which this 46 exemption is claimed. 47 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 4) Equipment that is being used to address a critical or emergency public 1 works need, including, but not limited to, broken water mains or sanitary 2 sewer lines. This exemption is limited to work performed in a situation in 3 which the procurement of construction services is performed on an 4 emergency basis, as provided for by State law. 5 2. Operational Requirements 6 a. All diesel fuel used to perform work on the public works contract shall be 7 Ultra-Low Sulfur Diesel (ULSD) fuel which also complies with Texas Low 8 Emission Diesel (TxLED) program requirements. This may include TxLED- 9 compliant Biodiesel blends. 10 b. The Contractor shall limit idling of equipment to no more than five (5) 11 minutes, unless the idling is applicable to one or more of the following 12 exceptions: 13 1) is being used for emergency response purposes; 14 2) is idling as a necessary component of mechanical operation, maintenance, 15 or diagnostic purposes; or 16 3) is idling for the health or safety of the equipment operator. 17 c. To the greatest extent possible, Contractor shall stage equipment away from, 18 and minimize operation near, sensitive receptors including, but not limited to, 19 fresh air intakes, hospitals, schools, licensed day care facilities, and residences. 20 3. Reporting Requirements 21 a. On or before the day construction activity commences, the Contractor shall 22 submit to the City an inventory report containing identifying data for each piece 23 of equipment to be used on the worksite. A form for submitting such 24 information will be provided by the City. This inventory may be used by the 25 City to conduct site inspections and/or verify compliance with specification 26 elements. 27 b. If additional equipment is brought on-site after construction begins, the 28 Contractor shall provide this same inventory information to the City for the new 29 equipment on or before the day it begins work on-site. 30 c. Reports shall be provided for all equipment used on-site. 31 4. Enforcement Requirements 32 a. All construction equipment used at the Site is subject to inspection by the City 33 at random. Contractor is responsible for ensuring that all subcontractors meet 34 the requirements of this specification. 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 01 33 00. 37 B. All submittals shall be approved by the City prior to delivery. 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Construction Notice Flyer 40 B. Notice of Temporary Water Service Interruption 41 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE 11 01 35 13 - 9 SPECIAL PROJECT PROCEDURES Page 9 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 EPN No.: 8 Project Name: 9 Limits of Construction: 10 11 12 13 14 15 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF 16 DENTON, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 17 PROPERTY. 18 19 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 20 OF THIS NOTICE. 21 22 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 23 ISSUE, PLEASE CALL: 24 25 26 <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 27 28 OR 29 30 <CITY INSPECTOR> AT < TELEPHONE NO.> 31 32 33 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 34 35 01 35 13 - 10 SPECIAL PROJECT PROCEDURES Page 10 of 10 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 EXHIBIT B 1 2 Date: 3 4 EPN No.: 5 6 Project Name:_____________________ 7 8 9 NOTICE OF 10 TEMPORARY WATER SERVICE 11 INTERRUPTION 12 13 14 Due to utility improvements in your neighborhood, your water service will be 15 interrupted on ___________________________________________________ 16 between the hours of __________________ and _______________________. 17 18 19 IF YOU HAVE QUESTIONS ABOUT THIS DISRUPTION, PLEASE CALL: 20 21 22 <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 23 24 OR 25 26 <CITY INSPECTOR> AT < TELEPHONE NO.> 27 28 THIS SERVICE INTERRUPTION WILL BE AS SHORT AS POSSIBLE 29 30 Thank you, 31 _________________________, Contractor 32 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 45 23 1 TESTING AND INSPECTION SERVICES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Testing and inspection services procedures and coordination 6 B. Deviations from this City of Denton Standard Specification 7 1. None 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered incidental to the various Items bid. 14 No separate payment will be allowed for this Item. 15 a. In accordance with Article 13 of the General Conditions, Contractor is 16 responsible for performing, coordinating, and payment of all inspections, tests, 17 re-tests, or approvals. 18 b. In accordance with Article 13 of the General Conditions, City is responsible for 19 performing and payment for first set additional independent testing chosen by 20 the City to be performed. 21 1) If the first independent test performed by the City fails, the Contractor is 22 responsible for payment of subsequent testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Provide all reports to Project Manager and their duly appointed 37 representative electronically via email. 38 4. Provide Project Manager’s duly appointed representative with trip tickets for each 39 delivered load of Concrete or Lime material including the following information: 40 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 a. Name of pit 1 b. Date of delivery 2 c. Material delivered 3 B. Inspection 4 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 5 perform work in accordance with the Contract Documents. 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 01 33 00. 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 9 A. Materials Testing Reports sealed by a Professional Engineer or Professional 10 Geoscientist licensed in the State of Texas. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 20 01 45 23 - 3 TESTING AND INSPECTION SERVICES Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE 3 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 50 00 1 TEMPORARY FACILITIES AND CONTROLS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Provide temporary facilities and controls needed for the Work including, but not 6 necessarily limited to: 7 a. Temporary utilities 8 b. Sanitary facilities 9 c. Storage Sheds and Buildings 10 d. Dust control 11 e. Temporary fencing of the construction site 12 B. Deviations from this City of Denton Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 – General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered incidental to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Temporary Utilities 24 1. Obtaining Temporary Service 25 a. Make arrangements with utility service companies for temporary services. 26 b. Abide by rules and regulations of utility service companies or authorities 27 having jurisdiction. 28 c. Be responsible for utility service costs until Work is approved for Final 29 Acceptance. 30 1) Included are fuel, power, light, heat and other utility services necessary for 31 execution, completion, testing and initial operation of Work. 32 2. Water 33 a. Contractor to provide water required for and in connection with Work to be 34 performed and for specified tests of piping, equipment, devices or other use as 35 required for the completion of the Work. 36 b. Provide and maintain adequate supply of potable water for domestic 37 consumption by Contractor personnel and Project Manager and Project 38 Manager’s duly authorized representative. 39 c. Coordination 40 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1) Contact City 1 week before water for construction is desired 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City’s 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 E. Dust Control 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 3.5 [REPAIR] / [RESTORATION] 1 3.6 RE-INSTALLATION 2 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3 3.8 SYSTEM STARTUP [NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING [NOT USED] 6 3.11 CLOSEOUT ACTIVITIES 7 A. Temporary Facilities 8 1. Remove all temporary facilities and restore area after completion of the Work, to a 9 condition equal to or better than prior to start of Work. 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 57 13 1 STORM WATER POLLUTION PREVENTION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Procedures for Storm Water Pollution Prevention Plans 6 B. Deviations from this City of Denton Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10 Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Storm Water Pollution Prevention Plan 15 a. Measurement for this Item shall be by lump sum. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item shall be paid for at the lump sum price bid for “Storm Water Pollution 19 Prevention Plan”. 20 c. The price bid shall include: 21 1) Preparation of Storm Water Pollution Prevention Plan 22 2) Implementation 23 3) Permitting fees 24 4) Installation 25 5) Maintenance 26 6) Removal 27 1.3 REFERENCES 28 A. Abbreviations and Acronyms 29 1. Notice of Intent: NOI 30 2. Notice of Termination: NOT 31 3. Storm Water Pollution Prevention Plan: SWPPP 32 4. Texas Commission on Environmental Quality: TCEQ 33 5. Notice of Change: NOC 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 2. Integrated Storm Management (iSWM) Technical Manual for Construction 1 Controls 2 1.4 ADMINISTRATIVE REQUIREMENTS 3 A. General 4 1. Contractor is responsible for resolution and payment of any fines issued associated 5 with compliance to Stormwater Pollution Prevention Plan. 6 2. As a condition of approval, applicants conducting land disturbing activities will 7 complete the online construction site survey. This survey can be found at 8 https://www.surveymonkey.com/r/HT2BDHZ 9 B. Construction Activities resulting in: 10 1. Less than 1 acre of disturbance 11 a. Provide erosion and sediment control in accordance with Drawings. 12 2. 1 to less than 5 acres of disturbance 13 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 14 Permit is required 15 b. Complete SWPPP in accordance with TCEQ requirements 16 1) TCEQ Small Construction Site Notice Required under general permit 17 TXR150000 18 a) Sign and post at job site 19 b) Prior to Preconstruction Meeting, send 1 copy to City Watershed 20 Protection Department, Joetta Dailey (940) 349-7153 or David Hunter 21 (940) 349-7123. 22 2) Provide erosion and sediment control in accordance with: 23 a) Drawings 24 b) TXR150000 General Permit 25 c) SWPPP 26 d) TCEQ requirements 27 3. 5 acres or more of Disturbance 28 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 29 Permit is required 30 b. Complete SWPPP in accordance with TCEQ requirements 31 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 32 a) Sign and post at job site 33 b) Send copy to City Watershed Protection Department, Joetta Dailey 34 (940) 349 7153 or David Hunter (940) 349 7123. 35 2) TCEQ Notice of Change required if making changes or updates to NOI 36 3) Provide erosion and sediment control in accordance with: 37 a) Drawings 38 b) TXR150000 General Permit 39 c) SWPPP 40 d) TCEQ requirements 41 4) Once the project has been completed and all the closeout requirements of 42 TCEQ have been met a TCEQ Notice of Termination can be submitted. 43 a) Send copy to City Watershed Protection Department, Joetta Dailey 44 (940) 349-7153 or David Hunter (940) 349-7123. 45 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.5 SUBMITTALS 1 A. SWPPP 2 1. Submit in accordance with Section 01 33 00, except as stated herein. 3 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 4 as follows: 5 1) 1 copy to the Project Manager 6 a) Project Manager will forward to the City Watershed Protection 7 Department, Joetta Dailey (940) 349-7153 or David Hunter (940) 349-8 7123 for review. 9 B. Modified SWPPP 10 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 11 in accordance with Section 01 33 00. 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 58 13 1 TEMPORARY PROJECT SIGNAGE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Temporary Project Signage Requirements 6 B. Deviations from this City of Denton Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Temporary Project Sign 14 a. Measurement 15 1) Measurement for this Item will be per each project sign installed. 16 b. Payment 17 1) The work performed and materials furnished in accordance with this Item 18 and measured as provided under “Measurement” shall be paid for at the 19 unit price bid per each “Temporary Project Sign.” 20 c. The price bid shall include: 21 1) Installation of Temporary Project Sign 22 2) Excavation 23 3) Hauling 24 4) Disposal of excess Materials 25 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 5) Maintenance and Repair of Signs During Construction 1 6) Removal and Disposal of Temporary Project Sign 2 1.3 REFERENCES [NOT USED] 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 15 A. Design Criteria 16 1. Provide free standing Project Designation Sign as indicated below: 17 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 The flag shall resemble the Texas Flag. The background of the stars and the “City of 2 Denton” lettering shall be blue. The lower bar of the flag shall be red, and the upper 3 bar shall be white. The dimensions, from the farthest ends, 4 shall be 12-inches vertically and 23.5-inches horizontally. 5 The flag shall appear in the dimensions shown. The 6 contractor may request a digital copy in either .jpg or .tif 7 format. 8 9 2. The Project Designation Sign shall be placed at strategic points with lettering as 10 needed to adequately describe the work. 11 3. Signs shall be painted white with blue letters and symbols. Letter size shall 12 conform to dimensions shown on sign drawing. Exceptions or variations from the 13 sign shown above shall not be allowed. 14 B. Materials 15 1. Sign 16 a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 17 01 58 13 - 4 TEMPORARY PROJECT SIGNAGE Page 4 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 2.3 ACCESSORIES [NOT USED] 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. Provide vertical installation at extents of project. 9 2. Signs shall be placed prior to beginning the Work and maintained until the end of 10 the project. 11 3. Relocate sign as needed, upon request of the City. 12 B. Mounting options 13 a. Skids 14 b. Posts 15 c. Barricade 16 3.5 -- 3.12 [NOT USED] 17 3.6 MAINTENANCE 18 A. General 19 1. Maintenance will include painting and repairs as needed or directed by the City. 20 3.7 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 23 24 01 58 13 - 5 TEMPORARY PROJECT SIGNAGE Page 5 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Revision Log DATE NAME SUMMARY OF CHANGE 1 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 60 00 1 PRODUCT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. References for Product Requirements and Product Material Submittal Checklist 6 B. Deviations from this City of Denton Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS 14 A. A list of City approved products for use is located online as follows: 15 1. https://www.cityofdenton.com/CoD/media/City-of-16 Denton/Business/Development%20Review/Materials-List.pdf 17 B. Only products specifically included on City’s Product Material Submittal Checklist in 18 these Contract Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the Product Material Submittal Checklist. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the Product Material Submittal Checklist. 25 D. Although a specific product is included on Product Material Submittal Checklist, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer’s standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on Product 29 Material Submittal Checklist. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 66 00 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Scheduling of product delivery 6 2. Packaging of products for delivery 7 3. Protection of products against damage from: 8 a. Handling 9 b. Exposure to elements or harsh environments 10 B. Deviations from this City of Denton Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 – General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered incidental to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY AND HANDLING 27 A. Delivery Requirements 28 1. Schedule delivery of products or equipment as required to allow timely installation 29 and to avoid prolonged storage. 30 2. Provide appropriate personnel and equipment to receive deliveries. 31 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32 for personnel or equipment to receive the delivery. 33 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 34 containers designed and constructed to protect the contents from physical or 35 environmental damage. 36 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 5. Clearly and fully mark and identify as to manufacturer, item and installation 1 location. 2 6. Provide manufacturer's instructions for storage and handling. 3 B. Handling Requirements 4 1. Handle products or equipment in accordance with these Contract Documents and 5 manufacturer’s recommendations and instructions. 6 C. Storage Requirements 7 1. Store materials in accordance with manufacturer’s recommendations and 8 requirements of these Specifications. 9 2. Make necessary provisions for safe storage of materials and equipment. 10 a. Place loose soil materials and materials to be incorporated into Work to prevent 11 damage to any part of Work or existing facilities and to maintain free access at 12 all times to all parts of Work and to utility service company installations in 13 vicinity of Work. 14 3. Keep materials and equipment neatly and compactly stored in locations that will 15 cause minimum inconvenience to other contractors, public travel, adjoining owners, 16 tenants and occupants. 17 a. Arrange storage to provide easy access for inspection. 18 4. Restrict storage to areas available on construction site for storage of material and 19 equipment as shown on Drawings, or approved by Project Manager or their duly 20 authorized representative. 21 5. Provide off-site storage and protection when on-site storage is not adequate. 22 a. Provide addresses of and access to off-site storage locations for inspection by 23 Project Manager or their duly authorized representative. 24 6. Do not use lawns, grass plots or other private property for storage purposes without 25 written permission of owner or other person in possession or control of premises. 26 7. Store in manufacturers’ unopened containers. 27 8. Neatly, safely and compactly stack materials delivered and stored along line of 28 Work to avoid inconvenience and damage to property owners and general public 29 and maintain at least 3 feet from fire hydrant. 30 9. Keep public and private driveways and street crossings open. 31 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 32 satisfaction of Project Manager or their duly authorized representative. 33 a. Total length which materials may be distributed along route of construction at 34 one time is 1,000 linear feet, unless otherwise approved in writing by Project 35 Manager. 36 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 -3.6 [NOT USED] 5 3.2 FIELD [OR] SITE QUALITY CONTROL 6 A. Tests and Inspections 7 1. Inspect all products or equipment delivered to the site prior to unloading. 8 B. Non-Conforming Work 9 1. Reject all products or equipment that are damaged, used or in any other way 10 unsatisfactory for use on the project. 11 3.3 SYSTEM STARTUP [NOT USED] 12 3.4 ADJUSTING [NOT USED] 13 3.5 CLEANING [NOT USED] 14 3.6 CLOSEOUT ACTIVITIES [NOT USED] 15 3.7 PROTECTION 16 A. Protect all products or equipment in accordance with manufacturer's written directions. 17 B. Store products or equipment in location to avoid physical damage to items while in 18 storage. 19 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 20 the manufacturer. 21 3.8 MAINTENANCE [NOT USED] 22 3.9 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Mobilization and Demobilization 6 a. Mobilization 7 1) Transportation of Contractor’s personnel, equipment, and operating 8 supplies to the Site 9 2) Establishment of necessary general facilities for the Contractor’s operation 10 at the Site 11 3) Premiums paid for performance and payment bonds 12 4) Transportation of Contractor’s personnel, equipment, and operating 13 supplies to another location within the designated Site 14 5) Relocation of necessary general facilities for the Contractor’s operation 15 from 1 location to another location on the Site. 16 b. Demobilization 17 1) Transportation of Contractor’s personnel, equipment, and operating 18 supplies away from the Site including disassembly 19 2) Site Clean-up 20 3) Removal of all buildings and/or other facilities assembled at the Site for 21 this Contract 22 c. Mobilization and Demobilization do not include activities for specific items of 23 work that are for which payment is provided elsewhere in the contract. 24 2. Remobilization 25 a. Remobilization for Suspension of Work specifically required in the Contract 26 Documents or as required by City includes: 27 1) Demobilization 28 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 a) Transportation of Contractor’s personnel, equipment, and operating 1 supplies from the Site including disassembly or temporarily securing 2 equipment, supplies, and other facilities as designated by the Contract 3 Documents necessary to suspend the Work. 4 b) Site Clean-up as designated in the Contract Documents 5 2) Remobilization 6 a) Transportation of Contractor’s personnel, equipment, and operating 7 supplies to the Site necessary to resume the Work. 8 b) Establishment of necessary general facilities for the Contractor’s 9 operation at the Site necessary to resume the Work. 10 3) No Payments will be made for: 11 a) Mobilization and Demobilization from one location to another on the 12 Site in the normal progress of performing the Work. 13 b) Stand-by or idle time 14 c) Lost profits 15 16 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 B. Deviations from this City of Denton Standard Specification 1 1. None. 2 C. Related Specification Sections include, but are not necessarily limited to: 3 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 4 2. Division 1 – General Requirements 5 1.2 PRICE AND PAYMENT PROCEDURES 6 A. Measurement and Payment 7 1. Mobilization and Demobilization 8 a. Measurement 9 1) This Item will be measured by the lump sum as the work progresses. 10 b. Payment 11 1) For this Item, the adjusted Contract amount will be calculated as the total 12 Contract amount less the lump sum for mobilization. Mobilization shall be 13 made in partial payments as follows: 14 a) When 1% of the adjusted Contract amount for construction Items is 15 earned, 50% of the mobilization lump sum bid will be paid. 16 b) When 5% of the adjusted Contract amount for construction Items is 17 earned, 75% of the mobilization lump sum bid will be paid. Previous 18 payments under the Item will be deducted from this amount. 19 c) When 10% of the adjusted Contract amount for construction Items is 20 earned, 100% of the mobilization lump sum bid will be paid. Previous 21 payments under the Item will be deducted from this amount. 22 d) A bid containing a total for “Mobilization” in excess of 10% of total 23 contract shall be considered unbalanced and a cause for consideration of 24 rejection. 25 c. The price bid shall include: 26 1) Mobilization of equipment to Site 27 2) Performance Bond 28 3) Payment Bond 29 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 4) Maintenance Bond 1 5) Remobilization as identified in the Contract Documents 2 6) Demobilization 3 d. No payments will be made for standby, idle time, or lost profits associated this 4 Item. 5 2. Remobilization for suspension of Work not identified in the Contract Documents, 6 as required by City 7 a. Measurement and Payment 8 1) This shall be submitted as a Contract Claim in accordance with Article 10 9 of Section 00 72 00. 10 2) No payments will be made for standby, idle time, or lost profits associated 11 with this Item. 12 1.3 REFERENCES [NOT USED] 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS [NOT USED] 15 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS [NOT USED] 23 PART 3 - EXECUTION [NOT USED] 24 END OF SECTION 25 26 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 Revision Log DATE NAME SUMMARY OF CHANGE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 71 23 1 CONSTRUCTION STAKING AND SURVEY 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Requirements for construction staking to be provided by the Contractor. 6 2. Requirements for coordination with City to allow performance of as-built survey at 7 the Site. 8 B. Deviations from this City of Denton Standard Specification 9 1. None 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Staking 16 a. Measurement and Payment 17 1) Work associated with this Item is considered incidental to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. As-Built Survey 20 a. Measurement and Payment 21 1) Work associated with this Item is considered incidental to the various Items 22 bid. No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Submittals, if required, shall be in accordance with Section 01 33 00. 27 B. All submittals shall be approved by the City prior to delivery. 28 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 29 A. Certificates 30 1. Provide certificate certifying that elevations and locations of improvements are in 31 conformance or non-conformance with requirements of the Contract Documents. 32 a. Certificate must be sealed by a registered professional land surveyor in the 33 State of Texas. 34 B. Field Quality Control Submittals 35 1. Documentation verifying accuracy of field engineering work. 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1 1.9 QUALITY ASSURANCE 2 A. Construction Staking 3 1. Construction staking will be performed by the Contractor. 4 2. Coordination 5 a. It is the Contractor’s responsibility to coordinate staking such that construction 6 activities are not delayed or negatively impacted. 7 3. General 8 a. Contractor is responsible for preserving and maintaining staking. 9 b. If in the opinion of the City, a sufficient number of stakes or markings have 10 been lost, destroyed or disturbed, by Contractor’s neglect, such that the 11 contracted Work cannot take place, then the Contractor will be required to re-12 stake the deficient areas. 13 B. As-built Survey 14 1. As-built Survey will be performed by the City. 15 2. Coordination 16 a. Contractor to verify that control data established in the design survey remains 17 intact. 18 b. It is the Contractor’s responsibility to coordinate As-built Survey such that 19 construction activities are not delayed or negatively impacted. 20 c. Contractor shall coordinate construction operations with City sufficiently in 21 advance and make provisions for City to perform as-built survey on various 22 items indicated in Paragraph B.3.b. 23 d. Contractor shall restore or replace all necessary control data damaged during 24 construction operations. 25 1) Contractor shall perform replacements and/or restorations. 26 3. General 27 a. As-built survey will be performed in order to maintain complete and accurate 28 logs of control and survey work as it progresses for Project Records. 29 b. The Contractor will ensure coordination is maintained with the City to allow 30 performance of as-built survey to obtain construction features including, but not 31 limited to, the following: 32 1) All Utility Lines 33 a) Rim and flowline elevations and coordinates for each manhole or 34 junction structure 35 2) Water Lines 36 a) Top of pipe elevations and coordinates for waterlines at the following 37 locations: 38 (1) Every 250 linear feet 39 (2) Horizontal and vertical points of inflection, curvature, etc. (All 40 Fittings) 41 (3) Cathodic protection test stations 42 (4) Sampling stations 43 (5) Meter boxes/vaults (All sizes) 44 (6) Fire lines 45 (7) Fire hydrants and valves 46 (8) Gate valves and Butterfly Valves 47 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 (9) Plugs, stubouts, dead-end lines 1 (10) Air Release valves (Manhole rim and vent pipe) 2 (11) Blow off valves (Manhole rim and valve lid) 3 (12) Pressure plane valves 4 (13) Cleaning wyes 5 (14) Casing pipe (each end) 6 b) Storm Sewer 7 (1) Top of pipe elevations and coordinates at the following locations: 8 (a) Every 250 linear feet 9 (b) Horizontal and vertical points of inflection, curvature, etc. 10 c) Sanitary Sewer 11 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 12 the following locations: 13 (a) Every 250 linear feet 14 (b) Horizontal and vertical points of inflection, curvature, etc. 15 (c) Cleanouts 16 c. As-built survey will be performed in order to maintain complete and accurate 17 logs of control and survey work associated with meeting or exceeding the line 18 and grade required by these Specifications. 19 d. The Contractor will ensure coordination is maintained with the City to allow 20 performance of as-built survey and verify control data including, but not limited 21 to, the following: 22 1) Verification that established benchmarks and control are accurate. 23 2) Use of Benchmarks to furnish and maintain all reference lines and grades 24 for tunneling. 25 3) Use of lines and grades to establish the location of the pipe. 26 4) Submit to the City copies of field notes, if requested, used to establish all 27 lines and grades and allow the City to check guidance system setup prior to 28 beginning each tunneling drive. 29 5) Provide access for the City, when requested, to verify the guidance system 30 and the line and grade of the carrier pipe on a daily basis. 31 6) The Contractor remains fully responsible for the accuracy of the work and 32 the correction of it, as required. 33 7) Monitor line and grade continuously during construction. 34 8) Record deviation with respect to design line and grade once at each pipe 35 joint and submit daily records to City. 36 9) If the installation does not meet the specified tolerances, immediately notify 37 the City and correct the installation in accordance with the Contract 38 Documents. 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] 42 PART 2 - PRODUCTS [NOT USED] 43 44 45 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 APPLICATION 5 3.5 REPAIR / RESTORATION [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL 8 A. It is the Contractor’s responsibility to maintain all stakes and control data in accordance 9 with this Specification. 10 B. Do not change or relocate stakes or control data without approval from the City. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 20 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 21 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 74 23 1 CLEANING 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Intermediate and final cleaning for Work not including special cleaning of closed 6 systems specified elsewhere 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 – General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered incidental to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Scheduling 19 1. Schedule cleaning operations so that dust and other contaminants disturbed by 20 cleaning process will not fall on newly painted surfaces. 21 2. Schedule final cleaning upon completion of Work and immediately prior to final 22 inspection. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 STORAGE, AND HANDLING 29 A. Storage and Handling Requirements 30 1. Store cleaning products and cleaning wastes in containers specifically designed for 31 those materials. 32 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cleaning Agents 6 1. Compatible with surface being cleaned 7 2. New and uncontaminated 8 3. For manufactured surfaces 9 a. Material recommended by manufacturer 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 APPLICATION [NOT USED] 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING 23 A. General 24 1. Prevent accumulation of wastes that create hazardous conditions. 25 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26 governing authorities. 27 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28 storm or sanitary drains or sewers. 29 4. Dispose of degradable debris at an approved solid waste disposal site. 30 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31 alternate manner approved by City and regulatory agencies. 32 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 6. Transport and deposit vegetative material removed as a result of work operations 1 off-site at a legal site in accordance with all applicable federal, state, and local laws 2 and regulations. 3 a. Removed vegetation will not be allowed to remain in piles or mounds on the 4 easement or surrounding property. 5 7. Handle materials in a controlled manner with as few handlings as possible. 6 8. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 7 this project. 8 9. Remove all signs of temporary construction and activities incidental to construction 9 of required permanent Work. 10 10. If project is not cleaned to the satisfaction of the City, the City reserves the right to 11 have the cleaning completed at the expense of the Contractor. 12 11. Do not burn on-site. 13 B. Intermediate Cleaning during Construction 14 1. Keep Work areas clean so as not to hinder health, safety or convenience of 15 personnel in existing facility operations. 16 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 17 3. Confine construction debris daily in strategically located container(s): 18 a. Cover to prevent blowing by wind 19 b. Store debris away from construction or operational activities 20 c. Haul from site at a minimum of once per week 21 4. Vacuum clean interior areas when ready to receive finish painting. 22 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 23 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 24 may become airborne or transported by flowing water during the storm. 25 C. Interior Final Cleaning 26 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 27 foreign materials from sight-exposed surfaces. 28 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 29 3. Wash and shine glazing and mirrors. 30 4. Polish glossy surfaces to a clear shine. 31 5. Ventilating systems 32 a. Clean permanent filters and replace disposable filters if units were operated 33 during construction. 34 b. Clean ducts, blowers and coils if units were operated without filters during 35 construction. 36 6. Replace all burned out lamps. 37 7. Broom clean process area floors. 38 8. Mop office and control room floors. 39 D. Exterior (Site or Right of Way) Final Cleaning 40 1. Remove trash and debris containers from site. 41 a. Re-seed areas disturbed by location of trash and debris containers. 42 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 43 that may hinder or disrupt the flow of traffic along the roadway. 44 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 1 junction boxes and inlets. 2 4. If no longer required for maintenance of erosion facilities, and upon approval by 3 City, remove erosion control from site. 4 5. Clean signs, lights, signals, etc. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Denton Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered incidental to the various Items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to Project Manager. 26 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 CLOSEOUT PROCEDURE 8 A. Prior to requesting Final Inspection, submit: 9 1. Project Record Documents in accordance with Section 01 78 39 10 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12 01 74 23. 13 C. Final Inspection 14 1. After final cleaning, provide notice to the Project Manager and their duly appointed 15 representative that the Work is completed. 16 a. City reserves the right to deny request for Final Inspection if City determines 17 that the entire Work is not sufficiently complete to warrant a Final Inspection 18 b. The City will make an initial Final Inspection with the Contractor present. 19 c. Upon completion of this inspection, the City will notify the Contractor, in 20 writing within 10 business days, of any particulars in which this inspection 21 reveals that the Work is defective or incomplete. 22 2. Upon receiving written notice from the City, immediately undertake the Work 23 required to remedy deficiencies and complete the Work to the satisfaction of the 24 City. 25 3. Upon completion of Work associated with the items listed in the City's written 26 notice, inform the City, that the required Work has been completed. Upon receipt 27 of this notice, the City, in the presence of the Contractor, will make a subsequent 28 Final Inspection of the project. 29 4. Provide all special accessories required to place each item of equipment in full 30 operation. These special accessory items include, but are not limited to: 31 a. Specified spare parts 32 b. Adequate oil and grease as required for the first lubrication of the equipment 33 c. Initial fill up of all chemical tanks and fuel tanks 34 d. Light bulbs 35 e. Fuses 36 f. Vault keys 37 g. Handwheels 38 h. Other expendable items as required for initial start-up and operation of all 39 equipment 40 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 D. Notice of Project Completion 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion. 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 G. Warranty Inspection for Wastewater Mains 15 1. A second television inspection conforming to the standards laid out in 16 NCTCOG Item 507.5.2 shall be started by the Contractor no sooner than 630 17 calendar days and finished no later than 690 calendar days after the date of 18 acceptance for the project by the City of Denton. 19 2. The second inspection shall include a complete televised inspection of each 20 manhole interior constructed or installed on the project (including cored 21 manholes). 22 a. Should the second inspection indicate repairs that need to be made, these will 23 be performed by the Contractor at no cost to the City. 24 3. Failure of the Contractor to perform the second inspection or to make repairs 25 indicated by the second inspection shall be sufficient grounds for the City to take 26 action through the terms of the Maintenance Bond for the project to perform the 27 second inspection and make any repairs indicated. 28 3.5 REPAIR / RESTORATION [NOT USED] 29 3.6 RE-INSTALLATION [NOT USED] 30 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 END OF SECTION 39 01 77 19 - 4 CLOSEOUT REQUIREMENTS Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 78 23 1 OPERATION AND MAINTENANCE DATA 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Product data and related information appropriate for City's maintenance and 6 operation of products furnished under Contract 7 2. Such products may include, but are not limited to: 8 a. Traffic Controllers 9 b. Irrigation Controllers (to be operated by the City) 10 c. Butterfly Valves 11 B. Deviations from this City of Denton Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 – General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered incidental to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Schedule 23 1. Submit manuals in final form to the City within 30 calendar days of product 24 shipment to the project site. 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 27 approved by the City prior to delivery. 28 1.6 INFORMATIONAL SUBMITTALS 29 A. Submittal Form 30 1. Prepare data in form of an instructional manual for use by City personnel. 31 2. Format 32 a. Size: 8 ½ inches x 11 inches 33 b. Paper 34 1) 40 pound minimum, white, for typed pages 35 2) Holes reinforced with plastic, cloth or metal 36 c. Text: Manufacturer’s printed data, or neatly typewritten 37 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 d. Drawings 1 1) Provide reinforced punched binder tab, bind in with text 2 2) Reduce larger drawings and fold to size of text pages. 3 e. Provide fly-leaf for each separate product, or each piece of operating 4 equipment. 5 1) Provide typed description of product, and major component parts of 6 equipment. 7 2) Provide indexed tabs. 8 f. Cover 9 1) Identify each volume with typed or printed title "OPERATING AND 10 MAINTENANCE INSTRUCTIONS". 11 2) List: 12 a) Title of Project 13 b) Identity of separate structure as applicable 14 c) Identity of general subject matter covered in the manual 15 3. Binders 16 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17 b. When multiple binders are used, correlate the data into related consistent 18 groupings. 19 4. If available, provide an electronic form of the O&M Manual. 20 B. Manual Content 21 1. Neatly typewritten table of contents for each volume, arranged in systematic order 22 a. Contractor, name of responsible principal, address and telephone number 23 b. A list of each product required to be included, indexed to content of the volume 24 c. List, with each product: 25 1) The name, address and telephone number of the subcontractor or installer 26 2) A list of each product required to be included, indexed to content of the 27 volume 28 3) Identify area of responsibility of each 29 4) Local source of supply for parts and replacement 30 d. Identify each product by product name and other identifying symbols as set 31 forth in Contract Documents. 32 2. Product Data 33 a. Include only those sheets which are pertinent to the specific product. 34 b. Annotate each sheet to: 35 1) Clearly identify specific product or part installed 36 2) Clearly identify data applicable to installation 37 3) Delete references to inapplicable information 38 3. Drawings 39 a. Supplement product data with drawings as necessary to clearly illustrate: 40 1) Relations of component parts of equipment and systems 41 2) Control and flow diagrams 42 b. Coordinate drawings with information in Project Record Documents to assure 43 correct illustration of completed installation. 44 c. Do not use Project Record Drawings as maintenance drawings. 45 4. Written text, as required to supplement product data for the particular installation: 46 a. Organize in consistent format under separate headings for different procedures. 47 b. Provide logical sequence of instructions of each procedure. 48 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 5. Copy of each warranty, bond and service contract issued 1 a. Provide information sheet for City personnel giving: 2 1) Proper procedures in event of failure 3 2) Instances which might affect validity of warranties or bonds 4 C. Manual for Materials and Finishes 5 1. Submit 5 copies of complete manual in final form. 6 2. Content, for architectural products, applied materials and finishes: 7 a. Manufacturer's data, giving full information on products 8 1) Catalog number, size, composition 9 2) Color and texture designations 10 3) Information required for reordering special manufactured products 11 b. Instructions for care and maintenance 12 1) Manufacturer's recommendation for types of cleaning agents and methods 13 2) Cautions against cleaning agents and methods which are detrimental to 14 product 15 3) Recommended schedule for cleaning and maintenance 16 3. Content, for moisture protection and weather exposure products: 17 a. Manufacturer's data, giving full information on products 18 1) Applicable standards 19 2) Chemical composition 20 3) Details of installation 21 b. Instructions for inspection, maintenance and repair 22 D. Manual for Equipment and Systems 23 1. Submit 5 copies of complete manual in final form. 24 2. Content, for each unit of equipment and system, as appropriate: 25 a. Description of unit and component parts 26 1) Function, normal operating characteristics and limiting conditions 27 2) Performance curves, engineering data and tests 28 3) Complete nomenclature and commercial number of replaceable parts 29 b. Operating procedures 30 1) Start-up, break-in, routine and normal operating instructions 31 2) Regulation, control, stopping, shut-down and emergency instructions 32 3) Summer and winter operating instructions 33 4) Special operating instructions 34 c. Maintenance procedures 35 1) Routine operations 36 2) Guide to "trouble shooting" 37 3) Disassembly, repair and reassembly 38 4) Alignment, adjusting and checking 39 d. Servicing and lubrication schedule 40 1) List of lubricants required 41 e. Manufacturer's printed operating and maintenance instructions 42 f. Description of sequence of operation by control manufacturer 43 1) Predicted life of parts subject to wear 44 2) Items recommended to be stocked as spare parts 45 g. As installed control diagrams by controls manufacturer 46 h. Each contractor's coordination drawings 47 1) As installed color coded piping diagrams 48 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 i. Charts of valve tag numbers, with location and function of each valve 1 j. List of original manufacturer's spare parts, manufacturer's current prices, and 2 recommended quantities to be maintained in storage 3 k. Other data as required under pertinent Sections of Specifications 4 3. Content, for each electric and electronic system, as appropriate: 5 a. Description of system and component parts 6 1) Function, normal operating characteristics, and limiting conditions 7 2) Performance curves, engineering data and tests 8 3) Complete nomenclature and commercial number of replaceable parts 9 b. Circuit directories of panelboards 10 1) Electrical service 11 2) Controls 12 3) Communications 13 c. As installed color coded wiring diagrams 14 d. Operating procedures 15 1) Routine and normal operating instructions 16 2) Sequences required 17 3) Special operating instructions 18 e. Maintenance procedures 19 1) Routine operations 20 2) Guide to "trouble shooting" 21 3) Disassembly, repair and reassembly 22 4) Adjustment and checking 23 f. Manufacturer's printed operating and maintenance instructions 24 g. List of original manufacturer's spare parts, manufacturer's current prices, and 25 recommended quantities to be maintained in storage 26 h. Other data as required under pertinent Sections of Specifications 27 4. Prepare and include additional data when the need for such data becomes apparent 28 during instruction of City's personnel. 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Provide operation and maintenance data by personnel with the following criteria: 33 1. Trained and experienced in maintenance and operation of described products 34 2. Skilled as technical writer to the extent required to communicate essential data 35 3. Skilled as draftsman competent to prepare required drawings 36 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 SECTION 01 78 39 1 PROJECT RECORD DOCUMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. Work associated with the documenting the project and recording changes to project 6 documents, including: 7 a. Record Drawings 8 B. Deviations from this City of Denton Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 – General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered incidental to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 SUBMITTALS 20 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 21 Project Manager. 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Accuracy of Records 27 1. Thoroughly coordinate changes within the Record Documents, making adequate 28 and proper entries on each page of Specifications and each sheet of Drawings and 29 other Documents where such entry is required to show the change properly. 30 2. Accuracy of records shall be such that future search for items shown in the Contract 31 Documents may rely reasonably on information obtained from the approved Project 32 Record Documents. 33 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 34 information that the change has occurred. 35 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 4. Provide factual information regarding all aspects of the Work, both concealed and 1 visible, to enable future modification of the Work to proceed without lengthy and 2 expensive site measurement, investigation and examination. 3 1.10 STORAGE AND HANDLING 4 A. Storage and Handling Requirements 5 1. Maintain the job set of Record Documents, which shall include the Drawings and 6 the Project Manual, completely protected from deterioration and from loss and 7 damage until completion of the Work and transfer of all recorded data to the final 8 Project Record Documents. 9 2. In the event of loss of recorded data, use means necessary to again secure the data 10 to the City's approval. 11 a. In such case, provide replacements to the standards originally required by the 12 Contract Documents. 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 RECORD DOCUMENTS 18 A. Job set 19 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 20 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 21 B. Final Record Documents 22 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 23 the City 1 complete set of all Final Record Drawings in the Contract. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 MAINTENANCE DOCUMENTS 31 A. Maintenance of Job Set 32 1. Immediately upon receipt of the job set, identify each of the Documents with the 33 title, "RECORD DOCUMENTS - JOB SET". The Job set shall include the 34 Drawings and the Project Manual. 35 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 2. Preservation 1 a. Considering the Contract completion time, the probable number of occasions 2 upon which the job set must be taken out for new entries and for examination, 3 and the conditions under which these activities will be performed, devise a 4 suitable method for protecting the job set. 5 b. Do not use the job set for any purpose except entry of new data and for review 6 by the City, until start of transfer of data to final Project Record Documents. 7 c. Maintain the job set at the site of work. 8 3. Coordination with Construction Survey 9 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 10 clearly mark any deviations from Contract Documents associated with 11 installation of the infrastructure. 12 4. Making entries on Drawings and Specifications 13 a. Record any deviations from Contract Documents on Drawings and in the 14 Specifications if applicable. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings and Specifications 44 a. Carefully transfer change data shown on the job set of Record Drawings and 45 Project Manual if applicable, to the corresponding final documents, 46 coordinating the changes as required. 47 b. Clearly indicate at each affected detail and other Drawing a full description of 48 changes made during construction, and the actual location of items. 49 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF DENTON IFB #7200 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DTN12314/Engineering Project No. 180006 Revised September 20, 2018 c. Call attention to each entry by drawing a "cloud" around the area or areas 1 affected. 2 d. Make changes neatly, consistently and with the proper media to assure 3 longevity and clear reproduction. 4 2. Transfer of data to other Documents 5 a. If the Documents, other than Drawings, have been kept clean during progress of 6 the Work, and if entries thereon have been orderly to the approval of the City, 7 the job set of those Documents, other than Drawings, will be accepted as final 8 Record Documents. 9 b. If any such Document is not so approved by the City, secure a new copy of that 10 Document from the City at the City's usual charge for reproduction and 11 handling, and carefully transfer the change data to the new copy to the approval 12 of the City. 13 3.5 REPAIR / RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 NCTCOG - 4TH EDITION - AMENDMENTS Page 1 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION – FOURTH EDITION, DIVISION 200-800 AMENDMENTS The following specifications and definitions are intended to amend The October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction, and where conflicts exist these notes shall rule: Item Description 201 Temporary Erosion Control 201.11 Stabilized Construction Entrance 202.5 Sodding 202.6 Seeding Turf Grass 203.3 General Site Preparation 203.7 Embankment 301.2 Lime Treatment 301.5 Flexible Sub-base or Base 302.9 Asphalt Pavement (Materials Only) 303 Portland Cement Concrete Pavement 305.1 Concrete Curb & Gutter 305.2 Concrete Sidewalks 501.1 Underground Conduit Materials 501.7 Ductile Iron Pressure Pipe 501.7.4 Ductile Iron Fittings 501.14 Polyvinyl Chloride (PVC) Water Pipe 501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings 501.24 Fiberglass Wastewater Pipe & Fittings 502.1-A Concrete Manholes (Cast-in-Place) 502.1-B Concrete Manholes (Precast) 502.1-C Fiberglass Manholes 502.3 Fire Hydrant Assembly 502.6.2 Resilient Seated Gate Valve 502.6.3 Air Valves 502.8 Polyethylene Wrap for Metal Pipe and Fittings 502.10.3-A Water Service Connections (Small Diameter) 502.10.4 Sanitary Sewer Services 502.12.4 Core into Existing Manhole 503.2 Tunnel/Casing Pipe Spacers 503.3 Boring and Tunneling 507.4.5 Sewer Pipe Coupling 507.5.2 Television Inspection 801 Barricades, Detours, and Warning Signs SS01 Cut and Plug Existing Sewer Lines SS02 Abandon Existing Manhole SS03 Remove Existing Manhole NCTCOG - 4TH EDITION - AMENDMENTS Page 2 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 201 Temporary Erosion Control General: This item shall govern the control measures required to prevent and control soil erosion from the work site. Construction Requirements: The contractor shall be responsible for providing temporary erosion control during the construction process according to the specifications and procedures outlined under NCTCOG Item 201. An erosion control plan must be submitted by the contractor and approved by the project engineer prior to beginning construction. The erosion control plan must specify the type and location of all erosion control devices and methods. The contractor is free to use any of the erosion control options specified under NCTCOG Item 201 to control erosion. Erosion control devices and methods must follow the specifications outlined under NCTCOG Item 201 and the corresponding detail drawings in Division 1000. All erosion control devices must be maintained and inspected through the construction process. All erosion control devices shall be inspected every 7 calendar days during construction. In the event that silt or construction debris does escape the immediate construction areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of the construction areas by the contractor’s vehicles. If the project inspector sees that a certain erosion control method or location is not working, he may direct the contractor to correct the erosion control devices accordingly. Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized. Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the disturbed area, or the application of organic mulching material to cover the disturbed area. All erosion control devices will require removal once approval is provided by Watershed Protection. NCTCOG Reference: Item 201 Payment: Separate payment for temporary erosion control measures shall not be made. This shall be considered a subsidiary cost of Item 01 57 13. Removal of temporary erosion control measures is considered incidental. Item 201.11 Stabilized Construction Entrance General: This item shall govern the construction of a stabilized construction entrance to the work site to minimize the tracking of soil from the work site to City streets and roads. Materials: Stone and filter fabric shall meet the requirements of NCTCOG Item 201.11.2. Construction: The construction entrance shall be constructed according to NCTCOG Drawings 1070A and 1070B and in accordance with the provisions of NCTCOG Item 201.11.3. NCTCOG Reference: Item 201 Payment: Separate payment for stabilized construction entrances shall not be made. This shall be considered a subsidiary cost of Item 01 57 13. Item 202.5 Sodding General: This item provides for the preparation and placement of turf grass blocks or plugs upon all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Sod grass shall be placed according to the specifications listed under NCTCOG Item 202.5 and to the extents listed on the plans if so indicated. City approval on the location, amount and type of sod is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This item includes labor, material, equipment, water, and fertilizer necessary to establish the sod grass prior to acceptance. NCTCOG - 4TH EDITION - AMENDMENTS Page 3 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 NCTCOG Reference: Item 202.5 Payment: Payment for this item shall be at the contract unit price for each square yard of sod grass placed. Price shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to establish the sod grass. Item 202.6 Seeding Turf Grass General: This item provides for the preparation and seeding of turf grass of all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Turf grass shall be seeded on areas that have been stripped of vegetative cover due to construction activities. City approval on the location, amount and type of seed grass is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. Turf grass may be seeded according to any of the methods listed under NCTCOG Item 202.6. This item includes labor, material, equipment, water, and fertilizer necessary to establish the broadcast seed prior to acceptance. Seed plantings must be sprouted prior to project acceptance and the Contractor must maintain the seeded area until 70% cover is achieved. NCTCOG Reference: Item 202.6 Measurement: Measurement and payment for seeding shall be based on the square yardage of seeded area. Payment: Payment for this item shall be at the contract unit price for seeding per square yard. Price should be full compensation for furnishing of all materials including water for seeding fertilizer slurry and maintaining growth. Item 203.3 General Site Preparation General: This item shall consist of preparing the right-of-way or public easements for construction operations by the removal of all obstructions and disposal of the materials by the contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to be removed under this item are listed in NCTCOG Item 203.3.1. Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only removing trees necessary to install the improvements unless otherwise noted on the construction plans. All properties shall be restored to the same or better condition than prior to the construction. Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line item. NCTCOG Reference: Item 203.3 Payment: Payment for this item shall be at the contract lump sum for General Site Preparation. Item 203.7 Embankment General: This item shall consist of the placement and compaction of approved soils to the standards and surface grades as indicated by the construction plans or Special Contract Requirements. Construction: Embankment shall be constructed in accordance to NCTCOG Item 203.7.2. The base soil surface on which the embankment will be constructed shall be scarified or plowed to a minimum depth of 6 inches prior to the placement of any embankment layers. Embankment shall be compacted in layers not to exceed 8 inches in depth. Embankment shall be compacted to the requirements specified in the Special Contract Requirements. NCTCOG Reference: Item 203.7 NCTCOG - 4TH EDITION - AMENDMENTS Page 4 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Payment: Payment for this item shall be at the contract unit price for each cubic yard of embankment material placed and compacted. Payment shall include all labor, equipment and materials required to place the embankment material and to establish the surface grades indicated on the construction plans. Item 301.2 Lime Treatment General: This item establishes the requirements for the treatment of pavement subgrades with hydrated lime. General requirements are found in NCTCOG section 301.2 with modifications listed below. Materials: Dry hydrated lime or slurry lime (commercial Grade 2 or Grade 3). Quicklime will be allowed upon City approval. Construction: All subgrade surfaces shall be shaped within 0.2 feet of finished grade before liming operations start. Soft areas of the subgrade shall be removed and replaced with suitable soil prior to lime treatment. Lime shall be mixed at the minimum rate and to the minimum subgrade depth indicated on the plans or in the specifications. The final lime treated mixture shall pass the gradation requirements in the table below: Sieve Size Passing 1 ¾-in 100% ¾-in 85% No. 4 60% The mixed material shall be compacted to the density specified in NCTCOG Item 301.2.3.6. A minimum of 72 hours of curing time after the initial mixing of the subgrade will be required before remixing is allowed and the placement of base courses or other construction activities are permitted. The treated subgrade shall be kept moist during the curing process to prevent cracking of the treated surface. If the pavement or other base courses are not to be placed within 14 days of final mixing, a seal coat conforming to NCTCOG Item 302.3.5.1 and NCTCOG Tables 302.3.5.1.(a) and 302.3.5.1.(b) shall be applied to the treated subgrade surface. Payment: Payment shall be at the contract unit price per square yard of subgrade treated. Item 301.5 Flexible Subbase or Base (Crushed Stone/Concrete) General: This item shall govern the composition and placement of flexible base for use as a foundation course for other pavement courses or as a surface course. Flexible base may be used in lieu of treated subgrade if approved by the City Engineer and confirmed by the geotech report. At a minimum, depth of compacted flexible base shall meet minimum treated subgrade depth as shown on the City of Denton standard details. Material: The material shall be crushed stone, naturally occurring gravel or crushed concrete. The material shall adhere to the Grade 1 material requirements of Table 301.5.2.(a) of the NCTCOG specifications. Any material source shall be approved by the City before any work occurs. Construction: Preparation of the subgrade, course applications, density, and finish shall be in accordance with NCTCOG Item 301.5.2. If the existing subgrade is unsuitable, the subgrade materiel shall be removed and replaced with suitable subgrade material from the work site or with select backfill specified by the Owner’s Representative. Payment: Payment shall be at the contract unit price per square yard of flexible base or subbase constructed in place to the full depth specified on the plans. NCTCOG - 4TH EDITION - AMENDMENTS Page 5 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 302.9 Asphalt Pavement (Materials Only) General: This item shall govern the use of allowable asphalt pavement materials required for the construction of asphalt pavement. Aggregate Composition: Coarse aggregate, fine aggregate, sand and mineral filler shall adhere to the standards of NCTCOG Item 302.2. Aggregate gradation requirements shall conform to the asphalt mix design indicated on the plans or in the Special Contract Requirements. Bituminous Materials: Unless the plans or Special Contract Requirements specify otherwise, the asphaltic binder for asphalt pavement shall be PG 64-22 asphalt cement. Fibrous Reinforcement: Unless the plans or Special Contract Requirements specify otherwise, fibrous reinforcement of asphalt pavement will not be allowed. Paving Mixture: The paving mix design shall conform to the standard plan details or Special Contract Requirements. In general, only Type B, C, and D mix designs shall be allowed. Prime Coat: A priming coat is not required between pavement courses unless specifically called for on the plans or in the Special Contract Requirements. Tack Coat: Tack coat shall be a slow setting emulsified asphalt conforming to Type CSS-1h in NCTCOG Table 302.3.4.(c) unless otherwise specified in the plans or Special Contract Requirements. Item 303 Portland Cement Concrete Pavement General: This item shall govern the composition and construction of Portland cement concrete pavement to the standards and dimensions required by the plans and specifications. Materials: Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of NCTCOG Item 303.2.1. Portland Cement: Portland cement shall conform to the provisions of NCTCOG Item 303.2.2. Chemical Admixtures: Chemical admixtures shall conform to the provisions of NCTCOG Item 303.2.3. Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4% and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis. Mineral Admixtures: Mineral admixtures shall conform to the provisions of NCTCOG Item 303.2.4. Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete. Mineral Filler: Mineral filler will be allowed under the provisions of NCTCOG Item 303.2.5 and Table 303.2.5.(a). Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be Fibermesh® 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent. Application shall be 1.5 lbs of fiber per cubic yard of concrete with 1.5-inch long strands. Application shall follow the manufacturer’s guidelines. Steel Reinforcement: Steel reinforcement shall be of the size and quantity as shown on the City of Denton standard details unless called for on the plans or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of NCTCOG Item 303.2.9. Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper or film shall not be permitted for curing purposes. The compound and its application shall conform to NCTCOG Item 303.2.13. The compound shall be applied per the manufacturer’s guidelines. Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements. NCTCOG - 4TH EDITION - AMENDMENTS Page 6 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Construction: Concrete shall be mixed, delivered and placed per the requirements of NCTCOG Items 303.3, 303.4 and 303.5. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse impacts on the quality and strength of concrete placed due to weather related conditions. Under no circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the time limits prescribed by NCTCOG Table 303.5.5.(a). Hand finishing of concrete pavement is only allowed in areas inaccessible to a finishing machine. See Section 3.1.A of the City of Denton Transportation Criteria Manual regarding placement method. Curing compound shall be applied immediately upon conclusion of finishing per NCTCOG Item 303.5.7. Curing compound shall be applied to the side pavement edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing of the pavement edge may be cause for the rejection of the pavement section. When required, contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of placement. Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be excluded from the new concrete pavement for a minimum of 14 days. Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work, jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement shall not be included; it shall be paid for separately. Item 305.1 Concrete Curb & Gutter General: This item shall consist of Portland Cement Concrete Curb and Gutter installed separately from new concrete pavement. Materials: Concrete shall conform to the class called for on the plans or in the current City standard detail drawings. Steel reinforcement dowels, where required, shall be as called for on the plans or in the current City standard detail drawings. Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb and gutter shall be installed per the plans and according to the provisions of NCTCOG Item 305.1.3. Expansion joints shall be required every 200 feet of curb length per NCTCOG Item 305.1.3.4. One longitudinal dowel bar of #4 reinforcing steel two feet in length shall be required at every expansion joint. Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill material shall be free of clods and rocks and compacted to a level even with the top of curb. Payment: Payment shall be at the contract unit price for concrete curb and gutter complete and in place. The unit price shall include backfilling of soil behind the curb. The unit price does not include the excavation or disposal of material required to install the curb and gutter. Item 305.2 Concrete Sidewalks General: This item governs the composition and construction of new concrete sidewalks. References: The contractor shall refer to Item 305.2 of the NCTCOG Specifications, and the Texas Accessibility Standards Section 4, Accessible Elements and Spaces: Scope and Technical Requirements for details not specifically called out in this specification, the plans, or the Special Contract Requirements. Construction: Sidewalk shall be installed per the plans and the most current City standard sidewalk details. Unless otherwise noted on the plans or Special Contract Requirements, the Contractor shall be responsible for identifying the extent of the public right-of-way or easements in which the sidewalk will be installed. Where a permanent obstruction is encountered and existing right-of-way or easement is insufficient for the full width of the proposed sidewalk, the sidewalk width may be reduced to thirty-six inches for the length of the obstruction. The path of the sidewalk around an obstruction shall utilize a gradual curve so as not to create a sharp bend around the obstruction. Where new concrete sidewalk adjoins an existing concrete sidewalk, curb and gutter, or driveway approach, an expansion joint shall be placed at the interface and the new sidewalk shall be connected to the existing concrete item with 6 inch long, #3 steel reinforcement dowel bars placed every 24 inches into mechanically drilled holes. NCTCOG - 4TH EDITION - AMENDMENTS Page 7 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 The completed sidewalk must have an unobstructed vertical clearance of eighty inches for the entire length and width of the sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and removed in a professional manner. Materials: Concrete mix design and steel reinforcement shall be as called for on the plans, in the current City standard detail drawings, or in the Special Contract Requirements. Fiber Reinforcement and curing compound shall conform to the provisions of Item 303 Portland Cement Concrete Pavement. Payment: Payment shall be made at the contract unit price per square yard of concrete sidewalk complete in place. Price shall include concrete, fiber reinforcement, reinforcing steel, joint material, and backfilling of soil along sidewalk. Contract unit price does not include the removal and disposal of any material required to install the new concrete sidewalk, including existing sidewalk. Item 501.1 Underground Conduit Materials General: This item establishes the permissible conduit material types and size restrictions for water, sanitary sewer and drainage applications. No other conduit types shall be permitted unless specifically called for in the plans or Special Contract Requirements. Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar-wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 – 12 DR-14 AWWA C151 16 – 24 Special Thickness Class 52 AWWA C303 16 and larger Design Specific AWWA C200 36 and larger Design Specific Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe-bursting applications only). Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 - 12 DR-18 AWWA C905 14 and larger DR-18 ASTM D3034 6 – 15 SDR-35 ASTM F679 18 and larger PS 46 ASTM D3262 18 and larger PS 46 ASTM F714 6 and larger DR-11h Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class ASTM C76 18 and larger Class III ASTM A760 18 - 42 Design Specific ASTM C789 or C850 As manufactured Application Specific NCTCOG - 4TH EDITION - AMENDMENTS Page 8 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 501.7 Ductile Iron Pressure Pipe General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe shall conform to AWWA C-151 standards and have push-on joints conforming to AWWA C111 standards. Where a pipe joint requires a mechanical joint connection or a flanged joint connection, an appropriately jointed pipe segment shall be furnished conforming to AWWA C111 or AWWA C110 standards. Pipe shall have a bituminous exterior coating and be exterior corrosion protected using an inner encasement of 8 mil “V-bio” enhanced polyethylene and an outer encasement of 4 mil cross linked polyethylene encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar lining per AWWA C-104. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. The ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to installation. The inner encasement shall be 8 mil “V-bio” enhanced polyethylene and the outer encasement shall be 4 mil cross linked polyethylene. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. All fittings shall utilize mechanical joint restraints. All fittings shall include concrete thrust blocking for full design thrust. For 16 inch diameter and greater water lines, the water lines shall be restrained at the ductile iron fittings for full design thrust requirements. For 16 inch diameter and greater water lines the Contractor shall provide lay schedules developed by the pipe manufacturer showing the required restraint at fittings and at additional joints based on the design calculations for full thrust design. The lay schedule and design calculations from the pipe manufacturer shall be a part of the pipe submittal. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be as follows: 1.) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and mechanical joints restraints. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. 2.) For pipe diameters equal or greater than 30 inches, mechanical joints restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at all time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits” and AWWA C651. Disinfection may be accomplished by either the continuous feed or slug feed methods. Interior surface of pipe shall be swabbed with a 1 to 5 percent hypochlorite disinfecting solution. Contractor shall submit a plan for flushing and disinfection for review and approval or make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. NCTCOG - 4TH EDITION - AMENDMENTS Page 9 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 501.7.4 Ductile Iron Fittings General: This item shall govern the material requirements of ductile iron fittings for use in water service supply. Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications. Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes 16” and larger or AWWA C153 for compact fitting only for 12” and smaller. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance with AWWA C104. Fittings shall be wrapped in an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene after installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only. Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water or wastewater line pipe installation unless specified otherwise in the plans or Special Contract Requirements.. Item 501.14 Polyvinyl Chloride (PVC) Water Pipe General: This item shall govern the materials of construction and installation of PVC pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall thickness of DR 14. PVC pipe shall be blue in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 506 “Water Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be concrete trust blocking only. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 “Purging and Disinfection of Water Conduits” and AWWA C651. Disinfection may be accomplished by either the continuous feed or slug feed methods. Interior surface of pipe shall be swabbed with a 1 to 5 percent hypochlorite disinfecting solution. Contractor shall submit a plan for flushing and disinfection for review and approval or make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. NCTCOG - 4TH EDITION - AMENDMENTS Page 10 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 501.15 Polyvinyl Chloride (PVC) Pressure Rated Pipe & Fittings for Wastewater General: This item shall govern the materials of construction and installation of PVC pipe and fittings for use in pressurized wastewater applications. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 18. PVC pipe shall be green in color if the application is for raw wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be AWWA C907 PVC or AWWA C110/C153 ductile iron with Protecto 401 protective coating. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The Contractor shall provide lay schedules developed by the pipe manufacturer showing the required restraint at fittings and at additional joints based on the design calculations for full thrust design. The lay schedule and design calculations from the pipe manufacturer shall be a part of the pipe submittal. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraints shall be as follows: 1.) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only. 2.) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and mechanical joints restraints. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. 3.) For pipe diameters equal or greater than 30 inches, mechanical joints restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 “Hydrostatic Test” and NCTCOG Table 506.5.(a). Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust blocking, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. NCTCOG - 4TH EDITION - AMENDMENTS Page 11 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications. Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection. B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the Special Contract Requirements. C. Fitting wall thickness shall match the main line pipe wall thickness. D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Item 501.24 Fiberglass Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of fiberglass (glass-fiber reinforced thermosetting-resin) pipe and fittings for use in wastewater applications. Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe intended for gravity flow applications shall meet the requirements of ASTM D3262 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D3840 standards and match the pipe stiffness. B. Pipe intended for pressure flow applications shall meet the requirements of ASTM D3754 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D5685 standards and match the pipe stiffness. C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity flow pipe and Class PN150/SN46 for pressure flow pipe unless otherwise noted on the plans or in the Special Contract Requirements. NCTCOG - 4TH EDITION - AMENDMENTS Page 12 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe to be joined and conforming to ASTM D4161. The coupling pressure class shall match or exceed the pipe pressure class. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 “General Conduit Installation” and 507 “Wastewater Conduit Installation”. Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 “Sawing”. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 “Low Pressure air Testing”. Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 “Flexible Pipe (Deflection) Testing”. Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Item 502.1-A Concrete Manhole (Cast-in-Place) General: This item governs the construction of monolithic poured concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 “Manholes” NCTCOG Item 702 “Concrete Structures” Submittals: Submittals are required for the pipe-to-manhole connector, concrete mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner (if required). Material: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard manhole detail. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”. D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. HDPE and polypropylene risers shall only be used for manholes under existing or proposed pavement. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. NCTCOG - 4TH EDITION - AMENDMENTS Page 13 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 H. Interior Lining – Acceptable interior lining systems for concrete manholes are SpectraShield by CCI Spectrum, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. Installation: A. Manholes shall be constructed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed according to the plan details or the current City standard manhole detail for the relevant manhole type. B. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. C. Manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. D. Construction joints are not allowed for cast-in-place concrete manholes. If a construction joint is required due to delays in concrete delivery, weather or any other cause the City Inspector or Engineer shall direct the type of construction joint to be installed before proceeding with the remaining concrete placement. Cost for the creation of the construction joint and any associated delay in the construction of the manhole shall be solely the responsibility of the Contractor. E. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. F. Cast-in-Place manholes shall not be backfilled for at least 12 hours after the forms have been removed. G. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. H. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene grade adjustment risers are utilized, the riser shall be installed and sealed per the manufacturer’s specification. Gasket’s and/or sealants shall provide a watertight seal between the adjoining elements. I. Interior and exterior grouting is required for all construction joints, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. J. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. K. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. L. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. NCTCOG - 4TH EDITION - AMENDMENTS Page 14 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 502.1-B Concrete Manholes (Precast) General: This item governs the installation of precast concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 “Manholes” NCTCOG Item 702 “Concrete Structures” Submittals: Dimensioned submittals are required for the precast manhole sections. Material submittals are required for the pipe-to-manhole connector, bitumastic gaskets, wall wrap, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner. Material: A. Concrete – Precast concrete sections shall conform to ASTM C478 standards. B. Pipe-to-Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 “Preformed Flexible Conduit Joint Sealant”. D. Grout - Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser – Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. HDPE and polypropylene risers shall only be used for manholes under existing or proposed pavement. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. H. Interior Lining – Acceptable interior lining systems for concrete manholes are SpectraShield by CCI Spectrum, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. An interior liner is always required on precast concrete manholes. I. Wall Wrap – Wrap shall be 6” wide extruded butyl adhesive tape, with a minimum 30 mil thickness and either an EPDM or HDPE plastic backing. Installation: A. Manholes shall be installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be installed according to the plan details or the current City standard manhole detail for the relevant manhole type. B. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. NCTCOG - 4TH EDITION - AMENDMENTS Page 15 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 C. Manhole installation shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. D. One layer of bitumastic gasket is required between each precast concrete manhole section. E. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. F. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be installed and sealed per the manufacturer’s specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. G. Interior and exterior grouting is required at each manhole section joint, around the pipe penetration holes, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. H. Wall wrap is required to cover each external manhole section joint. The manhole exterior shall be cleaned and any chips or protrusions removed. A general purpose liquid or spray adhesive shall be applied to the exterior manhole wall 3 inches on either side of the section joint. The butyl wall wrap shall then be pressed or rolled over the section joint. I. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. J. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. K. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product in accordance with the manufacturer’s specifications. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each precast concrete manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. NCTCOG - 4TH EDITION - AMENDMENTS Page 16 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Item 502.1-C Fiberglass Manhole General: This item governs the material of construction and installation of fiberglass manholes used in the wastewater collection system. Fiberglass manholes are to have prefabricated inverts and stubouts and be watertight. References: NCTCOG Item 502.1 “Manholes” Submittals: Dimensioned submittals are required for each fiberglass manhole. Material submittals are required for each fiberglass manhole. Material submittals are required for the concrete base mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser, and drop fittings and pipe (if required). Material: A. Concrete – Concrete shall conform to the strength requirements called for on the plans or in the current City standard fiberglass manhole detail. B. Bitumastic Gasket – Bitumastic gasket shall be O-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 “Preformed Felxible Conduit Joint Sealant”. C. Fiberglass Manhole – Manhole shell shall conform to ASTM D3753 standards and NCTCOG Item 502.1.1.2 requirements. Each manhole submittal shall be dimensioned and show all stubouts. D. Grout – Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. E. Frame and Cover – Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) “Iron Castings Standards”. Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions style. F. Grade Adjustment Riser – Grade adjustment riser shall be HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. No other material is allowed. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings – Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. Installation: A. Fiberglass manholes are only permitted where specifically called for on the plans or in the Special Contract Requirements. B. Fiberglass manholes shall be installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be manufactured according to the plan details or the current City fiberglass manhole detail for the relevant manhole type. C. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. D. Fiberglass manhole installation shall follow the guidelines of NCTCOG Item 502.1.4. E. Field joining of fiberglass manhole sections is only permitted when necessary to repair or adjust the manhole shell or invert. Joining shall be performed using a repair kit provided by the manhole manufacturer specifically for fiberglass repair. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. G. Frame and cover shall not be directly placed on the fiberglass cone section, A grade adjustment riser is required between the frame casting and the cone. H. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications: Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. NCTCOG - 4TH EDITION - AMENDMENTS Page 17 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch not less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inched and or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. No portion of the fiberglass manhole shell shall be left exposed above ground. I. Frame and cover shall be placed with one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be installed and sealed per the manufacturer’s specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. J. Interior and exterior grouting is required between each grade adjustment riser layer, between the frame and riser, and between the riser and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. K. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. L. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If the fiberglass manhole is indicated as being a watertight manhole on the plans it must be able to pass the vacuum test with no measurable loss in air pressure to be accepted. Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop or Vented manholes shall be separate pay items also covered under this specification. The Drop or Vented Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings necessary to make the drop or vented outlet. Item 502.3 Fire Hydrant Assembly General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings, appurtenances and valves for water supply service. Materials: Fire hydrants shall be Dry-Barrel type manufactured in compliance with AWWA standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1 ½” pentagon (five-sided) that opens left (counter-clockwise). The main pumper nozzle shall be 4 ½” in size and the two side nozzles shall be 2 ½” in size. Fire hydrant color is to be blue caps and silver body. Lead pipe to the main shall be 6- inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall be a 6-inch resilient wedge gate valve (refer to City of Denton approved material checklist) conforming to Item 502.6.2 unless otherwise called for on the plans. NCTCOG - 4TH EDITION - AMENDMENTS Page 18 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed per the plan details or the current City standard detail. Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements. Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant, the lead line, the gate valve, all appurtenances and fittings, and the valve box installation. Item 502.6.2 Resilient Seated Gate Valves General: This item shall govern the materials of construction and installation of resilient seated gate valves and their associated housings and appurtenances for water supply service. Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through 12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2, where applicable. Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the pressure rating, serial, model number, and the year manufactured. The year manufactured shall be equal to or one year less than the year of installation. The wedge encapsulation rubber shall be EPDM. Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550. Valve ends shall be as called for on the plans. Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements or in the current City standard detail drawing. Valve boxes shall be three-piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B strength requirements. Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Gate valves shall be wrapped in shall be wrapped in an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene prior to burial. Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). Item 502.6.3 Air Valves General: This item shall govern the manufacture and installation of air release, air/vacuum, and combination air valves and their associated housings and appurtenances for use in water distribution or wastewater collection systems. Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item 502.6.3.3 except that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the plans or in the Special Contract Requirements the air valve inlets and outlets shall conform to the provisions of NCTCOG Item 502.6.3.4. Air valves shall be rated for a minimum operating pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed specifically for that purpose. Unless otherwise noted on the plans or in the Special Contract Requirements, wastewater air valves must be A.R.I. Model D-025 Combination Air valves for 2 inch size and A.R.I. Model D-023 Combination Air valves for 3 inch or greater size. The model D-025 shall have a nylon body while the model D-023 shall have a stainless steel body. The D-023 models shall also have a non-slam valve. NCTCOG - 4TH EDITION - AMENDMENTS Page 19 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Installation: Air valves shall be installed at the locations and to the dimensions shown on the plans or in the Special Contract Requirements. The plans shall indicate the type of air valve to be installed. Air valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Air valves shall be installed in accordance to NCTCOG Item 502.6.6 “Line Valve Installation”. Payment: Payment shall be at the contract unit price for each air valve installed, complete in place. Unit price shall include excavation, all appurtenances and fittings, valve box installation, and vault construction (if required per the plans). Item 502.8 Polyethylene Wrap for Metal Pipe and Fittings General: This item governs the installation of protective film wrap required for metal pipe, fittings and appurtenances. Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of shall be wrapped in an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene. Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double- wrapped. The inner layer shall be wrapped in an inner encasement 8 mil “V-bio” enhanced polyethylene and an outer layer 4 mil cross linked polyethylene. Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for which it is required. Item 502.10.3-A Water Service Connections (Small Diameter) General: This item shall govern the materials of manufacture and installation of water service connections up to 2 inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are handled under Item 502.10.3-B “Water Service Connections (Large Diameter)”. Connections to existing or “live” water distribution lines shall not be covered by this item and are typically performed by City forces Materials: Material items for water service connections shall conform to the plans or current City standard details in dimension and type. Specific item requirements are listed below: Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to AWWA C800. Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection. Service Line Tubing: Service line tubing shall Type K copper for 1” service lines and SDR-9 HDPE conforming to AWWA C901 standards for 2” service lines. Meter Valve: Meter valve shall be a 90-degree angled ball valve made of brass conforming to AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator.Water Meter Cans: Can size shall be based on water meter size, not service line size. Water meter cans shall have a galvanized steel or cast-iron body with a notched meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. ¾” and 1” meter cans shall have minimum inside diameter of 24 inches. 1 ½” and 2” meter cans shall have a minimum inside diameter of 27.5 inches. Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed per the plans or current City standard detail. Construction of the service connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle. Service line installation under existing pavement shall be performed by directional drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water meter installation is performed by the City. NCTCOG - 4TH EDITION - AMENDMENTS Page 20 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall include excavation, backfill and the installation of all items listed above. Item 502.10.4 Sanitary Sewer Services General: This item describes the materials, construction and installation of sanitary sewer service lines and fittings. References: NCTCOG Item 502.10.4 Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards of the standard detail. Materials: A. Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to which it is connected. B. Cleanout box shall be as indicated on the plans or in the current City standard details. C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected. D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall contain explanation of how to read manufacturer’s date codes. Installation: 1. Wastewater service lines shall be installed at the locations and to the sizes indicated on the plans. In the event that the plans do not indicate this information, the service lines shall be installed following the current service line standards indicated in the Denton Wastewater Criteria Manual and the current City service line location detail. 2. Service line and fittings shall be installed according to the details on the plans or the current City standard service line detail. 3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance with the specifications governing mainline pipe installation. 4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum trench width for any service line size shall be 18 inches. 5. Embedment and backfill shall be as required on the standard service line detail drawing. 6. Service lines installed under existing pavement shall require temporary pavement repair in accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the Special Contract Requirements. 7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and including the new cleanout riser. Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill. All labor, equipment, and materials needed to properly install the sewer service shall be included in the contract price. Item 502.12.4 Core into Existing Manhole General: This item describes the procedure for coring into an existing manhole in order to install a new pipe connection. Submittals: Submittals shall demonstrate that the pipe-to-manhole connector and grout meet the required standards of this item. Material: A. Pipe-to-Manhole Connector – Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. B. Grout – Grout shall be non-shrink, high strength grout that meets ASTM C1107 standards. NCTCOG - 4TH EDITION - AMENDMENTS Page 21 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Execution: A. The new pipe connection shall be made using a coring method that utilizes a mechanical saw or drill. The use of pipe hammers or jackhammers is not allowed. B. The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut or cored area shall be of sufficient size to allow the insertion of the new pipe and the pipe-to-manhole connector. If required, the bench area shall also be cut or cored to the width of the new conduit to ensure a continuous grade from the new conduit invert into the manhole invert. Care should be taken to minimize the hole size so that the amount of grouting is kept to a minimum. C. The Contractor shall keep debris from entering the wastewater flow stream in the existing manhole. This shall be done by either using a flow-through plug on the existing manhole pipe connections or by bypass pumping around the manhole. D. A pipe-to-manhole connector shall be attached to the sanitary sewer pipe where the sanitary sewer pipe and the manhole meet. E. The new sanitary sewer shall not protrude more than one inch into the manhole. F. The core hole and bench cut (if required) shall be thoroughly cleaned before the application of grout around the new pipe connection. G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe connection to produce a watertight seal. The pipe-to-manhole connector shall be completely encapsulated within the grouted area. If a bench cut was required, the cut area shall be smoothed with grout. H. The excavated area shall be backfilled in accordance with the standard trench detail appropriate to the surface condition. Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and in the manhole. Item 503.2 Tunnel/Casing Pipe Spacers General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings. Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless-steel shell spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14-gauge thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion resistant coating. Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the manufacturer’s recommendation and/or guidelines. Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a subsidiary cost of the carrier pipe installation. Item 503.3 Boring and Tunneling General: This item shall govern the materials of construction and installation of underground conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or Special Contract Requirements. Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. NCTCOG - 4TH EDITION - AMENDMENTS Page 22 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Tunnel Liner Plate: Steel liner plate shall be allowed for tunnel diameters equal to or greater than 48 inches. Liner shall be 2-Flange type meeting AASHTO M218 or ASTM A1011. Thickness of the linear plate shall be determined by the linear plate manufacturer for the specific application and copies of the calculations provided to the City for review. Regardless of calculation the minimum plate thickness shall be 12 gauge. Coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. Casing Pipe or Tunnel End Seal: Casing pipe or tunnels shall be sealed with non-shrink, high strength grout that meets ASTM C1107 standards. Alternatively, rubber end seals with stainless steel tightening bands are also permitted. Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow. A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 “Construction Methods for Jacking, Boring or Tunneling”. Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow. A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe shall be advanced behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating of an approved lining material. Field weld joints shall be visually inspected by a certified independent weld inspector for quality of welds in accordance with AWWA C-206. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and welding required to install the encasement pipe or tunnel. Item 507.4.5 Sewer Pipe Coupling General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter. Submittals: A. Only those manufacturers whose sewer pipe couplings have been approved by the City of Denton will be allowed for use in the City's wastewater collection system. B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as what has been approved by the City of Denton and meets or exceeds all standards listed within this specification. NCTCOG - 4TH EDITION - AMENDMENTS Page 23 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Products: Acceptable Manufacturers and Products A. Onset Pipe Products, Inc., Shear Guard® Coupling, sizes 4" through 12”, for both similar and dissimilar pipe materials and O.D.s. B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through 48", for similar pipe materials only. C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s. Installation: A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign material. B. The pipe coupling shall be installed per the manufacturer’s guidelines. The coupling shall not be tightened to the extent that it causes deformation of either pipe end. C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing. D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with concrete. Payment: Payment for this item shall be included in the unit price for pipe installation. Item 507.5.2 Television Inspection General: This item describes televised inspection of all new sanitary sewer lines and sanitary sewer services prior to final acceptance and at the end of the warranty period. Execution: A. The Contractor or a third party hired by the Contractor shall perform the televised inspection of the new sanitary sewer line. B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program) certified. C. The City of Denton Inspector shall be present during the television inspection, unless otherwise authorized in writing. D. The televised inspection shall commence only after the line has passed both air and mandrel test and the line has been thoroughly cleaned and vacuumed. E. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2. F. The camera shall be centered in the middle of the pipe throughout the inspection. Inspection that is excessively off-centered may be cause for rejection. G. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that proceed at a greater rate may be rejected. H. The camera shall be stopped at each lateral connection and the camera head shall be rotated to inspect each lateral connection fully. Submittal: A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1. B. Log sheet report must utilize PACP reporting standards. C. Video submittal shall be a digital mpeg file unless otherwise directed by the City’s representative. Criteria for Repair: The Contractor shall make repairs or clean the line if the City notes problems, including but not limited to the following: A. Pulled or slipped joints. B. Rolled gaskets. C. Water infiltration. D. Cracked or damaged pipe. E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7 percent or greater, no standing water is allowed. The depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City. F. Structural damage to the pipe. NCTCOG - 4TH EDITION - AMENDMENTS Page 24 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 G. Services coming into the main at an angle other than according to the details. H. Services not installed on lots indicated by plans. I. Pipe has debris, soil or residue. Another televised inspection run at no additional cost is required after any repairs. Warranty Inspection: A second television inspection by the Contractor shall be started no sooner than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. Should the Contractor fail to turn in a second original television inspection video with proper documentation to the City by the 690th calendar day, written notice to perform a second television inspection shall be given by the City to the Contractor and the Surety. If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of notification, then the City shall have the right with or without further notice, to perform a second television inspection or cause the same to be done, either by contract or otherwise at its option, and to pay for the cost of the second television inspection. If such cost of repairs, so made, shall not be paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the second television inspection shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the cost of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. Payment: Payment for both the final acceptance and final warranty televised inspection of sanitary sewer and services shall be included in the price of new sanitary sewer pipe and services installed. Item 801 Barricade, Detours, and Warning Signs General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time shall any property’s access be completely blocked. The contractor will be required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T-posts. Traffic must be allowed to continue with as little interruption as possible. Street closings must be scheduled at least one week in advance so they may be advertised in the Denton Record-Chronicle. The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non- working hours. Refer to the requirements listed under the General Provisions. NCTCOG Reference: Items 107.19 and 801 Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to completely barricade the project. Item SS01 Cut and Plug Existing Sewer Lines General: This item describes the cutting and plugging of abandoned sections of sanitary sewer. Materials: A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2. B. Grout shall conform to ASTM C1107 standards. C. Manufactured cap or plug shall be PVC or HDPE conforming to the material standards of the pipe to be abandoned. Execution: A. Wherever indicated on the plans, the existing line to be abandoned shall be exposed and a two foot section of pipe shall be removed. If the cut and plug location is adjacent to a manhole that is to remain in service the pipe cut shall be no closer than two feet from the manhole wall. NCTCOG - 4TH EDITION - AMENDMENTS Page 25 of 25 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 B. The removed section of abandoned pipe shall be filled with concrete until both ends of the abandoned pipe are effectively sealed. C. Concrete shall be prevented from entering the manhole invert through the use of a pipe plug or some other suitable blocking agent. D. If the pipe to be abandoned is greater than 24 inches in diameter a manufactured cap or plug may be utilized to seal the abandoned pipe ends in lieu of concrete. The manufactured cap or plug must be grouted onto the abandoned pipe end to ensure a watertight seal. E. The excavation hole shall be backfilled per the standard trench detail appropriate for the surface condition. Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Item SS02 Abandon Existing Manhole General: This item describes the procedures for the abandonment of existing manholes. Materials: A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for Class B concrete. B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards. Execution: A. Removal items or sections shall be indicated on the standard manhole abandonment detail. Removed items and sections shall be the property of the Contractor and must be disposed of in accordance to NCTCOG Item 107.25. B. Manhole outlets shall be plugged and the manhole filled according to the standard manhole abandonment detail. C. The area above the abandoned manhole shall be compacted with backfill according to the standard manhole abandonment detail. Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and backfill are included in the unit price. Item SS03 Remove Existing Manhole General: This item describes the procedures for the removal of existing manholes. Execution: A. Excavation shall be made around the manhole to be removed to a depth equivalent to the concrete base of the manhole. B. Connecting sewer lines shall be cut or broken where they enter the existing manhole. C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance to NCTCOG Item 107.25. D. Each connecting sewer line shall be plugged with Class B concrete or capped with a manufactured watertight cap where the line is greater than 24 inches in diameter. Plugging shall follow the requirements of Item SS01. E. The excavation hole shall be backfilled according to the standard trench detail for the appropriate surface cover condition. Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the unit price. D - 1 SPECIAL CONTRACT REQUIREMENTS AND BID ITEM DEFINITIONS As Stated in the General Provisions, the November 2017 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction will be utilized as a basis for both general and technical procedures to include types of materials and construction procedures used in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where NCTCOG gives options, (3) specify provisions for deviation from NCTCOG, and (4) define the bid items listed in the bid tabulation sheet. The following specifications are also numbered in accordance with NCTCOG to aid in locating more specific requirements. Conflicts possibly arise when the City of Denton provisions conflict with either the plans for the project or the North Central Texas Council of Governments specifications. The following order of precedence shall generally be followed in case of conflicts; however, final determination shall be made by the City Engineer: 1. City of Denton construction plans 2. City of Denton project specifications 3. NCTCOG Standard Specifications Payment sections of the specifications include all material, labor, and equipment necessary to complete the project. D - 2 Base Bid Item 1 Mobilization Measurement and payment for Mobilization will follow specification 01 70 00. Item 2 General Site Preparation General: The requirements of City of Denton NCTCOG Amendment Item 203.3 are applicable. Payment: Payment for this item shall be at the contract lump sum price. Item 3 Corrosion Protection General: The requirements of 26 40 00.02 are applicable. This item is as needed. Payment: Payment for this item shall be at the contract price lump sum. Item 4 SWPPP Plan and Implementation General: The requirements of City of Denton NCTCOG Amendment Item 201 are applicable. Payment: Payment for this item shall be at the contract lump sum price. Item 5 Traffic Control Plan and Implementation General: The requirements of City of Denton NCTCOG Amendment Item 201 are applicable. Payment: Payment for this item shall be at the contract lump sum price. Item 6 Portable Message Signs The contractor shall install a total of two (2) Portable Changeable Message Signs (PCMS) at the locations described herein. Place one PCMS at each end of the project on Bonnie Brae starting one week prior to beginning construction and showing the start date. The signs shall be used throughout the project, but not necessarily for the entire duration of the project and shall be updated regularly to advise the public of lane closures, changing of traffic control, etc. The contractor shall coordinate with the City inspector with regard to the messages placed on the signs. The sign shall be a self- contained unit, with a message board capable of being elevated to at least 7 feet above the ground to the bottom of the sign and be capable of being secured against movement in any direction. The sign must have at least three lines of text and at least ten characters per line, with character heights of at least eighteen inches. The sign must be trailer mounted with leveling jacks and trailer lights. Power must be from a generator or solar power or both. The sign controller must be capable of storing multiple messages and displaying up to three messages sequentially. Controller equipment shall be in a lockable enclosure. The PCMS units shall be placed one week prior to beginning construction, D - 3 and must remain operative and in place until all construction is complete. The PCMS units may be moved during construction at the direction of the City inspector. Payment: Payment for the Portable Changeable Message Sign will be at the unit price bid per calendar day per sign, and shall be full compensation for providing, setting up, relocating, removing, and maintaining the units, and all fuel, batteries, lights and replacement parts needed for operation of the units. Payment will begin one week prior to the beginning of construction (date to be set at the Preconstruction conference) and continue to the end of construction. Total days shown in the proposal are 180 days for each of two PCMS (calculated as approximately two-thirds the contract days for each of the two signs), for a total of 270 calendar days. Item 7 6'' C900 DR-14 PVC Water Line General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable Payment: Payment for this item shall be at the contract price per linear foot. Item 8 12'' C900 DR-14 PVC Water Line General: The requirements of City of Denton NCTCOG Amendment Item 501.14 are applicable Payment: Payment for this item shall be at the contract price per linear foot. Item 9 60''x3/4'' Thick Steel Casing By Bore General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Pipe costs are covered in Items I-1, to I-6. Payment: Payment for this item shall be at the contract price per linear foot. Item 10 60''x3/4'' Thick Steel Casing By Open Cut General: The requirements of City of Denton NCTCOG Amendment Item 503.3 are applicable. Pipe costs are covered in Items I-2 to I-5 as well as I-16. Payment: Payment for this item shall be at the contract price per linear foot. Item 11 Excavation Protection (Trench Safety) General: The requirements of City of Denton NCTCOG Amendment Item 107.19.3 are applicable. Payment: Payment for this item shall be at the contract price per linear foot. Item 12 8” Blowoff Valve Assembly D - 4 General: This unit price shall include furnishings and installing blow-off valve assemblies, complete with gate valve, restrained joint fittings and all other appurtenances as specified and indicated on the plans, complete in place. Payment: Payment shall be at the contract unit price per each Item 13 Fire Hydrant Assembly General: The requirements of City of Denton NCTCOG Amendment Item 502.3 are applicable. Payment: Payment shall be at the contract unit price per each. Item 14 Connet to Existing Fire Hydrant Assembly General: Unit price shall include connecting to existing fire hydrant assemblies and all necessary appurtenance to reconnect to existing fire extinguish assemblies. Payment: Payment shall be at the contract unit price per each. Item 15 6” Gate Valve and Box General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract unit price per each. Item 16 12” Gate Valve and Box General: The requirements of City of Denton NCTCOG Amendment Item 502.6.2 are applicable. Payment: Payment for this item shall be at the contract unit price per each. Item 17 42” Butterfly Valve Assembly General: The requirements of Specification 33 12 16.26 are applicable. Payment: Payment for this item shall be at the contract price per each. Item 18 2” Type 1 CAV Assembly General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable. Payment: Payment for this item shall be at the contract unit price per each. Item 19 4” Type 2 CAV Assembly General: The requirements of City of Denton NCTCOG Amendment Item 502.6.3 are applicable. Payment: Payment for this item shall be at the contract unit price per each. D - 5 Item 20, 21, & 22 Connect to Existing 16”, 12” and 42” Waterline Connection to existing water line shall be measured per each connection complete in place. Payment for connection to the existing water line shall be at the unit price bid for each bid item. Payment shall be full compensation for installing all pipe, fittings, connections to existing lines, waterline shutdowns, disinfection, testing, and all other items necessary to complete the work. Bid price for this item shall include all coordination, temporary blocking and restraint, adaptors, specials, and fittings to make the connection at any time during construction. Item 23 & 24 Reconnect Water Meter (long & short) General: The requirements of City of Denton NCTCOG Amendment Item 502.10.3-A are applicable. Payment: Payment for this item shall be at the contract unit price per each. Item 25 Remove Existing 16” and 20” Water Line Payment for removal of the existing water line shall be at a lump sum price bid. Payment shall be full compensation for removing all pipe, fittings, connection to existing lines, waterline shutdowns, all other items necessary to complete the work. Bid price for this item shall include all coordination during the construction. Item 26 Asphalt Pavement Repair (11’ width) Measurement and Payment for sawcut and repair of pavement will be per linear foot of open trench pipe installation through an improved area. The price bid for pavement sawcut and repair from construction activities shall be full compensation for sawing existing asphalt pavement as described in the plans and specifications, removal and disposal of rubble, grading, subgrade preparation, concrete, forms and rebar, HMAC, HMAC sealant, flexbase, tack and prime coats, finishing, testing temporary roads and replacement of any culverts or curb and gutters damaged from construction activities. 2” overlay shall be on full width of the road. Full depth road replacement is not warranted. Replace material in trench as noted in plans and specs. Replace the first 2” of HMAC for full width road surfaces with HMAC Type C. Item 27 Sidewalk Replacement Measurement and Payment for sawcut and repair of pavement will be per linear foot. The price bid for sawcut and replacement from construction activities shall be full compensation for sawing existing sidewalk as described in the plans and specifications, removal and disposal of rubble, grading, subgrade preparation, concrete, forms and rebar, finishing, and replacement of any culverts or curb and gutters damaged from construction activities. Item 28 Curb and Gutter Replacement Measurement and Payment for sawcut and repair of pavement will be per linear foot. The price bid for sawcut and replacement from construction activities shall be full compensation for sawing existing curb as described in the plans and specifications, removal and disposal of rubble, grading, subgrade D - 6 preparation, concrete, forms and rebar, finishing, and replacement of any culverts or curb and gutters damaged from construction activities. Alternate A and B Item 1A or 1B 42-inch Water Line (Poly Coated Steel or Bar Wrapped) General: The requirements of specification 33 11 13.13 and 09 97 16 Poly Coated Steel, or 33 05 01.05 for Bar Wrapped, are applicable. FNI Technical Specifications DIVISION 31 EARTHWORK 01 Table of Required Submittals 01 33 00.01 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 01 33 00.01 TABLE OF REQUIRED SUBMITTALS 1.00 GENERAL 1.01 REQUIRED SUBMITTALS A. The following tabulation list the submittals required for each Submittal Section. Each Specification section may provide more detailed information regarding the data to be provided for each product, materials, equipment or component required by the specification. Provide additional documentation as required by the Contract Documents in accordance with Section 01 33 00 “Submittal Procedures” and each Specification section and as reasonably requested by the Owner, Construction Manager and Engineer. B. Incorporate each submittal in the Construction Schedule and Indicate the date each submittal is anticipated to be submitted. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION (NOT APPLICABLE) Table of Required Submittals 01 33 00.01 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main SUBMITTAL SCHEDULE Spec Number Description Shop Drawing Sample Certified Test Report Certification of Local Field Service Extended Warranty Extended Service Agreement Certificate of Adequacy of Design Certification of Applicator/Subcontractor Record Data Operation and Maintenance Manuals Equipment Installation Report Process Performance Bond 01 45 16.16 Hydrostatic Testing X X X 09 97 16 Pipeline Coatings and Linings X X X 13 47 13 Cathodic Protection System X X X X 31 05 13 Soils for Earthwork X 31 05 16.01 Aggregates for Earthwork X 31 23 33.14 Trench Safety X 31 23 33.16 Trenching and Backfill X X 33 05 01.05 Bar-Wrapped Concrete Cylinder Pipe and Fittings X X X X 33 10 13 Disinfecting of Water Utility Distribution X X 33 11 13.13 Steel Pipe and Fittings X X X X 33 12 16.13 Miscellaneous Valves X X 33 12 16.23 Gate Valves X X X 33 12 16.26 Butterfly Valves X X X END OF SECTION Hydrostatic Testing 01 45 16.16 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 01 45 16.16 HYDROSTATIC TESTING 1.00 GENERAL 1.01 WORK INCLUDED A. Perform a hydrostatic pressure test on each valved or plugged section of newly laid pipe after the pipe has been backfilled. Perform hydrostatic pressure test by raising the pressure in the pipe section to the required test pressure for the duration defined in Paragraph 3.02. B. Plugs may be installed in concrete cylinder or steel pipe at intermediate locations for the purpose of testing shorter lengths of pipe at the Contractor’s option. No additional compensation will be paid to the Contractor for testing at intermediate locations if the Contractor uses this option. C. Obtain water from the Owner for filling the pipeline for the hydrostatic test. Provide the necessary piping, connection, pressure reducing and backflow prevention equipment required to conduct the test. Fill the new pipeline through a backflow prevention device. Leave the pipeline full of water upon completion of the hydrostatic test, unless internal test plugs must be removed to allow construction to continue or where pipe will gravity drain. D. Purchase water required for re-testing of the pipeline from the Owner. Water will be sold to the Contractor at published rates. 1.02 SUBMTTALS A. Submit Hydrostatic Pipe Test Reports per Section 01 33 00 “Submittal Procedures.” 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: American Water Works Association (AWWA) AWWA M9 Concrete Pressure Pipe AWWA M11 Steel Pipe – A Guide for Design and Installation 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 GENERAL A. Perform hydrostatic test on bar-wrapped, concrete cylinder pipe in accordance with AWWA M9 and the pipe Supplier’s recommendations. B. Perform hydrostatic test on steel pipe in accordance with AWWA M11 and the Supplier’s recommendations. 3.02 TEST CONDITIONS Hydrostatic Testing 01 45 16.16 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main A. Test pipe at the test pressure for the duration as indicated below for the various pipe materials: Pipe Type Duration (hours) Test Pressure (psi) Bar-wrapped concrete cylinder pipe 8 100 Steel pipe 8 100 3.03 PROCEDURE A. Bar-Wrapped Concrete Cylinder Pipe, and Steel Pipe: 1. Hydrostatically test the pipe after backfill over the test section of pipe has been completed for 7 days. Slowly fill the line with water and vent all air from the pipeline during filling. 2. Allow the pipe to stand under a slight pressure for at least 48 hours to allow the mortar lining to become saturated and/or to allow the escape of remaining air trapped in the line. Examine bulkheads, valves, manholes, flanges, and connections for leaks during this period. 3. Stop leaks before continuing with the test. 4. Measure water volume during the test if existing valves in the main line leak during the test. Measure the water volume leaking from the valve through a meter or by other means approved by the Construction Manager. Furnish all necessary equipment and include the cost for this effort in the Contract Price. 5. Expel all air from the pipe before applying the specified test pressure. Provide taps in the line to expel air from high points where air valves are not provided. These taps must be made by the pipe manufacturer and approved by the Engineer. Tightly plug the tap after tests are complete. Include the cost for these taps in the Contract Price. 3.04 EXAMINATION UNDER PRESSURE A. Inspect the pipe during the test to locate any leaks or breaks, defective joints, cracked or defective pipe, fittings, or valves. Correct defective Work identified during the pressure test. B. Correct all identified leaks even if leakage is within the parameters for permissible make up water per Paragraph 3.05. C. Test the pipe again after defective Work has been corrected. Repeat the test and correction of defective Work until satisfactory test results are obtained. 3.05 PERMISSIBLE MAKEUP WATER A. Measure makeup water required for the section of pipe being tested. Makeup water is the volume of water pumped into the test section of pipe necessary to maintain the specified test pressure after the pipe has been filled with water and the air expelled. Hydrostatic Testing 01 45 16.16 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main B. The maximum acceptable volume of makeup water for steel or bar-wrapped pipe installations is 10 gallons per inch of pipe diameter per mile of pipe tested per 24 hours. Calculate the maximum acceptable volume of makeup water using the following equation: =10 5280 Where: Vm is the maximum acceptable volume of makeup water in gallons for 24 hours D is the nominal pipe diameter in inches L is the length of the pipe test section in feet As an example the allowable amount of makeup water for a test section of 2500 feet of 60 inch diameter pipe would be: 10 x 60 x 2500 / 5280= 284 gallons END OF SECTION DIVISION 31 EARTHWORK 09 Pipeline Coatings and Linings 09 97 16 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 09 97 16 PIPELINE COATINGS AND LININGS 1.00 GENERAL 1.01 WORK RESULTS A. This Section covers the work necessary to apply external polyurethane coating and internal mortar lining on steel pipe, field coating of joints, and field repair of coating damage, complete. B. Mortar coated steel pipe shall be provided where specifically shown on the Drawings. C. Exposed steel pipe in vaults and above grade will be coated as specified in Section 09 96 00 “High-Performance Coatings,” unless specifically specified otherwise. 1.02 SUBMITTAL REQUIREMENTS A. Contractor submittals shall be made in accordance with Section 01 33 00 “Submittal Procedures.” 1. Shop Drawings: Catalog cuts and other information for all products proposed. Provide copy of approved coating system submittals to the coating applicator. Provide copies of coating manufacturer application procedures and repair procedures. Provide copies of the heat shrink sleeve manufacturer’s application procedures. 2. Quality Control Submittals: Furnish the following: a. Applicator's Experience with list of references substantiating compliance. b. Coating manufacturer's certification stating the applicator meets or exceeds their coating application requirements and recommendations. c. Coating manufacturer shall provide a copy of the manufacturer’s coating application quality assurance manual. d. If the manufacturer of field-applied coating differs from that of the shop applied primer, provide written confirmation from both manufacturers’ that the two coating materials are compatible. e. Provide copies of all Certified Test Reports for all coating and lining testing. f. Provide certification from the coating manufacturer that the coatings are being applied in accordance with the coating manufacturer’s specifications at the start of coating and/or lining operations. Additionally submit reports from monthly follow- up site visits from coating manufacturer that the coatings are being applied in accordance with the coating manufacturer’s specifications based upon the monthly site visits. 1.03 QUALITY ASSURANCE A. Coating Applicator's Experience and Certification: 1. Coating Application Company and coating application supervisor (Certified Applicator) shall have a minimum of 5 years experience applying the specified coating system. Pipeline Coatings and Linings 09 97 16 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. Coating application personnel, whom have direct coating application responsibility, shall have a minimum of 2 years practical experience in application of the indicated coating system. 3. Coating applicator shall be certified by the coating manufacturer as an approved applicator. B. Coating and/or lining manufacturer technical representative shall be present for a minimum of 3 days technical assistance and instruction at the start of coating and/or lining operations within the shop. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. C. Coating and/or lining manufacturer’s technical representative shall be onsite for 3 working days, minimum, at the start of each construction season to inspect coating application and procedures in the field. During this visit, the technical representative shall observe surface preparation and coating application and conduct tests of the coating to insure conformance with application instructions, recommended methods, and conditions. D. Coating and/or lining manufacturer shall include 8 hours per month of field or shop coating technical support when requested by the Engineer. E. Technical representative shall provide a written report to the Engineer for each visit. Report shall include copies of test data collected, description of observations, and all recommended corrective actions. Report shall be submitted within 5 working days after the visit. When deemed necessary by the Engineer, work will not be permitted to proceed until the recommended corrective actions have been implemented. After all corrective recommendations have been completed; the manufacturer representative shall return and certify that the application complies with the manufacturer’s coating application recommendations. F. Additional visits by the manufacturer’s representative shall be made at sufficient intervals during surface preparation and coating or lining as may be required for product application quality assurance, and to determine compliance with manufacturer’s instructions, and as may be necessary to resolve problems attributable to, or associated with, manufacturer’s products furnished for this project. 1.04 ABBREVIATIONS The following abbreviations are used in this Section: Abbreviations MDFT Minimum Dry Film Thickness mil Thousandths of an Inch 1.05 DEFINITIONS A. Manufacturer's Representative: Employee of coating manufacturer who is factory trained and knowledgeable in all technical aspects of their products and systems. Sales representatives are not acceptable as a technical representative unless written Pipeline Coatings and Linings 09 97 16 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main authorization from the coating manufacture is provided which states the sales representative has full authority to act on the behalf of the coating manufacturer. 1.06 REFERENCE STANDARDS A. This specification section recognizes AWWA, NACE, and SSPC standards as minimum industry standards and are referenced for purpose of conformance, except where modified in this section. The requirements of this specification section have been written to a higher design standard with the intent of achieving a long term coating performance. The applicable provisions of the following standards shall apply as if written here in their entirety: American Water Works Association (AWWA) AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe- 4-Inch and Larger- Shop Applied AWWA C209 Cold Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C216 Heat-shrinkable Cross-linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Cold-Applied Petrolatum Tape and Petroleum Wax Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C222 Polyurethane Coatings for Interior and Exterior of Steel Water Pipe and Fittings National Association of Corrosion Engineers (NACE) NACE RP 0274 High Voltage Electrical Inspection of Pipeline Coatings Prior to Installation Steel Structures Painting Council (SSPC) SSPC-SP-1 Solvent Cleaning Surface Preparation SSPC-SP-2 Hand Tool Cleaning Surface Preparation SSPC-SP-3 Power Tool Cleaning Surface Preparation SSPC-SP-5 White metal Abrasive Blast Surface Preparation SSPC-SP-6 Commercial Abrasive Blast Surface Preparation SSPC-SP-10 Near White Metal Abrasive Blast Surface Preparation SSPC-SP-11 Power Tool Cleaning to Bare Metal 1.07 SPECIAL WARRANTY REQUIREMENTS Pipeline Coatings and Linings 09 97 16 - 4 DTN12314 – North-South Phase III 42-inch Water Transmission Main A. The Contractor and coating applicator shall warrant to the Owner and guarantee the Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. 1.08 OBSERVATION OF WORK A. The Contractor shall give the Owner Representative a minimum of 14 days advance notice of the start of any work to allow scheduling for shop or field observation. Provide Owner representative a minimum 3 days notice for actual start of surface preparation and coating application work. B. Provisions shall be made to allow Owner’s representative full access to facilities and appropriate documentation regarding coating application. C. Observation by the Owner’s representative or the waiver of observation of any particular portion of the Work shall not be construed to relieve the Contractor of his responsibility to perform the Work in accordance with the Contract Documents. D. Materials shall be subject to testing for conformance with this Section as the Owner’s representative may determine, prior to or during incorporation into the Work. 2.00 MATERIALS 2.01 GENERAL A. Exterior and interior pipe and fitting surfaces shall be prepared and coated in accordance with referenced standards, written directions of the coating or lining manufacturer’s, and the Specifications, whichever is more stringent. B. Coatings and linings will be stored, handled, and applied per manufacturer’s written directions. C. Pipeline coating or lining shall be the product of a single manufacturer. Product substitutions during the Project will not be permitted. 2.02 CONTRATOR FURNISHED TEST EQUIPMENT A. Contractor shall provide the following coating test equipment for field testing of pipe for holidays: 1. Holiday Test Equipment: a. Elcometer Model D236, 0 to 30 kV high voltage tester. b. External Pipe rolling spring probe, sized for the Project pipe diameter. c. Right Angle Wire Brush Probe, 20 inches or larger. d. Telescopic probed extension handle, 2- to 4-foot length range. B. Equipment to be turned over to the Owner upon completion of the Work. Equipment shall be in full working condition with all manuals, cases, and accessories supplied with equipment or required to be provided. 2.03 EXTERIOR SHOP-APPLIED COATINGS Pipeline Coatings and Linings 09 97 16 - 5 DTN12314 – North-South Phase III 42-inch Water Transmission Main A. General: 1. Steel pipe shall be coated in accordance with AWWA C222, except as modified herein. 2. Buried dielectrically coated pipe and fittings passing through a structure wall or floor shall be coated for a minimum of 2 inches beyond the interior wall or floor surface. 3. Pipe that is atmospherically exposed shall be shop primed as specified herein and Section 09 96 00 “High-Performance Coatings.” B. Plural Component Polyurethane: 1. General: Plural component, polyurethane coating system (referred to as a polyurethane system) shall be applied in accordance with AWWA C222, and as modified herein. 2. Shop Surface Preparation: a. Steel pipe: SSPC-SP5, White Metal blast, 3.0-mil profile, minimum, or as required by the manufacturer, whichever is greater using standardized testing procedures. b. Concrete Pipe: 1). Abrasive blast to remove all laitance, loose material, and create a suitable anchor profile. 2). Cement mortar coating shall be allowed to cure 15 days or steam cured not less than 7 days prior to surface preparation of the mortar and coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer’s requirements for application on cement, whichever is greater. 3). Mortar coating shall be dry for coating application. 3. Shop Applied Coating Requirements: a. Self-priming, plural component, 100 percent solids, non-extended polyurethane, suitable for burial or immersion. Extended polyurethane coating will not be acceptable. Polyurethane shall be manufactured within 30 days of shipping to application facilities, and polyurethane shall not be taken from previous inventory. b. One coat, 35 mils total dry film thickness, minimum, or as required to meet the holiday and coating defects limits specified in this Section. c. Shall be one of the following products, subject to review and acceptance of submitted product performance reports: 1). Protec II, Futura Coatings, Hazelwood, Missouri. 2). Chemtane 2265, Chemline, Inc, St. Louis, Missouri. 3). Polygard 777, Carboline, St. Louis, Missouri. 4). No approved equal. d. Acceptance of submitted product is contingent upon: 1). Submit written verification that no change in product formulation has occurred. Owner reserves the right to conduct laboratory comparison of the test product with the submitted product Part A and B formulation using infrared spectrometry Pipeline Coatings and Linings 09 97 16 - 6 DTN12314 – North-South Phase III 42-inch Water Transmission Main analysis. Test shall be performed on product samples collected at the fabrication shop by Owner designated personnel. Products found to have been modified from the product used for the coating performance test report will be rejected. C. Exterior Coating for Exposed Steel Pipe: 1. All atmospherically exposed or vault piping shall be shop primed with the coating system as specified in Section 09 96 00 “High-Performance Coatings.” 2. Manufacturer of shop-applied primer shall be coordinated with field application to provide a completed system by a single manufacturer. Engineer approval of a coating system with two or more coating manufacturer’s will require written approval from all coating manufacturer’s as to compatibility and acceptance under warranty. D. Cement Mortar Coating or Overcoat: 1. Where indicated on the drawing for tunnel carrier pipe or other applications apply cement mortar coating system on steel pipe and fittings in accordance with AWWA C205, except as modified herein. 2. Cement mortar overcoat shall be applied over a dielectric coating system on steel pipe and fittings in accordance with AWWA C205, except as modified herein. 3. Holdback: Mortar overcoat shall be held back of dielectric coating a minimum of 18 inches for overlap of field applied heat shrink sleeve joint coating onto dielectric coating system. 4. Shop Applied Coating System: a. Cement: Conform to ASTM C150, Type II. b. Aggregate shall be silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. c. Cement mortar mixture shall consist of 1 part cement to not more than 3 parts aggregate. d. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. Use no more than 4-1/2 gallons of water per sack of cement. e. Cement mortar coating: Nominal 1-inch thick coating with permitted tolerance of plus or minus 1/4 inch. 2.04 INTERIOR SHOP-APPLIED LININGS A. Cement Mortar Lining: 1. Clean and cement mortar line steel pipe and fittings in accordance with AWWA C205. 2. Cement: Conform to ASTM C150, Type II. 3. Shop applied cement mortar lining shall be uniform in thickness over the full length of the pipe joint. 4. Aggregate shall be silica sand or other aggregate that is not subject to leaching. Conform to ASTM C33. Pipeline Coatings and Linings 09 97 16 - 7 DTN12314 – North-South Phase III 42-inch Water Transmission Main 5. Water for cement mortar: Clean and free from organic matter, strong alkalis, vegetable matter, and other impurities. B. Liquid Applied Epoxy Coating: 1. Provide liquid epoxy primer and lining in all cement mortar lined metallic pipe at insulating joints for a minimum of two pipe diameters on each side of the insulated joint. 2. Epoxy coatings shall be NSF approved coatings suitable for potable water contact in accordance with ANSI/NSF Standards 60 and 61. 3. Epoxy shall be applied over the cement mortar lining where specified for the pipeline lining material. 4. Prepare the cement mortar lining by abrasive blasting to remove all laitance and provide a surface profile. 5. Cement mortar shall be allowed to cure for a minimum of 15 days prior to surface preparation and coating application or 7 days with steam curing. 6. Mortar lining shall be dry when epoxy lining is applied. 2.05 SPECIALS, FITTINGS, AND CONNECTIONS A. Coating and lining application for special sections, connections, and fittings for steel or ductile iron pipe shall conform to coating system and application requirements as specified in this Section. B. Specials, fittings, and connections shall be defined as any pipe section with turnouts for blowoffs, interconnects, any valve, or other appurtenances; tees; crosses; wyes; laterals; manholes; mitered angles or elbows; and pipes which require special fabrication that prevents mechanical production application of the specified coating system from end to end of pipe joint. C. In addition to the items listed as specials, the following items shall also be considered as specials: 1. Pipe joints with pass through holes. D. Hand applied tape coatings will not be permitted on any specials, fittings, connections, and elbow fittings. E. Specials, fittings, and connections shall be externally coated with polyurethane coating system applied over the entire fitting. Fabrication cutting and welding is not allowed on coated surfaces. No hybrid coating system, such as tape and polyurethane combination will be allow. 2.06 EXTERIOR FIELD JOINT COATING A. Pipe joints shall be field coated after pipe assembly in accordance with AWWA C205, C216, or C217, whichever is applicable and as specified herein. B. Field joint coating shall be compatible with the shop-applied coating system and provided by the same manufacturer or a manufacturer approved by the pipe coating manufacturer. Pipeline Coatings and Linings 09 97 16 - 8 DTN12314 – North-South Phase III 42-inch Water Transmission Main C. All joints on pipe coated with polyurethane coating system shall be coated with a heat shrink coating material. D. Field joint coating materials shall be as follows or an approved equal. 1. Heat Shrink Sleeves: a. Filler Material: 1). Provide filler material for all push-on, flange, and coupling type joints and at all changes in outside diameter are greater than 1/8 inch. 2). Filler material shall adhere to the pipe and heat shrink sleeve. Size and type shall be as recommended by the sleeve manufacturer for type of pipe and joint. 3). Filler mastic for joints subject to weld after backfill shall exceed 500 F melt point temperature. 4). Filler material shall be applied in a manner and of sufficient thickness that no tenting or voids remain under the heat shrink sleeve. 5). Filler material shall be Rachem Covalence 939 Filler. b. Joint Coating: 1). Heat shrink, cross-linked polyolefin wrap or sleeve with a mastic sealant, 85-mils minimum nominal thickness, suitable for pipeline operating temperature, as recommended by the manufacturer, and shall meet the requirements of AWWA C216. 2). Provide standard recovery sleeve for welded or bell and spigot steel pipe joints. High recovery sleeves shall be provided for flange joints and coupling style joints. 3). Width of heat shrink sleeves shall be sufficient to overlap existing coating 3 inches minimum. Sleeve shall be a minimum of 17 inches wide, or as needed to meet the overlap requirements. 4). Contractor shall consider sleeve shrinkage during installation and joint profile in determining sleeve width required. Overlapping of two or more heat shrink sleeves to achieve the necessary width on pipe joints will not be permitted without Engineer approval. 5). Sleeve shall meet requirements for “Weld After Backfill” when allowed and approved by Engineer. c. Holdback Primer: As specified in this Section. d. Heat Shrink Sleeve: The outer sleeve shall be Raychem-Covalence Water Wrap- WAB. For “Weld After Backfill”, a 6” underlay sleeve shall be centered over the weld area prior to the installation of the outer sleeve. The underlay sleeve shall be Raychem-Covalence Water Wrap-WAB. 2. Wax Tape Coating: a. Apply coating in accordance with AWWA C217, except as modified herein. Pipeline Coatings and Linings 09 97 16 - 9 DTN12314 – North-South Phase III 42-inch Water Transmission Main b. Wax tape coatings shall be field applied on all buried flexible joints, thrust restraint rods and brackets, and on joints, fittings, or irregular shapes or complex configurations that are not suited for the use of heat shrink coating systems and are not cement overcoated. c. Do not use wax tape coating systems on vault piping, atmospherically exposed piping and appurtenances, or where subject to UV exposures. d. Provide filler material to fill and smooth all irregular surfaces, such that no tenting or voids remain under the applied wax tape. e. Use sand backfill or flowable fill to protect wax coating from damage. f. Coating System: 1). Surface Preparation: SP11 Power Tool to Bare Metal. 2). Primer: Petroleum or petrolatum wax. 3). Filler Material: Filled Petroleum or petrolatum wax sealer/filler with closed cell plastic filler. 4). Inner Tape: Petroleum or petrolatum wax impregnated fabric, 6-inch width maximum, 40 mils thick. 5). Outer Wrap: PVC or tape suitable for application to inner tape. g. Wax tape coating system shall be as manufactured by: 1). Denso North American. 2). Trenton. 3). Approved equal. 3. Cement Mortar Coating or Overcoat: a. Joints of cement mortar coated steel pipe shall be mortar coated as specified herein after application of the specified joint coating materials, where applicable. b. Polyethylene foam lined fabric with steel strapping of sufficient strength to hold the fresh mortar, resist rodding of the mortar and allow excess water to escape. 1). 100 percent closed cell. 2). Chemically inert, insoluble in water, resistant to acids, alkalis, and solvents. 3). Manufacturer and Product: Dow Chemical Company; Ethafoam 222. c. Fabric Backing: 1). Cut and sewn into strips wide enough to overlap shop coated areas by 4 inches on either side. 2). Strips shall have slots for steel strapping on outer edges. 2.07 INTERIOR FIELD JOINT COATING A. Mortar Lining: Pipeline Coatings and Linings 09 97 16 - 10 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1. After the backfill has been completed to final grade, the interior joint recess shall be filled with grout. The grout shall be tightly packed into the joint recess and troweled flush with the interior surface. Excess shall be removed. 2. At no point shall there be an indentation or projection of the mortar exceeding 1/16 inch. 3. With pipe smaller than 24 inches in diameter, before the spigot is inserted into the bell, the bell shall be daubed with grout. The joint shall be completed and excess mortar on the inside of the joint shall be swabbed out. 2.08 REPAIR OF COATINGS AND LININGS A. General: 1. Coating or lining repair materials shall be compatible with the shop-applied coating or lining system and shall be approved by the coating or lining manufacturer. 2. Coating repair materials shall be as required for the coating system and repair classification as defined in this Section. 3. All major repairs on pipe coated with polyurethane coating system shall be repaired using heat shrink sleeves as specified for field joint coating in accordance with C216, except as modified herein. 4. Minor coating repairs for polyurethane coated or exposed pipe shall be as specified herein. B. Coating Repair Materials: 1. Heat Shrink Sleeves (major repair): a. Filler Mastic: Provide mastic filler to fill tape void as required. b. Full Wrap Coating: Cross-linked polyolefin wrap with a mastic sealant, 85-mil thickness nominal, suitable for pipeline operating temperature, sleeve material recovery as recommended by the manufacturer. Sleeve length shall provide a nominal of 3 inches overlap onto intact pipe coating. c. Manufacturer’s: Raychem (Polyken) Covalanence WaterWrap - WAB. 2. Heat-Applied Patches (minor repair): a. Heat applied adhesive, polyolefin backed, mastic coated tape, 12-inch maximum size. b. Patch shall provide a minimum of 2 inches overlap onto intact pipe coating. c. PERP patch as manufactured by Raychem (Polyken), or equal. C. Polyurethane Coating: 1. Polyurethane coating system repair shall be in accordance with the coating manufacturer’s recommended procedures. 2. Coating material for minor repairs shall be single use kits or other mix ratio controlled packages of slow set polyurethane coating material similar to the existing coating. Pipeline Coatings and Linings 09 97 16 - 11 DTN12314 – North-South Phase III 42-inch Water Transmission Main 3. Major repairs will be completed using the coating material specified for the coating or the lining. Coating shall be reapplied using plural component spray equipment by a manufacturer certified coating applicator. 4. Pinhole holidays or adhesion test coating repairs shall be with minor repair coating material specified or melt stick repairs such as Protal 7125 Fast Cure Epoxy. D. Exposed Pipe Coating System: Touch-up repair all damage to the primer and/or intermediate coats with the specified coating system prior to final coating of the pipeline in accordance with Section 09 96 00 “High-Performance Coatings.” 3.00 EXECUTION 3.01 ENVIRONMENTAL LIMITATIONS A. General: 1. Products shall comply with federal, state, and local requirements limiting the emission of volatile organic compounds and worker exposure. 2. Comply with applicable federal, state, and local, air pollution and environmental control regulations for surface preparation, blast cleaning, disposition of spent aggregate and debris, and coating application. 3. Do not perform abrasive blast cleaning whenever the relative humidity exceeds 85 percent, whenever surface temperature is less than 5 ⁰F above the dew point of the ambient air. 4. Do not apply coatings when: a. Surface and ambient temperatures exceed the maximum or minimum temperatures recommended by the coating manufacturer or the Specifications, b. In dust or smoke-laden atmosphere, blowing dust or debris, damp or humid weather, or under conditions that could cause icing on the metal surface. c. For epoxy coatings or linings when it is expected that surface temperatures would drop below 5 ⁰F above dew point within 4 hours after application of coating. d. Whenever relative humidity exceeds 85 percent for polyurethane coating application. 5. Where weather conditions or Project requirements dictate, Contractor shall provide and operate heaters and/or dehumidification equipment to allow pipe surfaces to be abrasive blasted and coated as specified and in accordance with the manufacturers coating application recommendations. 6. Work activities can be restricted by the Engineer until adequate temperature and humidity controls are in place and functioning within the environmental limits specified. 7. Coating applicator shall provide a monitoring system approved by the coating manufacturer that constantly records pipe and coating conditions during coating application. Recorded monitoring parameters shall include pipe temperature, surface preparation, holiday test and other parameters applicable to the type of coating. B. Temperature Control: Pipeline Coatings and Linings 09 97 16 - 12 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1. In cold weather or if moisture collects on the pipe, preheat pipe to a temperature between 45⁰F and 90⁰F or 5⁰F above dew point, whichever is greater. 2. When temperatures are above or below the coating manufacturers recommended application temperatures, the Contractor will provide temperature controls as necessary to permit Work to proceed within the manufacturer’s temperature limitations. 3. Provide tenting, insulating blankets, baffles, or bulkheads as required to zone and control heating or cooling effectiveness. 4. Heating shall be with indirect fired heaters that do not increase humidity levels within the work area. Heaters shall be sized for the area to be heated. C. Dehumidification: 1. Dehumidification shall be operated in a manner that prevents all condensation or icing throughout surface preparation, coating application, and coating cure. 2. Reblasting of flash rusted metal surfaces or removal of damaged coatings, as a result of equipment malfunction, shutdown, or other events that result in the loss of environmental control, will be at the sole expense of the Contractor. Cleaned metal surfaces subject to flash rusting shall be cleaned to the same cleanliness as prior to the flash rust formation and shall be approved by the Engineer. 3. Contractor shall monitor ambient temperature, humidity, dew point temperature, and pipe surface temperature (work area only) both outdoors and within the work area at the start, midpoint, and end of each work shift, minimum, but not greater than 5 hours between measurements. 4. Daily environmental condition monitoring and maintenance of the equipment shall be documented in writing and posted near the equipment for review by the Engineer. 5. If the required environmental conditions cannot be maintained throughout the coating process, the Contractor will be required to provide the following: a. Contractor shall provide and operate desiccant dehumidification equipment to maintain environmental conditions for 24 hours a day during abrasive blasting and coating application and cure. Liquid, granular, or loose lithium chloride drying systems will not be acceptable. b. Contractor shall provide dehumidification equipment sized to maintain dew point temperature 5⁰F or more below surface temperature of metal surfaces to be cleaned and coated. System shall provide ventilation within the environmentally controlled areas to meet the following requirements: 1). Two air exchanges per hour, minimum. 2). Maintenance of personnel exposure limits (PEL) at 50 percent of OSHA PEL limits for all chemicals used in the performance of the Work. 3). Maintenance of lower explosive limits (LEL) to less than 50 percent of the most volatile solvent used in the performance of the Work. c. Dehumidification equipment shall also provide ventilation at a minimum of 0.75 air exchanges per hour within all non-accessible work areas for worker protection or as Pipeline Coatings and Linings 09 97 16 - 13 DTN12314 – North-South Phase III 42-inch Water Transmission Main required for maintaining PEL and LEL explosive limits as defined herein, whichever is more stringent. d. Dehumidification equipment type, size, air flow, and power requirements shall be designed by a qualified company knowledgeable in dehumidification equipment, and its operation based on Project requirements and anticipated seasonal weather conditions for the Project schedule. Design to include evaluation of existing conditions, humidity, and temperature, proper air exchange requirements, ventilation requirements, ducting requirements for adequate air flow, and any other issues necessary to achieve the specified performance and environmental conditions throughout the duration of the Project. e. Contractor to submit written recommendations from dehumidification Subcontractor for enclosure work area size, bulkhead venting, duct work for each bulkhead section, any secondary ventilation requirements for coating cure, dust collection equipment CFM requirements, and drying requirements for blast hose compressed air necessary to maintain environmental control as specified herein. f. At a minimum, work area shall be separated into surface preparation work zones, coating application zones, and coating cure zones. g. Dehumidification Subcontractor shall either operate the equipment or provide training to Contractor on the proper operation and setup of dehumidification equipment. Dehumidification Subcontractor shall provide a technical representative on-Site for a minimum of two 8 hour days to insure proper operation of the equipment, achievement of desired environmental control, and to insure Contractor can properly setup, operate, monitor, and maintain the equipment. 3.02 SURFACE PREPARATION A. General: 1. Inspect and provide substrate surfaces prepared in accordance with the Specifications and the printed directions and recommendations of coating manufacturer whose product is to be applied. 2. Visible oil, grease, dirt, and contamination shall be removed in accordance with SSPC- SP1, solvent cleaning. 3. Surface imperfections such as metal slivers, burrs, weld splatter, gouges, or delaminations in the metal shall be removed by filing or grinding prior to abrasive surface preparation. 4. Protect prepared pipe from humidity, moisture, and rain. All flash rust, imperfections, or contamination on cleaned pipe surface shall be removed by reblasting. 5. Priming and coating of pipe shall be completed the same day as surface preparation. B. Weld Surface Preparation: 1. Requirements: a. Spray applied coating systems do not require weld grinding. C. Steel Surface Preparation: Pipeline Coatings and Linings 09 97 16 - 14 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1. Surface preparation of steel pipe shall be in accordance with SSPC surface preparation standards utilizing the degree of cleanliness specified for the coating system to be applied or as specified herein, whichever is more stringent. 2. Grit and/or shot abrasive mixture and gradation shall be as required to achieve the degree of cleanliness and coating adhesion specified. 3. Pipe cleaned by abrasive blasting with recyclable steel grit and/or shot or other abrasive shall be cleaned of debris and spent abrasive in an air wash separator. 4. Polyurethane coating system shall have a sharp angular surface profile of the minimum depth specified. 5. After abrasive blasting surfaces and before coating application, the metal surface shall be cleaned of residual dust to a minimum of Grade 2 per ISO Standard 8502-3, Test for the Assessment of Surface Cleanliness. 6. Work shall be performed in a manner that does not permit the cleaned metal surface to rust back or flash rust. 7. Rust back or flash rust shall be fully removed with the steel surface cleanliness equal to the metal surface cleanliness prior to rust back or flash rusting. Determination of the equivalent surface cleanliness shall be at the Engineer’s sole discretion. 3.03 SHOP -APPLIED COATING SYSTEMS A. Polyurethane Coating or Lining: 1. Applicator Qualifications: a. Equipment will be certified by the coating manufacturer to meet the requirements for material mixing, temperature control, application rate, and ratio control for multi-part coatings. b. Equipment not meeting the written requirements of the coating manufacturer shall be rejected for coating application until repairs or replacement of the equipment is made to the satisfaction of the Engineer. c. Personnel responsible for the application of the coating system shall have certification of attendance at the coating manufacturer’s training class within the last 3 years. The certified applicator shall be present during all coating application work and shall have responsibility for controlling all aspects of the coating application. 2. Pipe surface temperature shall be between 50 F and 100 F or 5 F above dew point, whichever is greater. 3. Coating application shall be performed in an environmentally controlled shop area that meets or exceeds the written environmental application requirements of the coating manufacturer. Application in outdoor conditions will not be acceptable without adequate environmental shelter, environmental controls, and/or dehumidification. 4. Coating adhesion and holidays testing shall be tested as specified in this Section. 5. Coating manufacturer shall provide to the Engineer a copy of the manufacturer’s coating application quality assurance manual prior to beginning coating application. Strict Pipeline Coatings and Linings 09 97 16 - 15 DTN12314 – North-South Phase III 42-inch Water Transmission Main conformance to the requirements of the manual will be required. Deviation from the requirements of the manual will be grounds for the Engineer to reject the applied coating. 6. Unacceptable Coating Application: a. Coating applied under improper environmental conditions will be rejected. b. Pipes that exceed the allowable quantity of coating defects, regardless of size or cause, shall be rejected. c. Coating which fails the adhesion or holiday testing as specified in this Section shall be rejected. d. Pipe coating that is subject to off ratio application, blistering, or is not applied in conformance with the coating manufacturer’s written instructions or recommendations shall be rejected. 7. Rejected coating shall be removed from the full length of the pipe to bare metal and reapplied using proper application methods in accordance with the quality assurance manual and the requirements of the Specifications. 8. Perform coating and lining repairs as specified in this Section. 3.04 EXTERIOR COATING HOLDBACK A. Dielectric coating holdbacks shall be straight and cut through the full thickness of the coating. B. Dielectric coating cutbacks shall be completed in a manner that permits field coating of joints in accordance with the manufacturer’s recommendations and as specified herein. C. Dielectric coating holdbacks shall be as required for pipe joints as listed below. Pipe manufacturer may adjust holdback limits as required for special joint assemblies, and with consideration for the joint coating provided and welding requirements: Holdbacks Push-on joint, spigot 1 inch before centerline gasket Push-on, bell Flush with bell end Welded, spigot 3 inches, minimum Welded, Bell 4 inches, minimum D. Dielectric Coating Holdback Corrosion Protection: 1. Holding primer for corrosion protection of cutbacks or holdbacks shall be compatible with the specified joint coating system and weld after backfill requirements, when applicable. 2. Approved holdback primers are: a. Tnemec Omnithane: Suitable for all joints, except joints subject to weld after backfill. b. Tnemec 90E-92 Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints, including weld after backfill joints. Pipeline Coatings and Linings 09 97 16 - 16 DTN12314 – North-South Phase III 42-inch Water Transmission Main c. ICI Devoe Cathacoat 304V Ethyl Silicate Inorganic Zinc Primer: Suitable for all joints including weld after backfill joints. d. Polyken or Other Tape Primers: Not allowed. 3. Primer shall not result in running or melting of the coating or cause toxic fumes when heated during weld after backfill joints. 4. Application and thickness of holding primer shall be in accordance with the coating manufacturer’s recommendations, but shall not impair the clearances required for proper joint installation. 5. Primer application on spigot end of field welded pipe shall be held back 1 to 2 inches from the end of the spigot or as necessary to prevent toxic fumes during field welding. 6. Any corrosion within the holdback areas shall be abrasively blasted to near white metal in accordance with SP10 or power tool cleaned to bare metal in accordance with SP11 prior to applying joint coating. 3.05 PIPE LINING APPLICATION A. Shop-applied Cement Mortar Lining: 1. Centrifugally line straight sections of pipe. Lining of special pieces or fittings shall be by mechanical, pneumatic, or hand placement. Provide cement mortar lining of uniform thickness. Finish to a smooth dense surface. 2. Steel plate fittings and specials larger than 16 inches in diameter shall have lining reinforced with 2-inch-by-4-inch No. 13 gage welded steel wire mesh. 3. Brace and support pipe during lining application to minimize pipe distortion or vibration. Bracing and supports shall not damage the pipe, coating, or lining. 4. Tightly close ends of pipe and fittings with plastic sheet caps. Plastic end caps shall be of sufficient thickness and strength to resist shipping, handling, and storage stresses. 5. Damage to the cement mortar lining, including spalling, loose, cracking, or blistering, caused by improper curing, shipping, handling, or installation shall be repaired in accordance with AWWA specifications and to the satisfaction of the Engineer. 6. Other requirements of mortar lining materials and processes: As specified in AWWA C205. B. Liquid Epoxy Lining: 1. Clean and coat the interior of cement mortar lined pipe at insulating joints or where specified with two coats of epoxy coating. 2. Epoxy coating applied at insulating joints shall be applied to both sides of the insulating joint for a minimum of one pipe diameter. If only one side of the joint can be coated the coating shall be applied for a minimum of two pipe diameters. 3. Mortar lining shall be allowed to cure 15 days or steam cured not less than 7 days prior to surface preparation of the mortar and epoxy coating application. Hand applied mortar lining shall be allowed to cure a minimum of 15 days or as required to meet the coating manufacturer’s requirements for application on cement or concrete, whichever is greater. Pipeline Coatings and Linings 09 97 16 - 17 DTN12314 – North-South Phase III 42-inch Water Transmission Main 4. Prepared mortar lining by abrasive blasting to remove all laitance and create a suitable anchor profile. 5. Epoxy coating shall be applied in two coats minimum, at a total coating thickness of 16 mils dry film thickness. Coating applied over cement mortar lining shall be applied in a manner that will minimize gassing and pinholes in the completed lining. 6. Mortar lining shall be dry during epoxy lining application. 3.06 FIELD COATING JOINTS A. General: 1. All joints without a holdback primer shall be prepared as follows: a. Remove all oil and grease contamination from pipe and adjacent coating in accordance with SSPC-SP1, Solvent cleaning. b. Clean pipe surface and adjacent coating of all corrosion and other foreign contaminates in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal or abrasive blast joints in accordance with SSPC-SP10, near white metal blast. Clean the full circumference of the pipe and a minimum of 4 inches onto the existing coating. No profile is required with SP-11 preparation. 2. All joints with a holdback primer shall be prepared by removing all oil and grease in accordance with SSPC-SP1, Solvent Cleaning, followed by spot preparation of visible corrosion or rust in accordance with SSPC-SP11, Power Tool Cleaning to Bare Metal. 3. Remove all loose or damage pipe coating at joint and either repair the coating as specified herein or increase the length of the joint coating, where reasonable and practical. 4. Joint bonds shall be installed before application of joint coating as specified in Section 26 42 00.02, IMPRESSED CURRENT CATHODIC PROTECTION. Joint bonds shall be low profile bonds and all gaps and crevices around the bonds shall be filled with filler mastic. 5. Contractor to electrically test completed joint coating for holidays with high voltage spark tester at Engineer’s direction or if damage to the joint coating occurs. B. Weld After Backfill Joint Requirements: 1. Post-welded or ‘Weld after Backfill’ joints are defined as welded pipe joints that have been coated and backfilled prior to completing interior welds. 2. Post welded joints shall be coated and protected as follows: a. Joint coating shall be Raychem (Polyken) Covalanence WaterWrap - WAB heat shrink joint sleeves only. Tape wrapped joints will not be acceptable. b. Provide 6-inch wide Raychem-Covalence Water Wrap-WAB protective layer centered over the interior weld location as recommended by the joint sleeve manufacturer. Heat resistant tape will not be acceptable. c. Hold back primer shall be suitable for post weld conditions as specified in this Section and shall not exhibit any binder breakdown in the heat affected zone that causes loss of joint coating adhesion to the holdback primer. Pipeline Coatings and Linings 09 97 16 - 18 DTN12314 – North-South Phase III 42-inch Water Transmission Main d. Filler mastic materials shall be high temperature materials with 500°F melting point. e. Joints shall be buried prior to welding, with not less than 12-inch cover of soil or flowable fill material above the pipe, and minimum side and bottom of trench distances as shown in the project trench details. 3. Welding of the joints shall be in conformance with the Section 33 11 13.13 “Steel Pipe and Fittings,” and as indicated herein: a. All welding shall be wire-fed or with stick electrodes and two or more weld passes as required to meet the specified approved AWS qualified welding procedures and maximum coating temperature limitations. Not more than 1/8” shall be deposited per weld pass. ‘Weld after Backfill’ procedures must be approved by the Engineer based on field testing demonstrating the welding procedures can comply with the requirements of this Section. b. Welding speed, amperage, and voltage shall be as required to maintain a maximum heat input of 23,000 joules or a maximum surface temperature at the coating/steel interface of 800 F, whichever is least. c. Maximum weld temperature and duration shall not result in significant carbonization of the joint coating adhesive. Significant carbonization is defined as the loss of volatile organic compounds that result in substantial loss of tackiness, adhesion to the steel, and corrosion protection properties. d. Finished joint coating shall not have any visual creases or folds that extend through more than 50% of the joint coating backing material. 4. If Contractor elects to weld after backfill any joints, Contractor shall demonstrate that the joint welding procedures will not significantly damage the coating by using a temporary protype test joint of the minimum wall thickness used on the project. The test joint shall be backfilled, and each welder proposed for the project shall be tested. Each welder shall provide a complete weld a minimum of two feet of weld over head and below head. The test joint will be excavated after welding and destructively tested. The heat shrink sleeve shall be tested by an adhesion test in accordance with ASTM D1000, and shall meet an adhesion value of 15 lb-inch. Test shall be performed directly over the weld (parallel) and perpendicular to the weld. The sleeve backing shall not rip, tear, or split. The test shall be done a minimum of 24 hours after welding. Additionally, a visual inspection of the sleeve will be made to verify the sleeve is not damaged beyond the limts of this specification. Additionally, excavate the first two joints for evaluation of the joint coating condition. Engineer will randomly select up to three additional post-welded joints for excavation by Contractor for evaluation of joint coating condition. Joint coating will be destructively evaluated by the Engineer. Contractor will remove and replace joint heat shrink sleeve upon completion of the evaluation. 5. In the event that any excavated post welded joint exhibits any heat related damage as defined herein, Contractor shall modify and test a new welding after backfill procedure prior to completing any additional welded joints. Contractor shall demonstrate that the revised joint welding procedure will not significantly damage the coating by repeating the weld after backfill evaluation requirements defined in this Section, including excavation of the three additional randomly selected joints for destructive evaluation. Pipeline Coatings and Linings 09 97 16 - 19 DTN12314 – North-South Phase III 42-inch Water Transmission Main C. Heat Shrink Sleeve Joint Coating: 1. Store, handle, and apply field heat shrink sleeve coatings in accordance with AWWA C216 and the Specifications. 2. Store sleeves in shipping box until use is required. Keep dry and sheltered from exposure to direct sunlight. Store off the ground or concrete floors and maintain at a temperature between 60°F and 100° as recommended by the sleeve manufacturer. 3. Metal surface shall be free of all dirt, dust, and surface corrosion prior to sleeve application. Surface preparation shall be in accordance with the joint coating manufacturer’s recommendations. 4. Where corrosion in the holdback area is visible, surfaces shall be prepared in accordance with SSPC-SP10, near white metal blast, or SSPC-SP11, power tool cleaning to bare metal. 5. Preheat pipe uniformly as recommended by the sleeve manufacturer. Monitor pipe temperature using a surface temperature gauge, infrared thermometer, or color changing crayons. Protect preheated pipe from rain, snow, frost, or moisture with tenting or shields and do not permit the joint to cool. 6. Fill all cracks, crevices, gaps, and step-downs greater than 1/8 inch with filler mastic in accordance with the manufacturer’s recommendations for the full circumference of the pipe. 7. Apply heat shrink sleeve when it is at a minimum temperature of 40°F and while maintaining the pipe temperature above the preheat temperature specified. Apply sleeve in accordance with the manufacturer’s instructions and center the sleeve over the joint to provide a minimum 2 inch overlap onto the existing pipe coating. 8. Completed joint sleeve shall be fully bonded to the pipe and existing coating surface without voids. Mastic beading shall be visible along the full circumference of the sleeve. There shall be no wrinkling or excessive burns on the sleeves. Sleeves that do not meet these requirements shall be removed and the joint recoated as directed by the Engineer. Minor repairs may be repaired using heat applied patch material specified for minor coating repairs. 9. Allow the sleeve to cool before backfilling. In hot climates, provide shading from direct sunlight. Water quenching will be allowed only when permitted by the sleeve manufacturer. 10. Heat shrink joint coatings which have become wrinkled or disbonded because of prolonged exposure to UV light or thermal cycling shall be removed and replaced. 11. Double coating of defective or damaged heat shrink coatings will not be permitted. Any double coated heat shrink sleeves shall be immediately rejected and Contractor shall remove the existing coating and recoat the joint. 3.07 REPAIR OF COATING AND LININGS A. General: Pipeline Coatings and Linings 09 97 16 - 20 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1. All areas where holidays are detected or coating is visually damaged, such as blisters, tears, rips, bubbles, wrinkles, cuts, or other defects shall be repaired. Areas where no holidays are detected, but are visually damaged shall also be repaired. 2. Maximum defects allowable shall be as specified herein for the coating system. B. Polyurethane Coating or Lining Repairs: 1. General: a. Complete coating or lining repairs in accordance with the coating manufacturers written instructions and the Specifications, whichever is stricter. b. Defect Size: 1). Minor Repairs: Repairs that are less than 6 inches in the greatest dimension. 2). Major Repairs: Repairs that exceed 6 inches in the greatest dimension. c. Pipes exceeding the maximum number or size of coating defects shall be stripped of coating, reblasted, and recoated. 2. Maximum Quantity of Defects Allowed: a. Minor coating or lining repairs on any joint of pipe shall not exceed 1.5 per 100 square feet of surface area. 1). Two or more minor repairs within a 6 inches diameter circle will be considered a single repair. 2). Repairs for adhesion testing will not be included in the total number of repairs. b. Major repairs shall not exceed two per pipe joint and the combined area shall not be greater than 20 percent of the pipe. c. Pipes exceeding the maximum number or size of coating defects shall be stripped of coating, reblasted, and recoated. d. Pipe arriving in the field with defects or repairs exceeding the maximum number or size of coating defects will be returned to the shop for recoating at the Contractor’s expense. 3. Minor Repairs: a. Coating or lining repairs on any joint of pipe shall not exceed 1.5 per 100 square feet of surface area. b. Two or more minor repairs within 6 inches diameter circle will be considered a single repair. c. Repairs for adhesion testing will not be included in the total number of repairs. d. Minor repairs: 1). Surface Preparation: Clean and feather the defect by power tool sanding with 80 grit or coarser sandpaper to roughen the existing coat and feather the edges of the defect for a minimum of 2 inches around the defect. 2). Shop repair Materials: Pipeline Coatings and Linings 09 97 16 - 21 DTN12314 – North-South Phase III 42-inch Water Transmission Main a). Slow setting parent material polyurethane coating material in syringes or other single use packaging that controls mix ratio. b). Coating manufacturer’s polyurethane coating repair products subject to Engineer approval. 3). Field Repair Materials: a). Melt stick coating repair (not acceptable for repairs greater than 1-inch diameter); ScotchCoat P206 or approved equal. b). Heat applied coating materials; PERP Patch, Tyco Adhesives, or approved equal. c). Coating manufacturer’s polyurethane coating repair products subject to Engineer approval. 4). Apply a single coat of the specified patch coating material at the specified coating thickness. 5). Polyurethane or epoxy repair adhesion shall be 50 percent of the specified coating adhesion. 4. Major Repairs: a. Major repairs shall not exceed two per pipe joint and the combined area shall not be greater than 20 percent of the pipe. b. Major repairs: 1). Surface Preparation: a). The metal surface and surrounding coating shall be abrasively blasted in accordance with SSPC-SP10, near white metal, or to equal in cleanliness and profile as the original surface preparation. b). Existing coating shall be feathered and roughened to the equivalent of 40 grit sandpaper. 2). Shop Repair Materials: a). Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. 3). Field Repair Materials: a). Same material as the pipeline coating or lining and shall be applied by using plural component spray equipment. b). Heat shrink sleeves as specified for pipeline joints. c. One coat of the specified original coating material shall be applied over the repaired surface at the specified thickness. d. Repair adhesion shall be equal to the specified coating adhesion. C. Cement Mortar Coating: 1. Cement mortar coating that is cracked or disbonded shall be repaired in accordance with AWWA C205, except for mortar overcoat on dielectric coated steel. Pipeline Coatings and Linings 09 97 16 - 22 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. Disbonded mortar coating shall be removed and patched. 3. Mortar coating with disbondment greater than 25 percent of the pipe surface shall be rejected and recoated. 4. Cracks in mortar coating shall be repaired in accordance with AWWA C205. 3.08 INSPECTION AND TESTING A. General: 1. Applicator shall inspect and test the coating system in accordance with referenced standards and the Specifications, whichever is more stringent. 2. The frequency of the testing shall be determined by the applicator, but shall not be less than the requirements of this Section. 3. Owner or Owner’s representative will conduct random independent inspections and tests for the final acceptance or rejection of pipe coating or lining. 4. Contractor to perform holiday testing in the field using equipment provided as specified in Paragraph 2.02. Tests will be completed in the presence of the Owner’s representative on each joint of pipe and fitting once the pipe has been lifted to be lowered into the trench. Holidays shall be repaired as specified. B. Surface Profile Testing 1. Surface profile of abrasive blasted surfaces to be tested with “Press-O-Film” tester tape or equivalent in accordance with NACE RP287. 2. Tester tape shall be suitable for the intended profile height. 3. Profile shall be measured to a minimum tolerance of 0.1 mils, maximum. 4. Electronic surface profilometers shall be used, as deemed necessary, to verify tester tape measurements. C. Adhesion Testing: 1. General: a. Adhesion testing shall be conducted at the shop prior to shipment. Pipe shipped without adhesion testing will be field-tested. Pipe rejected in the field will be returned to the shop for repair at the sole expense of the Contractor. b. A minimum of two pipes shall be tested for adhesion from each lot of pipe coated up to 3000 square feet of pipe. An additional adhesion test will be conducted on every increment up to 2000 square feet of pipe coated in excess of the first 3000 square feet of pipe. (i.e. if one workday of production is 7000 square feet of pipe, four adhesion tests will be conducted on the pipe lot.) Adhesion testing shall be conducted on not less than 50 percent of each pipe produced within a lot. c. A pipe lot is defined as the quantity of pipe that is coated by a single crew within a work shift, but not to exceed 12 hours. d. The pipe coating applicator shall repair all coating damage from shop adhesion testing. Contractor shall be responsible for coating repairs for all field adhesion testing. Pipeline Coatings and Linings 09 97 16 - 23 DTN12314 – North-South Phase III 42-inch Water Transmission Main e. Adhesion tests shall be performed not less than 24 hours after coating application. Tests conducted prior to 24 hours will be acceptable only if the test meets or exceeds the adhesion criteria specified and the test was requested by the pipe fabricator. f. Pipe shall be randomly selected for adhesion testing. The Owner reserves the right to perform adhesion testing at any time or location. 2. Rejection of Coating: a. If any pipe within a lot fails to meet the test criteria specified for the coating type, that pipe shall be rejected along with all other pipes within the lot. Each pipe within the rejected pipe lot will then be individually tested and rejected on a pipe-by-pipe basis in conformance with the test procedures and criteria specific for the coating type. b. All rejected pipe shall have all coating removed from the full length pipe and the pipe abrasive blasted and recoated. 3. Polyurethane Adhesion Testing: a. Polyurethane coatings or linings shall have an adhesion to steel of 1,750 pounds per square inch, minimum. One pull test will be required. If the test shows adhesive or cohesive failure values less than 1750 psi, then two additional test shall be taken within 4 inches of the failing pull test. If the average of the three tests is less than 1750 psi, or any test is below 1500 psi, then the adhesion test shall be deemed a failed test and the pipe will be rejected. If the average is above 1750 psi and no single pull is below 1500 psi, then the test will be deemed a passing test. If a test fails, then all pipe segments within the lot shall be tested using three adhesion pulls per pipe segment within 4 inches of each other. Again, if the average of three tests is less than 1750 psi, or a single pull is less than 1500 psi, then the pipe segment will be rejected. If more than 25% of the segments within a lot fail, then the entire lot shall be rejected. b. Polyurethane coating adhesion to steel substrates shall be tested using pneumatic pull off equipment, such as Delfesko Positest, in accordance with ASTM D4541 and AWWA C222, except as modified in this section. All adhesion tests shall be performed at an applied load rate of 100 psi per second, plus or minus 10 psi. Automatic pull rate adhesion test equipment shall be used. (a) Adhesion tests shall be based on the ASTM D4541 standard, 20 mm diameter dollies. (b) All three tests shall be conducted by the same person, test equipment, and test procedure. (c) All dollies shall be scored to metal substrate using manual methods and tools, normal to the pipe surface, and in a manner that does not stress or over heat the coating. (d) Adhesion testing shall be performed at temperatures between 55 and 100 degrees F. Tests may be performed at temperatures up to 115 degrees F or as low as 45 degrees if testing can demonstrate no statistically detectable affect in the test results and subject to Engineer approval. Pipeline Coatings and Linings 09 97 16 - 24 DTN12314 – North-South Phase III 42-inch Water Transmission Main c. Adhesion testing records shall include pipe identification, surface tested (interior or exterior), surface temperature, coating thickness, tensile force applied, mode of failure, and percentage of substrate failure relative of dolly surface. Records of all adhesion tests shall be maintained in an electronic spreadsheet that includes pipe identification, pipe coating date, adhesion test date, surface tested (interior or exterior), surface temperature at time of test, coating thickness, tensile force applied, applied load rate per second, mode of failure, and percentages of failure types present relative to dolly surface area d. Dollies for adhesion testing shall be glued to the coating surface and allowed to cure for a minimum of 12 hours. Because of high cohesive strength, polyurethane coatings shall be scored around the dolly prior to conducting the adhesion test. e. Failure shall be by adhesive and cohesive failure only. Adhesive failure is defined as separation of the coating from the steel substrate. Cohesive failure is defined as failure within the coating, resulting in coating remaining both on the steel substrate and dolly. f. Partial substrate and glue failures will be retested if the substrate failure is less than 50 percent relative of the dolly surface area and the applied tension was less than the specified adhesion. Pipes that have partial substrate failures greater than 50 percent and less than the specified adhesion will be rejected as a substrate adhesion failure. g. Glue failures in excess of the minimum required tensile adhesion would be accepted as meeting the specified adhesion requirements. h. Adhesion tests will be conducted on polyurethane pipe coating and lining independently and will be accepted or rejected independently of the other. D. Repair patches on the polyurethane coating shall be randomly selected for adhesion testing in a manner as described herein and at the discretion of the coating inspector conducting the adhesion tests. Adhesion of repairs shall be as specified for the type of repair. A minimum of two adhesion tests per week shall be provided for repair patches. E. Holiday Testing: 1. Holiday tests on polyurethane coatings or linings will be conducted on the completed coating or lining after cure or 24-hours, whichever is less, using a high voltage spark test in accordance with NACE Standard RP 0274 and the Specifications. In addition, the pipe shall be holiday tested after storage and delivery to the jobsite, approximately one day prior to installation in the trench. 2. Coating thickness used for holiday testing shall be the minimum specified coating thickness. F. Dry Film Thickness Testing: 1. Coatings shall be tested for dry film thickness using a properly calibrated magnetic pull off or eddy current equipment. 2. Coating thickness measurements shall be conducted as necessary and without limitation. Testing conformance to the requirements of SSPC PA-2 is specifically excluded from this Section. 3.09 HANDLING, TRANSPORTATION, AND STORAGE Pipeline Coatings and Linings 09 97 16 - 25 DTN12314 – North-South Phase III 42-inch Water Transmission Main A. Pipe shall be handled in such a manner as to protect the pipe and coating from damage. B. Coated pipe shall not be shipped or installed until coating has developed full adhesion and cure. C. During coating application, storage, loading, transportation, unloading, laying and installation, every precaution shall be taken to protect and prevent damage to pipe, lining, and coating. Forklift equipment shall have all bearing surfaces padded with suitable padding material. Lift pipe with web slings a minimum of 12-inch wide and of a type that will not damage the coating. Metal chains, cable, tongs, forklifts or other equipment likely to damage the coating will not be permitted. Dragging or skidding of pipe on grade or in the trench will not be permitted. D. Provide transportation vehicles with padded bolsters between each layer of pipe and heavy padding under load ties. Bolsters shall be curved to fit the outside of the pipe and 12 inches wide, minimum. All pipe contact locations shall be heavily padded with carpet and strips of the outer tape wrap material (adhesive side against the carpet) during shipment to the Site and from the storage yard to the point of installation. E. Pipe shall not be stored on rocks, gravel, or other hard materials that might damage the coating. Provide padded 12-inch wide skids and chucks, sand bags, select loamy or sand berms, or suspended from cutback ends, where possible, to minimize coating damage. Pipe shall not be laid on asphalt without suitable padding at all contact points. F. Pipe shall be inspected by the Contractor at the Site for damage. Any damage to the pipe, lining, or coating shall be repaired as directed if, in the opinion of the Engineer, a satisfactory repair can be made; otherwise, the damaged section shall be replaced at the sole expense to the Contractor. G. No metal tools or heavy objects shall be permitted to come into contact unnecessarily with the finished coating. Workmen shall not be permitted to walk on the coating except when absolutely necessary and approved by the Engineer. When permitted, shoes with rubber or composition soles and heels or other suitable footwear that will not damage coating shall be used. H. Long-term Exposure: Pipe shall either be provided with UV inhibitor for storage longer than one year or above grade exposure or covered to prevent UV degradation of outer wrap. Amount of UV stabilizers required will depend on the Project location, laying schedule, anticipated length of exposure, and type of outer wrap. Manufacturer shall be consulted for recommended UV inhibitors requirements or pipe shall be stored under a protective cover. Protective covering can be colored plastic sheeting, canvas, or other UV blocking material. Clear plastic sheets are not acceptable. Areas of coating that display UV degradation shall be removed and repaired at sole cost of the Contractor. I. End Caps: Pipe ends of mortar lined pipe and fittings shall be tightly closed with a plastic wrap to aid in curing and to minimize drying out of and contamination of the lining. Plastic end cap shall consist of a minimum of one 10-mil sheet of polyethylene or other suitable material. End caps shall be substantial enough to resist shipment, handling, and storage loads and firmly attached in place. The plastic end cap shall remain intact and in place until pipe installation. Damaged or missing plastic end caps shall be repaired or replaced. Pipeline Coatings and Linings 09 97 16 - 26 DTN12314 – North-South Phase III 42-inch Water Transmission Main END OF SECTION DIVISION 31 EARTHWORK 26 Impressed Current Cathodic Protection 26 42 00.02-1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 26 42 00.02 IMPRESSED CURRENT CATHODIC PROTECTION PART 1 GENERAL 1.01 WORK INCLUDED: A. This section covers the work necessary to furnish and install corrosion monitoring system, complete. 1.02 STANDARDS A. The following standards are included by reference: 1. NACE RP-0169 2. NACE RP-0177 1.03 QUALIFICATIONS A. All CONTRACTOR specified testing shall be performed by a NACE accredited Cathodic Protection Specialist or Cathodic Protection Technologist, or registered professional engineer. 1.04 DEFINITIONS A. Foreign-Owned: Buried pipe or cable not specifically owned or operated by the OWNER. B. Electrically Continuous Pipeline: A pipeline which has a linear electrical resistance equal to or less than the sum of the resistance of the pipe plus the maximum allowable bond resistance for each pipe joint as specified in this section. C. Electrical Isolation: The condition of being electrically isolated from other metallic structures (including, but not limited to, piping, reinforcement, casings) and the environment as defined in NACE Recommended Practice RP0169-83. 1.05 SUBMITTALS: A. Shop Drawings: Catalog cuts and other information for products proposed for use. B. Quality Assurance Submittals: 1. Manufacturers' Certificates of Compliance. 2. Field Test Reports. 3. Qualifications of NACE Accredited Testing Personnel. PART 2 MATERIALS 2.01 GENERAL: A. Like items of materials provided hereunder shall be the end product of one manufacturer to achieve standardization for appearance, maintenance, and replacement. Impressed Current Cathodic Protection 26 42 00.02-2 DTN12314 – North-South Phase III 42-inch Water Transmission Main B. Materials and workmanship as specified in this section shall be installed concurrently with pipe installation. Coordinate all work specified herein with related sections. 2.02 SUPPLIERS: A. Alternate suppliers will be considered, subject to approval of the ENGINEER. Address given is that of the general office; contact these offices for information regarding the location of their representative nearest the project site. 1. Corrpro, Inc., Chicago, IL 2. Farwest Corrosion Control, Gardena, CA 3. MESA Products, Tulsa, OK 2.03 JOINT BONDS A. Ductile or Cast Iron Pipe: 1. Single-conductor, No. 2 AWG stranded copper wire with 600-volt HMWPE insulation, 18 inches long, with formed copper sleeve on each end of the wire. 2. Quantity of joint bonds per pipe joint shall be as defined below: Bond Type Two Bonds Three Bonds Four Bonds #2 AWG Wire 165 108 82 B. Coated Steel Pipe: 1. Joint bonds shall be one of the following types at the CONTRACTOR’s option: a. Single-conductor, No. 2 AWG stranded copper wire with 600-volt HMWPE insulation, 18 inches long, with a formed copper sleeve on each end of the wire. b. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with two punched holes for thermite welding to the pipe. Strap bond shall be 12-inches long, maximum. Strap holes shall be sized for the thermite weld mold and shall provide physical centering of the mold over the hole. 2. Quantity of joint bonds per pipe joint shall be as defined below: Bond Type Two Bonds Three Bonds Four Bonds #2 AWG Wire 165 108 82 Copper Strap 105 70 52 3. Connection of joint bond to pipe shall be with the thermite weld method using the mold and cartridge and recommended by the bond manufacturer. 4. Bonds shall be as manufactured by Erico Products, Continental Industries, or approved equal. Third party manufactured bonds shall be approved by the Engineer for conformance with the requirements of this specification and proper thermite welding. C. Flexible Coupling, Flanged Coupling Adapter, and Other Disassembly Joints: 1. Ductile Iron Pipe: a. No. 2 AWG wires, 24 inches long, HMWPE insulation, with two 12-inch long THHN insulated No. 12 AWG wire pigtails, as manufactured by Erico Products Inc. (Cadweld), Cleveland, OH. Impressed Current Cathodic Protection 26 42 00.02-3 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. Steel Pipe: a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Strap holes shall be sized for the thermite weld mold and shall provide for physical centering of the mold over the hole. 3. Provide two bonds per joints for pipe less than 60-inches in diameter and three bonds per joint for pipe 60-inches or greater in diameter. 4. Connection of joint bond to pipe shall be with the thermite weld method using the mold and cartridge and recommended by the bond manufacturer. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. Third party manufactured bonds shall be approved by the Engineer for conformance with the requirements of this specification and proper thermite welding. D. Insulated Flexible Coupling Joints: 1. Ductile Iron Pipe: No. 8 AWG wire, 18-inch long, with one 12-inch long THHN insulated No. 12 AWG wire pigtail. One bond per joint. 2. Steel Pipe: a. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. . Strap holes shall be sized for the thermite weld mold and shall provide for physical centering of the mold over the hole. b. Connection of joint bond to pipe shall be with the thermite weld method using the mold and cartridge and recommended by the bond manufacturer. c. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. Third party manufactured bonds shall be approved by the Engineer for conformance with the requirements of this specification and proper thermite welding. 2.04 CATHODIC PROTECTION TEST STATIONS A. Flush Style, Vehicular Traffic (Type 2): 1. Test Box: Concrete body cast with a cast iron ring, with a minimum weight of 55 pounds and minimum dimensions of 9-inch inside diameter and 12 inches long. 2. Furnish extensions as required to penetrate concrete surfaces by 4 inches minimum. 3. Furnish with a 14-pound cast iron lid with the words "CP Test" cast into the lid. 4. Manufacturer and Products: Brooks; Models 3RT or Christy Oldcastle Model G05, or equal. B. Flush Style Terminal Boards: 1. Dimensions: 6-inch by 10-inch by 1/4 inch thick 2. Material: Micarta or fiberglass. 3. Terminals: Stainless steel bolts, double nuts, double flat washers, lock washer, and shunt. Quantity and placement as shown on the Drawings. 4. Labels: Engrave terminal board with label of each terminal as shown on the Drawings and with the OWNER’s name and contact number. C. Post Style, Steel Conduit: 1. Test Box: Impressed Current Cathodic Protection 26 42 00.02-4 DTN12314 – North-South Phase III 42-inch Water Transmission Main a. Cast aluminum box with threaded hub suitable for 1-1/2-inch threaded mounting to a 1-1/2-inch x 3-inch street reducer. b. Manufacturer and Product: (1) Gerome Manufacturing, Testox 700 series (rectangle) or Testox 2000 (2) Or equal. 2. Street Reducer: a. Hot dipped galvanized 1-1/2-inch x 3-inch street reducer. 3. Terminal Block: a. Plastic or glass-reinforced laminated, 1/4-inch thick with seven terminals (Series 700) or eleven terminals (Series 2000). b. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. c. Terminal studs, washers, and nuts shall be stainless steel. 4. Mounting Structure: 3-inch rigid hot dipped galvanized steel conduit, 7 feet long, threaded at one end (minimum). D. Vault Mounted: 1. Test Box: a. Cast aluminum suitable for threaded mounting to a 1-inch or larger rigid galvanized steel conduit. b. Manufacturer and Product: (1) Gerome Manufacturing, Testox 700 series (rectangle) (2) Gerome Manufacturing, Testox 800 series (round) (3) or equal. 2. Terminal Block: a. Plastic or glass-reinforced laminate, 1/4-inch thick with five terminals. b. Terminal heads shall have special heads to keep them from turning or shall be easily accessible from both sides of the terminal block without requiring its removal. c. Terminal studs, washers, and nuts shall be stainless steel. 3. Mounting Hardware: Hot dipped galvanized conduit, conduit bodies, and either unistrut support or two piece cast aluminum conduit clamps. 2.05 IR DROP FREE CORROSION COUPON A. Steel corrosion coupon with IR drop free measurement capability. B. Exposed steel area to be 0.01 square feet. C. Corrosion coupons shall be: 1. Fink Probe as manufactured by Cott Manufacturing, 2. IR Free Coupon manufactured by M. C. Miller, 3. Or equal. 2.06 WIRE: A. Pipe and Reference Electrode Wires: 1. No. 12 AWG wire, single-conductor, stranded copper with 600-volt, TW, THWN, or HMWPE insulation. Impressed Current Cathodic Protection 26 42 00.02-5 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. Insulation Color: Color shall indicate the function of each test wire and shall be as follows: a. Pipe: White b. Reference electrodes: Yellow c. Casings: Orange d. Foreign Pipe: Blue (Water) or Red (Gas or oil) e. Insulating Joints: White or Green as shown on Drawings f. Corrosion Coupon: Green 2.07 CONDUIT, LOCKNUTS, AND STRAPS: A. Outdoors, Exposed Conduit 1. Rigid conduit shall be rigid galvanized steel . 2. Fittings, junction boxes, pull boxes, and outlet bodies shall be hot-dipped galvanized iron. 3. Locknuts, conduit clamps, and other miscellaneous hardware shall be hot dipped galvanized steel. Galvanized items shall be hot-dipped galvanized in accordance with ASTM A153. 4. Conduit clamps shall be two piece, cast steel, consisting of a clamp back spacer and one hole clamp for mounting to surfaces with either lag bolts or concrete wedge anchors, as shown on the Drawings. B. Buried Conduit: 1. Conduit shall be rigid electrical grade schedule 40 gray PVC. 2. Locknuts, two-hole straps, and other miscellaneous hardware shall be galvanized steel. Galvanized items shall be hot-dipped galvanized in accordance with ASTM A153. 2.08 THERMITE WELD MATERIALS: A. General: 1. Thermite weld materials consist of wire sleeves, welders, and weld cartridges according to the weld manufacturer's recommendations for each wire size and pipe or fitting size and material. 2. Welding materials and equipment shall be the product of a single manufacturer. Interchanging materials of different manufacturers is not acceptable. B. Molds: Graphite, as recommended by manufacture for pipe and wire size. C. Adapter Sleeves: 1. For No. 12 AWG and No. 2 AWG wires. 2. Prefabricated factory sleeve joint bonds or bond wires with formed sleeves made in the field are acceptable. Attach field-formed joint bonds sleeves with the appropriate size and type of hammer die furnished by the thermite weld manufacturer. 3. Extend wire conductor 1/8 inch beyond the end of the adapter sleeve. D. Cartridges: 1. Steel: 32 grams, maximum. 2. Cast and Ductile Iron: 45 grams, maximum, XF-19 Alloy E. Welders and Cartridges: For attaching copper wire to pipe material: Impressed Current Cathodic Protection 26 42 00.02-6 DTN12314 – North-South Phase III 42-inch Water Transmission Main Pipe Material Weld Type Cartridge Size, Max. No. 6 AWG Wire & Smaller Steel HA, VS, HC 15 gm Ductile or Cast Iron HB, VH, HE 25 gm No. 4 AWG Wire & Smaller Steel HA, VS, HC 25 gm Ductile or Cast Iron HB, VH, HE 32 gm No. 2 Wire Joint Bonds Steel FS 32 gm Ductile or Cast Iron FC 45 gm Concrete Cylinder Pipe HA, GR 32 gm Copper Strap Joint Bonds Steel M-128 15 gm F. Welding Materials Manufacturers: 1. Erico Products Inc. (Cadweld), Cleveland, OH. 2. Continental Industries, Inc. (Thermo-Weld), Tulsa, OK. 2.09 COATING REPAIR MATERIAL FOR PIPE AND FITTINGS A. General: 1. Complete coating repairs in accordance with recommendations of the pipe or fitting manufacturer. 2. B. Coating Requirements: 1. Steel Pipe s: a. Coal tar based coatings: Koppers Bitumastic 50 or Denso or Tapecoat wax tape coatings; or equal, 20 mils dry film thickness, minimum. b. Polyurethane or Epoxy Coatings: Fast cure epoxy, 20 mils dry film thickness, minimum c. Tape Wrap or Extruded Polyethylene Coating: Thermite Weld Cap, Canusa CRP Patch, or Raychem PERP patch, or equal d. Cement Mortar Coating: Same as required for Concrete Cylinder Pipe. 2. Ductile iron Pipe: a. Fast cure epoxy b. Thermite weld cap 3. Concrete Cylinder Pipe: a. Fast cure epoxy and 1-inch, minimum, cover of cement mortar. Impressed Current Cathodic Protection 26 42 00.02-7 DTN12314 – North-South Phase III 42-inch Water Transmission Main C. Coating Materials: 1. Thermite Weld Caps: a. Royston Laboratories Handi-Cap IP, prefabricated primerless thermite weld cap and coating system. b. Provide primer unless specifically stated in product data sheet that no primer is required. 2. Fast Cure Epoxy Coating: a. 100 percent solids, fast curing epoxy suitable for submerged or buried conditions. b. Acceptable products or equal: (1) Denso Protal 7125 (low temperature) or Protal 7300 (2) Tapecoat TC 7010 (3) 3M ScotchKote 323 2.10 CASING INSULATORS AND SEALS A. Casing Isolators 1. Insulators shall b molded high-density polyethylene with plastic runners and shall consist of bolted segments. Insulators shall be sized to properly support the pipe weight without deformation or settlement. 2. Supply with stainless steel bolts for assembly. B. Casing Seals 1. Seals shall be flexible molded rubber with stainless steel clamps for sealing at the casing and carrier pipe. 2. Split seals shall be not be acceptable, unless approved by the ENGINEER. C. Manufacturers: 1. T. D. Williamson, Inc, Tulsa, OK 2. Plico, Houston, TX 3. Approved equal. 2.11 INSULATING JOINTS A. General: Insulating joints shall be dielectric unions, flanges, or couplings. The complete assembly shall have an ANSI rating equal to or higher than that of the joint and pipeline. All materials shall be resistant for the intended exposure, operating temperatures, and products in the pipeline. B. Insulating Flanges: 1. Gaskets: a. Full-face Type E NEMA G10 fiberglass with O-ring seal.] b. Complete assembly shall have an ANSI rating of 150 pounds, minimum, or equal to or higher than that of the joint and pipeline. c. Gasket materials shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. 2. Insulating Sleeves: Full-length, fiberglass reinforced epoxy (NEMA G-10 grade). 3. Insulating Washers: Fiberglass reinforced epoxy (NEMA G-10 grade). 4. Steel Washers: Plated, hot-rolled steel, 1/8-inch thick. 5. Manufacturers: Impressed Current Cathodic Protection 26 42 00.02-8 DTN12314 – North-South Phase III 42-inch Water Transmission Main a. Pacific Seal, Inc., Burbank, CA. b. Central Plastics Co., Shawnee, OK. C. Insulating Couplings: 1. Coupling: As specified in Section XX XX XX. 2. Dielectric Boot: Rubber boot suitable for immersion service, two boots required per insulating joint. 3. Manufacturers: a. Style IC400, Romac Industries b. Style 39, Dresser Industries D. Insulating Unions: O-ring sealed with molded and bonded insulating bushing to union body, as manufactured by Central Plastics Company, Shawnee, OK; or equal. 2.12 DC BLOCKING DEVICES A. DC isolation devices shall be solid-state electronic devices capable of passing ac current while blocking dc current. B. Device shall have electrical rating of 3KA fault current at 30 cycles and 40 amperes steady state ac current, minimum. C. Device shall have symmetrical dc blocking capabilities of –2 volts to +2 volts. D. DC isolation devices shall be as manufactured by Dairyland Electrical Industries, Inc., Stoughton, Wisconsin. 2.13 CONCRETE A. ASTM C94-90, Option A B. Cement: ASTM C150-89, type II with minimum cement content of 564 pounds per cubic yard. C. Coarse Aggregate Size: ¾ inches D. Minimum Compressive Strength: 3,000 psi at 28 days with maximum water-cement ratio of 0.45. E. Air Entrainment: 1. ASTM C260, nontoxic after 30 days and containing no chlorides. 2. Not less than 5 percent entrained air at the project site. 2.14 OTHER MISCELLANEOUS MATERIALS A. Test Station Wire Terminations: One-piece, tin-plated crimp-on ring tongue connector as manufactured by Burndy Co. or Thomas and Betts. B. Shunts: Shunts shall be 0.01-ohm Holloway Type RS. Impressed Current Cathodic Protection 26 42 00.02-9 DTN12314 – North-South Phase III 42-inch Water Transmission Main C. Compression Connectors: 1. Compression connectors for in-line and tap splices shall be "C" taps made of conductive wrought copper, sized to fit the wires being spliced. 2. Compression connectors shall be applied with the crimp tool and die recommended by the manufacturer for the wire and tap connector size. Connectors shall be Burndy Type "YC", or equal. D. Electrical Tape: 1. Linerless rubber high-voltage splicing tape and vinyl electrical tape suitable for moist and wet environments. 2. Use Scotch 130 C and Scotch 88 as manufactured by 3M Products. PART 3 WORKMANSHIP 3.01 GENERAL: A. The installation of the facilities herein specified and described shall conform to the latest applicable NEC rules. B. The workmanship shall be of the highest grade and shall be in strict accordance with material manufacturer's instructions. Equipment or materials damaged in shipment or in the course of installation shall be replaced. C. The CONTRACTOR shall examine all Drawings and coordinate his work so as to avoid conflicts, errors, delays, and unnecessary interference with the construction of the facilities and to avoid duplication of the work such as excavation, filling, etc. In the event of any conflicts in the Specifications, the ENGINEER shall be consulted. 3.02 PIPE JOINT BONDING A. All steel and iron pipe joints shall be electrically bonded to form an electrically continuous pipeline and associated appurtenances, including buried, vault, and manhole joints; except welded or insulated joints. B. Install a minimum of three joint bonds on each joint required to be bonded shown on the Drawings. Where the specifications and drawings conflict, the larger quantity will apply. C. Electrical connection of bonds to pipe and fittings shall be by thermite or arc welding process. Bolted, compression, or mechanical connections will not be permitted. D. CONTRACTOR shall test each bonded joint for electrical resistance as specified under ELECTRICAL CONTINUITY TESTING, this section. 3.03 TEST STATION INSTALLATION A. General: 1. Test station location, type, and style shall be as shown on the Drawings. Impressed Current Cathodic Protection 26 42 00.02-10 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. CONTRACTOR may relocate test station up to ±25 feet for site conditions without ENGINEER approval. Relocation greater than ±25 feet must be approved by the ENGINEER. 3. CONTRACTOR shall maintain records showing actual test station location based on stationing of wire connections to the pipe. 4. Test stations shall be generally located as follows: a. Install Type T test stations or other type test stations as required or at intervals not greater than 2,500 feet. b. Install a Type F test station where pipe crosses a foreign-owned metallic pipeline under cathodic protection. c. Install a Type C test station at both ends of cased crossings. d. Install a Type I test station at all buried insulated joints. 5. Locate post-mounted test stations directly over the pipe and at protected locations such as fences, manholes, power poles, or edges of cultivated land, where possible,. 6. Locate flush mounted test stations directly over the pipeline, except in areas of heavy traffic conditions. When heavy traffic conditions exist, offset the test stations to the side of the street. B. Style: 1. Test station style shall be as shown on the Drawings and as follows: 2. Post mount style test stations shall be wood, plastic, steel, or condulet style as shown on the Drawings. a. Steel post style test stations shall be used for Type C, F, or I test stations or any other test station type which has four or more wires and for type T test stations where self support is required. b. Height shall be 36 to 42 inches above finish grade, except in livestock areas where height shall be 48 to 54 inches. c. In livestock areas, post shall be concrete encased steel conduit style as shown on the Drawings. 3. Flush mount style test stations shall be used for all type test stations in traffic, landscaped, or areas where aesthetic requirements restricts use of aboveground facilities. C. Installation: 1. Post mounted test station: a. Height shall be 36 and 42 inches above finish grade. b. In areas with livestock, test station height shall be between 48 and 54-inches. 2. Flush Mounted Test Stations a. Place in concrete pad or sidewalk with cast iron cover as shown on Drawings. b. Place concrete box on top of 3-inch base of compacted sand. c. In unimproved areas provide blue “Carsonite” utility marker with yellow reflector on each side 1 foot from test box or as directed by the ENGINEER. D. Test Wires: 1. Wires shall be attached to the pipe as specified under WIRE CONNECTIONS, this section. 2. Wires to foreign-owned pipelines shall be connected to the pipe by the CONTRACTOR unless the foreign pipeline owner has indicated otherwise in writing. The CONTRACTOR shall coordinate this work with the owner of the foreign pipeline. 3. Where foreign owners refuse test wire installation to their pipe, the Contractor shall obtain a written refusal from the field representative and install a Type T test station. Impressed Current Cathodic Protection 26 42 00.02-11 DTN12314 – North-South Phase III 42-inch Water Transmission Main 4. Wires shall be buried a minimum of 30 inches below finished grade. Wires shall be direct buried except when station is required to be offset to the side of a road. Offset wires shall be installed in PVC coated rigid steel conduit from the centerline of the pipeline to the back of curb or test station, whichever is least. 5. Provide 12-inch diameter loop in wires at the pipeline connection, at each end of rigid conduit when required, and below post mounted test stations to prevent wires from being stressed or broken. 6. Maintain sufficient slack in flush mount test wires to permit extension of terminal block 18-inches from station. 7. Make wire connections to test station terminals with crimp-on ring tongue terminals, except where solid wire is specified. 3.04 HERMITE WELD WIRE CONNECTIONS: A. Use thermite weld method for electrical connection of copper wire to steel, ductile iron, and cast iron surfaces. Observe proper safety precautions, welding procedures, thermite weld material selection, and surface preparation as recommended by the material manufacturer. Assure that pipe or fitting wall thickness is of sufficient thickness that the thermite weld process will not damage the pipe or fitting wall's integrity or damage the lining in any way. B. Before the connection is made, the surface shall be cleaned to bare metal by making a 2-inch by 2-inch window in the coating, and then filing or grinding the surface with a vitrified wheel to produce a bright metal finish. Wire sleeves shall be installed on the ends of the wire before welding to the metal surface. C. After the weld connection is cooled, remove slag, visually inspect, and physically test wire connection by tapping with a hammer. Remove and replace any defective connections. D. Make wire connections to concrete cylinder pipe by thermite welding to the shop welded steel plates provided on the pipe for this purpose. E. Coat each completed wire connection as specified, this section. If lining is damaged by welding, repaired in accordance with the lining applicator's recommendations. 3.05 TRENCHING AND BACKFILL A. Complete excavations and trenching regardless of the type, nature, or condition of materials encountered, and as required to accomplish specified construction to lines and grades shown. B. Take care to avoid damage to existing structures and utilities during excavating and trenching process. CONTRACTOR may modify location, where approved by the ENGINEER, to minimize possible damage to existing structures. Trench shall be of uniform depth and width, level, smooth, and free of sharp objects. C. Slope, shore, or brace excavations and trenches in accordance with OSHA regulations as necessary to prevent caving during excavation in unstable material, or to protect adjacent structures, property, workers, and the public. Impressed Current Cathodic Protection 26 42 00.02-12 DTN12314 – North-South Phase III 42-inch Water Transmission Main D. Backfill trench with excavated backfill materials, unless otherwise specified. Compaction requirements shall be as specified for the pipeline or to 90 percent compaction, whichever is more stringent. Backfill within 5 feet of roadways, paved areas, or other traffic areas shall be compacted to 95 percent. E. Do not use backfill material of frozen or consolidated debris. Leave the trench with the excess backfill material neatly mounded not more than 4 inches above the existing ground level for the entire width of the trench. 3.06 CONDUITS A. Secure conduits entering cabinets, junction boxes, or terminal boxes with double locknuts, one on the outside and one on the inside. B. Install conduit parallel to walls, floors, or posts, and either plumb or horizontal. All changes in direction shall be at 90 degrees using either radius bends or outlet boxes. Conduit crossings shall be perpendicular to the other conduit or pipe. C. Install insulated bushings and insulated throat connectors on the ends of rigid metallic conduit. D. Use watertight couplings and connections. Install and equip boxes and fittings to prevent water from entering the conduit or box. Seal unused openings. 3.07 CONCRETE: A. Concrete used for slabs shall conform to the requirements for concrete in Section CONCRETE. B. CONTRACTOR shall finish all concrete work to a smooth trowelled finish with radius edges. C. All forms shall be removed from concrete work prior to final acceptance and removed from the project site. 3.08 SURFACE RESTORATION: A. Surface restoration shall be in accordance with Section SURFACE RESTORATION. 3.09 WIRE INSULATION REPAIR A. Splicing of wire will not be permitted except where specifically shown on the drawings and approved by the ENGINEER. B. Splices or insulation damage to test station wires shall be spirally wrapped with two coats of high-voltage self-vulcanizing rubber splice tape and two layers of vinyl electrical tape. C. Make wire splices by mechanically securing and soldering with rosin cored 50/50 solder. 3.10 INSULATED JOINTS A. Install insulated joints to electrically isolate the pipeline as shown on the Drawings. Impressed Current Cathodic Protection 26 42 00.02-13 DTN12314 – North-South Phase III 42-inch Water Transmission Main B. Align and install insulating joints according to the manufacturer's recommendations to avoid damaging insulating materials. C. Install a Type I test station at each buried insulated joint. D. Provide a DC blocking device on all insulating joints, except buried insulating joints, as specified herein and shown on the Drawings. E. The CONTRACTOR shall test each insulated joint for electrical insulation as specified this section. Defective insulating joints shall be repaired by the CONTRACTOR at his sole expense. All damaged or defective insulation parts shall be replaced. 3.11 DC BLOCKING DEVICES A. Install dc blocking devices in ground wire at all motor operated valves and where indicated on the Drawings. B. DC blocking devices be installed at each electrical power connection to the pipeline and shall be placed as close to the pipe as reasonable possible and shall have no conduit supports between the pipe and the dc blocking device. C. Support of dc blocking device shall be on either a 2-inch diameter hot-dipped galvanized steel pipe support, 4-inch hot dipped galvanized channel support, or shall be mounted to a concrete wall at the CONTRACTOR’s option. ENGINEER shall review and approve the applicable equipment support based on the conditions present. D. All electrical conduits connecting or attaching to the pipeline shall be electrically isolated from pipeline. Conduit connections to the pipe or equipment mounted on the pipe or associated appurtenances shall be electrically isolated with an insulating union located within 6-inches of the connection and shall have no conduit supports between the insulating union and the pipeline. E. CONTRACTOR is responsible for proper installation of dc blocking devices and electrical conduit isolation where necessary to achieve complete electrical isolation of all electrical grounding from the pipeline. The CONTRACTOR shall be responsible for requesting installation guidance from the ENGINEER under complex field conditions, where grounding isolation cannot be achieved, or clarification of the electrical isolation requirements are needed. F. Upon completion of electrical system ground isolation from the pipeline, the ENGINEER shall review the completed installation for proper installation. Improperly installed conduit isolation or dc blocking devices shall be corrected at the CONTRACTOR’s sole expense. 3.12 CONTRACTOR QUALITY CONTROL TESTING A. General: 1. Contractor shall correct all construction defects identified during testing. 2. Provide engineer with 7 days advance notice of completion for Engineer acceptance testing. 3. Contractor specified testing shall be performed by a NACE accredited personnel as specified this section, employed by the Contractor, unless indicated otherwise. Impressed Current Cathodic Protection 26 42 00.02-14 DTN12314 – North-South Phase III 42-inch Water Transmission Main B. Joint Bond Resistance Test: 1. General a. The CONTRACTOR shall test completed joint bonds for electrical continuity using a digital low resistance ohmmeter. b. Joint bond quality control test shall be performed on all bonded joints after the bonds are installed but before backfilling of the pipe. c. Furnish all equipment and materials as required for test. 2. Digital Low Resistance Ohmmeter Test Method: a. Required Equipment And Materials: (1) One Biddle Model 247001 digital low resistance ohmmeter. (2) One set of duplex helical current and potential handspikes, Biddle Model No. 241001, cable length as required. b. Test Procedure: (1) Measure the resistance of joint bonds with the low resistance ohmmeter in accordance with the manufacturer's written instructions. (2) Use the helical handspikes to contact the pipe on each side of the joint, without touching the thermite weld or the bond. The contact area shall be cleaned to bright metal by filing or grinding and without any surface rusting or oxidation. (3) Record the measured joint bond resistance on the test form described herein. (4) Repair any damaged pipe coating in accordance with WIRE CONNECTIONS, this section. 3. Joint Bond Acceptance: a. Joint bond resistance shall be less than or equal to the maximum allowable bond resistance values shown in Table 1. Table 1 Joint Type Max. Allowable Resistance (Ohms) One bond/Joint Two Bonds/Joint Three Bonds/Joint No. 2 AWG wire Bonds 0.000325 0.000162 0.000081 Copper Straps 0.000165 0.000083 0.000050 Flexible Coupling 0.000425 0.000212 0.000115 MLC Steel Pipe Clips Not Allowed Not Allowed 0.000055 b. For bond quantities greater than shown in Table 1 obtain maximum allowable bond resistance from the Engineer. c. The CONTRACTOR shall remove and replace all joint bonds on a joint that exceeds the maximum allowable resistance. Replacement joint bonds shall be retested for compliance with the specified bond resistance. d. Any defective joint bond discovered during SYSTEM TESTS AND INSPECTION shall be located, excavated, repaired, and backfilled by the CONTRACTOR. Impressed Current Cathodic Protection 26 42 00.02-15 DTN12314 – North-South Phase III 42-inch Water Transmission Main 4. Test Records: Records shall be made of each bonded pipeline during the test and submitted to the ENGINEER. These records shall include: a. Description and location of the pipeline tested. b. Starting location and direction of test. c. Date of test. d. Joint type. e. Measured joint bond resistance C. Insulated Joint Isolation Test: 1. CONTRACTOR shall provide a Corrosion Specialist to test each insulating joint after assembly with a GAS Electronics Model 601 insulator tester or equivalent instrument in accordance with the manufacturer's written instructions. 2. The Corrosion Specialist shall conduct additional insulating joint testing as required to insure that insulating flanges are not electrically shorted by other equipment or incidental contact with concrete reinforcement. 3. Conduct test before burial and coating of buried insulating flanges. 4. CONTRACTOR to replace damaged or defective insulation parts identified during testing. 5. Electrical Isolation is defined as a condition of being electrically isolated from other metallic structures (including, but not limited to, other piping, concrete reinforcement, casings, and other structures not intended to be cathodically protected) and the environment as defined in NACE Recommended Practice RP0169-83. D. Casing Isolation Testing: 1. CONTRACTOR to test each casing and carrier pipe after assembly for electrical isolation before and after filling of casing with the specified fill material. 2. An electrical isolation test method and evaluation criterion to be utilized by Corrosion Specialist is to be submitted in writing for approval by ENGINEER prior to beginning field testing. 3. Electrical Isolation is defined as a condition of being electrically isolated from other metallic structures (including, but not limited to, other piping, concrete reinforcement, casings, and other structures not intended to be cathodically protected) and the environment as defined in NACE Recommended Practice RP0169-83. 4. CONTRACTOR to conduct any and all remedial actions necessary to clear all electrical contacts between the carrier pipe and casing before filling of the casing shall be permitted. END OF SECTION DIVISION 31 EARTHWORK Soils for Earthwork 31 05 13 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 31 05 13 SOILS FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Earth Fill. All of the classes of Earth Fill contained in this specification may not be used on this project. The classes of Earth Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include specifications for placement and compaction of Earth Fill. Specifications for placement and compaction of Earth Fill are included in other sections of the specifications and/or shown on the drawings. 1.02 STANDARDS A. Soil materials shall be classified into the appropriate class of Earth Fill shown below according to ASTM D2487 “Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System)” or other appropriate methods as designated by the Engineer. 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Earth Fill: Limited to clays and sandy clays classified as CH material with a liquid limit greater than or equal to 50, a plasticity index greater than or equal to 25, and a minimum of 60 percent passing the No. 200 sieve, which are free of organic materials. B. Class 2 Earth Fill: Limited to clays and sandy clays classified as CH and CL materials with a coefficient of permeability less than or equal to 1.0 x 10-7 cm/sec, a liquid limit greater than or equal to 30, a plasticity index greater than or equal to 15, and more than 50 percent passing the No. 200 sieve, which are free of organic materials. C. Class 3 Earth Fill: Consist of any materials classified as CH, CL, SM, SP, SP-SM, SC, and GC, which have a minimum plasticity index of 4, which are free of organic materials. D. Class 4 Earth Fill: Consist of materials which are classified as SP, SM, SC, CL, or dual classifications thereof, which have a liquid limit less than or equal to 35 and a plasticity index of a minimum of 4 and a maximum of 15, which are free of organic materials. E. Class 5 Earth Fill: Consist of materials classified as SP or SP-SM which have a plasticity index less than or equal to 4 and a maximum of 12 percent passing the No. 200 sieve, which are free of organic materials. F. Class 6 through Class 11 Reserved G. Class 12 Earth Fill: Consist of soils suitable for topsoil which are relatively free of stones or other objectionable debris, which have sufficient humus content to readily support vegetative growth. The suitability of soils for topsoil shall be subject to the approval of the Engineer. 3.00 EXECUTION (NOT APPLICABLE) Soils for Earthwork 31 05 13 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main END OF SECTION Aggregates for Earthwork 31 05 16.01 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 31 05 16.01 AGGREGATES FOR EARTHWORK 1.00 GENERAL 1.01 WORK INCLUDED A. This Section of the specifications describes the various classes of Aggregate Fill. All of the classes of Aggregate Fill contained in this specification may not be used on this project. The classes of Aggregate Fill used on this project are shown on the drawings or specified in other sections of the specifications. This Section does not include installation. Installation of Aggregate Fill is included in other sections of the specifications and/or on the drawings. 1.02 QUALITY ASSURANCE A. Classification Testing: 1. Contractor Testing: a. Arrange and pay for the services of an independent testing laboratory to sample and test proposed Aggregate Fill materials. b. Submit the test results to the Engineer, and obtain approval prior to providing Aggregate Fill. 2. Owner Testing: The Owner shall arrange and pay for additional testing on the Aggregate Fill after delivery to the project site as determined necessary by the Engineer. B. Contamination Certification: 1. Obtain a written, notarized certification from the Supplier of each proposed Aggregate Fill source stating that to the best of the Supplier’s knowledge and belief there has never been contamination of the source with hazardous or toxic materials. 2. Submit these certifications to the Engineer prior to proceeding to furnish Aggregate Fill to the site. The lack of such certification on a potential Aggregate Fill source shall be cause for rejection of that source. 1.03 STANDARDS A. Aggregate Fill shall be classified into the appropriate class listed below according to ASTM testing procedures as specified for the various classes. 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specification for Concrete Aggregates ASTM C88 Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium sulfate ASTM C125 Terminology Relating to Concrete and Concrete Aggregates ASTM C131 Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C535 Test Method for Resistance to Degradation of Large-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM D448 Classification for Sizes of Aggregate for Road and Bridge Construction Aggregates for Earthwork 31 05 16.01 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2.00 PRODUCTS 2.01 MATERIALS; CLASSIFICATIONS A. Class 1 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 57: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 95-100 1/2” 25-60 No. 4 0-10 No. 8 0-5 B. Class 2 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 67: Sieve Size Square Opening Percent Passing 1” 100 3/4” 90-100 3/8” 20-55 No. 4 0-10 No. 8 0-5 C. Class 3 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 7: Sieve Size Square Opening Percent Passing 3/4” 100 Aggregates for Earthwork 31 05 16.01 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1/2” 90-100 3/8” 40-70 No. 4 0-15 No. 8 0-5 D. Class 4 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 467: Sieve Size Square Opening Percent Passing 2” 100 1-1/2” 95-100 3/4” 35-70 3/8” 10-30 No. 4 0-5 E. Class 5 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 357: Sieve Size Square Opening Percent Passing 2-1/2” 100 2” 95-100 1” 35-70 1/2” 10-30 No. 4 0-5 F. Class 6 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 1: Aggregates for Earthwork 31 05 16.01 - 4 DTN12314 – North-South Phase III 42-inch Water Transmission Main Sieve Size Square Opening Percent Passing 4” 100 3-1/2” 90-100 2-1/2” 25-60 1-1/2” 0-15 3/4” 0-5 G. Class 7 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 6: Sieve Size Square Opening Percent Passing 1” 100 3/4” 90-100 1/2” 20-55 3/8” 0-15 No. 4 0-5 H. Class 8 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable materials and shall have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation in accordance with ASTM D448, size number 56: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 90-100 3/4” 40-85 1/2” 10-40 3/8” 0-15 No. 4 0-5 I. Class 9 Aggregate Fill: Aggregates for Earthwork 31 05 16.01 - 5 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1. Consist of washed and screened gravel and natural sands or sands manufactured by crushing stones complying with the requirements of ASTM C33, except that the gradation shall be as follows: Sieve Size Square Opening Percent Passing 1/2” 100 3/8” 95-100 No. 4 80-95 No. 8 65-85 No. 16 50-75 No. 30 25-60 No. 50 10-30 No. 100 0-10 2. Class 9 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. J. Class 10 Aggregate Fill: 1. Consist of washed and screened natural sands or sands manufactured by crushing stones complying with the requirements and tests of ASTM C33. The gradation as included in ASTM C33 is as follows: Sieve Size Square Opening Percent Passing 3/8” 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No. 30 25-60 No. 50 10-30 No. 100 0-10 2. Class 10 Aggregate Fill shall have not more than 45 percent passing any sieve and retained on the next consecutive sieve of those shown above, and its fineness modulus, as defined in ASTM C125, shall be not less than 2.3 nor more than 3.1. K. Class 11 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation: Aggregates for Earthwork 31 05 16.01 - 6 DTN12314 – North-South Phase III 42-inch Water Transmission Main Sieve Size Square Opening Percent Passing 1-3/4” 100 7/8” 65-90 3/8” 50-70 No. 4 35-55 No. 40 15-30 No. 100 0-12 (Wet Sieve Method) L. Class 12 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 85-100 3/4” 60-95 3/8” 50-80 No. 4 40-65 No. 16 20-40 No. 100 0-12 (Wet Sieve Method) M. Class 13 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and shall meet the following gradation: Sieve Size Square Opening Percent Passing 1-3/4” 100 7/8” 65-90 3/8” 50-70 No. 4 35-55 No. 40 15-30 No. 100 0-3 (Wet Sieve Method) Aggregates for Earthwork 31 05 16.01 - 7 DTN12314 – North-South Phase III 42-inch Water Transmission Main N. Class 14 Aggregate Fill: Consist of durable particles of crushed stone free of silt, clay, or other unsuitable material and have a percentage of wear of not more than 40 percent when tested in accordance with ASTM C131 or C535. When material is subjected to five cycles of the sodium sulfate soundness test in accordance with ASTM C88, Sodium Sulfate Solution, the weighted percentage of loss shall not exceed 12 percent. The source of the material shall be approved by the Engineer and meet the following gradation: Sieve Size Square Opening Percent Passing 1-1/2” 100 1” 85-100 3/4” 60-95 3/8” 50-80 No. 4 40-65 No. 16 20-40 No. 100 0-3 (Wet Sieve Method) O. Class 15 Aggregate Fill: Consist of durable particles of silica sand, washed clean, chemically inert, and packaged by the Supplier. The material shall meet applicable regulatory requirements for monitor well filter pack. The source of the material shall be approved by the Engineer and shall meet the following gradation requirements: Sieve Size Square Opening Percent Passing No. 20 98-100 No. 40 0-2 3.00 EXECUTION (NOT APPLICABLE) END OF SECTION Trenching and Backfill 31 23 33.16 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 31 23 33.16 TRENCHING AND BACKFILL 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to excavate and backfill as required for the construction of the facilities to the line, grade and extent indicated. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Certified test reports for embedment material, course gravel, and flexbase. Certified Test Reports shall be from an independent laboratory. Test reports shall include sieve analysis, soil classification, and Atterburg limits, and soil resistivity tests for embedment material. 1.03 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American Society for Testing and Materials (ASTM) Standards: ASTM C33 Specifications for Concrete Aggregates ASTM D698 Test Methods for Moisture-Density Relations of Soils and Soil Aggregate Mixtures, Using 5.5-lb Rammer and 12-Inch Drop ASTM D2487 Classification of Soils for Engineering Purposes (Unified Soil Classification System) ASTM D4253 Maximum Index Density and Unit Weight of Soils Using Vibratory Tests ASTM G57 Method for Field Measurement of Soil Resistivity Using the Wenner Four-Electrode Method 2. American Water Works Association (AWWA) Standards: AWWA C151 Ductile Iron Pipe AWWA C200 Steel Water Pipe 6 Inches and Larger AWWA C301 Prestressed Concrete Pressure Pipe - Steel Cylinder Type for Water and Other Liquids AWWA C303 Concrete Pressure Pipe – Steel Cylinder Type for Water and other Liquids 3. Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. 1.04 JOB CONDITIONS A. Classification of Excavation: Excavation shall be “unclassified” and involves the removing of the necessary materials to provide the trench to the required width and depth. The Trenching and Backfill 31 23 33.16 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main Contractor, prior to submitting a proposal, must satisfy himself as to the actual sub surface conditions. No extra or separate payments shall be made for rock, dewatering, or any other condition. B. City, County, and Private Road Crossings: Where the work is in the right of way of City, County and privately owned roads, the Owner will secure the necessary permits and easements for the work. Work to be performed within the limits of the public right of way shall be in full accordance with the requirements of the easements and permits and as requested by the City, County, or private owner. Provide temporary access and detours for roads and driveways cut off during pipe laying operations. C. Protection of Existing Structures and Utilities: 1. Prior to the start of construction and preparation of pipe layout sheets, the Contractor shall communicate with the local representative of the utility companies including, but not limited to the oil companies, gas company, electric company, telephone company, water utilities, sanitary sewer utilities, and any other public and private utility companies in the location of the proposed construction in order to obtain the assistance of the utility companies in locating utility lines and in the avoidance of conflicts with utility lines. The Contractor shall uncover and determine the elevation and location of conflicts well ahead of the manufacture of the pipe. No additional compensation will be considered for lowering or raising the pipe grade to accommodate existing utilities. The Engineer has shown the estimated location of existing utilities as determined from field surveys and record data from utility companies. The fact that some utilities are not shown or are incorrectly shown in no way relieves the Contractor from his responsibility to locate all existing utilities. 2. The Contractor shall advise the Engineer of any existing utilities which are not shown on the plans, incorrectly shown, and which “affect the pipe layout.” Contractor shall also propose a resolution of the utility conflict. The Engineer will decide if the existing utility should be relocated, or whether the proposed pipeline location will be revised. If the proposed pipeline is adjusted, an adjustment in contract price will be made by adjusting quantities for the various unit price pay items. If the proposed pipe grade is adjusted by 2 vertical feet or less, no contract price adjustment will be made. If the proposed pipe grade is adjusted by more than 2 vertical feet, a contract price adjustment will be agreed to per the General Conditions. 3. Utilities which “affect the pipe layout” will be interpreted by the Engineer as follows: a. Utilities which conflict with the grade of the proposed pipe will be interpreted as “affecting the pipe layout.” b. Utilities which would conflict with operations and maintenance of the proposed pipe will be interpreted as “affecting the pipe layout.” 4. Where excavation endangers adjacent slopes, structures and utilities, the Contractor shall, at his own expense, carefully support and protect such structures and/or utilities so that there shall be no damage. Costs of temporarily or permanently relocating the conflicting utilities shall be borne by the Contractor without extra compensation from the Owner. 5. If in the opinion of the Engineer, concrete backfill is necessary for the support of utility lines crossing trenches, the Engineer may direct 2000 psi concrete backfill to be used. Trenching and Backfill 31 23 33.16 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of the concrete backfill as directed by the Engineer. 1.05 GUARANTEES; MAINTENANCE AGREEMENT A. Following the certification of completion by the Engineer, maintain paved surfaces, unpaved trench surfaces, fences, curbs, sidewalks, and gutters, for a period of 12 months thereafter. Material and labor required for the maintenance shall be supplied by the Contractor, and the work shall be done in a manner satisfactory to the Engineer. 2.00 PRODUCTS 2.01 MATERIALS A. Concrete Embedment, Cap, Blocking, and Encasement: Where concrete embedment, cap, blocking, or encasement is indicated or requested by the Engineer, it shall be 2000 psi unless otherwise indicated. B. Granular Embedment: 1. Granular embedment material shall be sandy gravel or blended sand and crushed rock, free from large stones, clay, and organic material. Embedment material shall be a soil classification of GW, GP, SW, or SP as determined by ASTM D2487. The embedment material shall be such that when wet, the fine material shall not form mud or muck or be dispersive. The embedment material shall be composed of tough durable particles, reasonably free from thin, flat and elongated pieces, and of suitable quality to insure permanence in the trench. The P.I. of the fines shall not exceed 3. Light weight aggregate is not acceptable for granular embedment. Material used for granular embedment shall have a resistivity of not less than 5000 ohms/cm as measured by ASTM G57. 2. This shall be cohesionless material meeting the following gradation requirements: Sieve Size Square Opening Percent Passing 1/2” 100 3/8” 85-100 No. 4 10-30 No. 8 0-10 No. 16 0-5 3. Pipe Classification: a. For the purpose of this specification, “rigid pipe” shall be defined as the following: 1). All diameters Prestressed Concrete Pressure Pipe (AWWA C301). 2). 24-inch and smaller diameters Bar-Wrapped Concrete Cylinder Pipe (AWWA C303). 3). All diameters Ductile Iron Pipe (AWWA C151). Trenching and Backfill 31 23 33.16 - 4 DTN12314 – North-South Phase III 42-inch Water Transmission Main b. For the purpose of this specification, “semi-rigid pipe” shall be defined as the following: 1). 27-inch and larger diameters Bar-Wrapped Concrete Cylinder Pipe (AWWA C303). 2). All diameters Steel Water Pipe (AWWA C200). C. Coarse Gravel: Where coarse gravel is required for water drainage, restoration of trench foundation, or other uses, it shall be crushed stone or washer gravel and in compliance with ASTM C33 for Coarse Concrete Aggregate. Gradation shall be ASTM C33 No. 57, No. 67, or as follows: Sieve Size Square Opening Percent Passing 1” 95-100 3/4” 55-85 1/2” 25-50 No. 4 0-5 D. Select Material: This material shall consist of soil material with a liquid limit (LL) less than or equal to 40, a plasticity index (PI) less than or equal to 20, a maximum of 70 percent passing the No. 200 mesh sieve, a minimum of 80 percent passing the No. 4 mesh sieve, 100 percent passing a 1-1/2-inch square mesh sieve. The material shall be free of organic or other deleterious materials. E. Ordinary Backfill Material: Trench excavated material free from rock fragments and clods larger than 6 inches greatest dimension. The ordinary material shall be free from organic materials. F. Flexible Base Course: Complying with Item 248 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition, Type A, Grade 1 or 2, Flexible Base (Crushed Stone) or Type F, Grade 2 or 3 (Caliche). G. Hot Mix Asphalt Concrete (HMAC): Complying with Item 340 of the Texas Highway Department Standard Specifications for Road and Bridge Construction, latest edition. H. Flowable Fill: Flowable fill shall be as specified in Section 31 32 19.23 “Geotextile Layer Separation [Landfills].” 3.00 EXECUTION 3.01 TRENCH EXCAVATION A. General: 1. Excavate trenches to the alignment, width, and depth as indicated or as required for the proper installation of the pipe. Brace the trench and/or dewater the trench if necessary so that the workmen may work safely and efficiently. 2. Comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from Trenching and Backfill 31 23 33.16 - 5 DTN12314 – North-South Phase III 42-inch Water Transmission Main damage, injury or loss. Comply with the requirements of Section 31 23 33.14 “Trench Safety.” 3. Dewater excavations so that the work is performed in the “dry.” Bailing, pumping, and dewatering shall be at the Contractor’s expense. Use coarse gravel instead of embedment material under the pipe at no extra cost to the Owner to provide for the free drainage and flow of water in the pipe trench, where it is necessary, in order to keep the water level below the pipe barrel and bell holes for joints. The water removed from trenches shall be conducted to natural drainage ways, drains, or storm sewers in such a manner as to prevent damage to adjacent property or to the public. Pumps of ample capacity and in duplicate must be provided to insure that once an excavation is made dry, the water is kept down until that part of the work under construction is completed. 4. It is intended that the line be laid to the grades as shown on the plans. The precise and detailed pipe layout is to be prepared by the Contractor and submitted to the Engineer for information and review. The responsibility for the workability of the detailed layout remains with the Contractor. High points shall be located at air valves and the pipe sections containing air valves shall have a horizontal grade. At drainage crossings, the depth of cut shall be increased to prevent uncovering of the pipe by surface erosion, as shown on the plans. 5. Where unforeseen conditions warrant a revised grade during construction, the Contractor shall submit a revised pipe layout to the Engineer for approval. No intermediate “highs” or “lows” will be allowed in the pipe grade without the approval of the Engineer. B. Pipe Trench: 1. For the purpose of this specification, the “pipe zone” shall be defined as the zone from the bottom of the trench to 6 inches above the top of the pipe. 2. The trench walls in the “pipe zone” shall be vertical. 3. Trench width shall be as follows: Pipe Diameter Minimum Trench Width Maximum Trench Width 32” and Smaller Pipe O.D. plus 20” Pipe O.D. plus 24” 33” and Larger Pipe O.D. plus 24” Pipe O.D. plus 36” 4. Trench walls above the pipe zone may be laid back or benched where room permits as necessary to meet the requirements of OSHA. 5. Where the character of the trench walls is loose, unstable, saturated soft clays, quicksand, or otherwise unable to provide adequate side support to maintain the required pipe deflection, the Contractor shall modify the trenching and backfill to keep the pipe within the limits of the specified deflection. The Contractor shall widen the trench excavation one pipe diameter on each side of the pipe. The trench shall then be backfilled with coarse gravel to the top of the pipe. The coarse gravel shall be compacted to 95 percent maximum density as measured by ASTM D4253. Care shall be used so that the exterior pipe coating is not damaged. Concrete encasement, soil Trenching and Backfill 31 23 33.16 - 6 DTN12314 – North-South Phase III 42-inch Water Transmission Main cement, or some other method approved by the Engineer, may be used in lieu of this procedure. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of coarse gravel as directed by the Engineer. C. Pipe Foundation: 1. Excavate the trench to an even grade so that the full length of the pipe barrel is supported and joints make up properly. Excavate the trench to the line and grade indicated and as directed by the Engineer. Grades shall be uniform between high points and low points to eliminate intermediate “highs and lows.” 2. For 32-inch diameter and smaller pipe, the trench shall be “rough cut” a minimum of 4 inches below the bottom of the pipe. For 33-inch and larger pipe, the trench shall be “rough cut” a minimum of 6 inches below the bottom of the pipe. The “rough cut” dimension shall be increased as necessary to provide a minimum clearance of 2 inches from the bottom of the trench to the bottom of the bells, flanges, valves, fittings, etc. 3. The entire foundation area in the bottom of all excavations shall be firm, stable material. Loose material shall be removed, leaving a clean, flat trench bottom, and material shall not be disturbed below required sub grade except as hereinafter described. If the subgrade is soft, spongy, disintegrated, or where the character of the foundation materials is such that a proper foundation cannot be obtained at the elevation specified, then when directed by the Engineer the Contractor shall deepen the excavation to a depth where a satisfactory foundation can be obtained. The sub grade shall then be brought back to the required grade with course gravel, thoroughly compacted to 95 percent of maximum density in accordance with ASTM D4253. Payment shall be made to the Contractor at the unit price bid for the installation of such quantity of coarse gravel as directed by the Engineer. D. Correcting Faulty Grade: If the trench is excavated to a faulty grade (at a lower elevation than indicated), correct the faulty grade as specified below: 1. In uniform, stable dry soils, correct the faulty grade with granular embedment material thoroughly compacted to 95 percent of maximum density. 2. In soft spongy disintegrated soils or where necessary to allow proper drainage, correct the faulty grade with course gravel compacted to 95 percent of maximum density. 3. No extra payment will be made for coarse gravel or other material to correct faulty grade. E. Pipe Clearance in Rock: Remove ledge rock, rock fragments, or unyielding shale or marl to provide a clearance of at least 6 inches below the parts of the pipe, valves or fittings. Provide adequate clearance for properly jointing pipe laid in rock trenches at bell holes. Refill the excavation to grade with granular embedment material. F. Blasting Procedure: Blasting will not be allowed. G. Bell Holes Required: Bell holes of ample dimension shall be dug in trenches at each joint of pipe to permit the jointing to be made properly, visually inspected, and so that the pipe will rest on the full length of the barrel. Polyurethane, coated steel pipe shall have the joints excavated to a sufficient depth to allow proper cleaning, application, testing and inspection of field applied coating system. Trenching and Backfill 31 23 33.16 - 7 DTN12314 – North-South Phase III 42-inch Water Transmission Main H. Care of Surface Material for Reuse: Surface materials such as top soil in its natural state, suitable for reuse in restoring the excavated surface, shall be kept separate from the general excavation material. The top 12 inches of the trench backfill shall be topsoil. Save the topsoil to be used as backfill of the top 12 inches of the trench after pipe laying. Where the natural topsoil is less than 12 inches deep and with the approval of the Engineer, the Contractor may strip less than 12 inches of topsoil. I. Manner of Piling Excavated Material: Place excavated material so that work is not endangered or interferes with public traffic or other construction. Do not place excavated material over buried pipelines or existing utilities unless adequate provisions are made to protect those pipelines and/or utilities. Roads and driveways must be kept open in every case. Keep drainage channels clear of obstructions or make other satisfactory provisions for drainage. J. Trenching by Machine or by Hand: The use of trench digging machinery is approved except in places where operations of same will cause damage to existing structures or pipelines above or below ground, in which case employ hand methods. K. Open Trench: Owner’s Representative shall have the right to limit the amount of trench which may be opened or partially opened at any time in advance of the completed line; and also the amount of trench left not backfilled. Not over 500 feet of trench in open country or pasture land shall be opened at any one time, and not more than 150 feet of trench in populated areas shall be left open unless otherwise permitted in writing by the Owner. Backfill and/or protect trenches as necessary to prevent injury to livestock, adjacent property, and the public. Trenches left open overnight in public areas shall be fenced with adequate construction fencing. No trenches shall be left open overnight in streets. L. Structural Excavation: Excavation shall extend a sufficient distance from walls and footings to allow for form installation and inspection, except where concrete for walls and footings is authorized or required to be deposited directly against excavated surfaces. Where excavation, through the fault of the Contractor, is made below the elevation specified or directed by the Engineer, restore the excavation to the proper elevation with stabilized backfill (lean concrete) or other approved material at the Contractor’s expense. 3.02 BACKFILLING OF TRENCHES OUTSIDE ROADWAYS A. General: This Section of the specification is intended to cover the requirements for trench backfill where trench is in open fields, unimproved alleys, fields, and other similar open areas outside of existing or proposed public and private roadways. B. Time of Backfilling: Backfill operations shall immediately follow pipe jointing, joint coating application, and curing. C. Braced and Sheeted Trenches: Remove sheeting and shoring as backfilling operations progress. Incorporate methods so that a good bond is obtained between the backfill material and the undisturbed trench walls. D. Protection of Pipe During Backfilling Operations: Take the necessary precautions to protect the pipe during backfilling operations. Take care to prevent damage to the pipe or to the pipe coating, and repair any damaged pipe before being “covered up.” Backfill the trench to prevent the deformation or otherwise deflection of the cylindrical shape of the pipe by Trenching and Backfill 31 23 33.16 - 8 DTN12314 – North-South Phase III 42-inch Water Transmission Main more than the allowable pipe deflection as specified elsewhere. Use methods such as stulling or ellipsing as necessary. E. Site and Preparation: In addition to clearing and grubbing of brush and trees along the right of way for this project, alteration to the topography shall be done if indicated on the Plans, at the locations and to the extent shown. F. Backfill Procedures in the Pipe Zone for Rigid Pipe: 1. Place the specified granular embedment material on satisfactory trench foundation to the indicated dimensions in two lifts. The first lift shall extend from the bottom of the trench to slightly above the bottom of the pipe grade. Lay pipe on the first lift of embedment material to the indicated grade. The second lift shall be the remainder of the embedment material to 0.25 of the outside diameter of the pipe. Compact granular embedment material on both sides of the pipe to 95 percent of the maximum density as measured by ASTM D4253. Compact embedment by vibration, mechanical tamping, or a combination thereof. 2. Place first lift of embedment material true to line and grade with bell holes of ample dimension to permit the pipe to rest on the full length of the barrel and to permit joint make-up and coating application at joints. 3. Place second lift of embedment material carefully to prevent voids under the haunches of the pipe and to prevent disturbing pipe alignment. 4. After placement of the embedment material, deposit select material in the trench simultaneously and evenly on both sides of the pipe for the full width of the trench to the top of the pipe zone. Consolidate this material by mechanical compaction within 2 percent of optimum moisture content. Compaction in this zone shall be a minimum of 95 percent of Standard Proctor Density. 5. Mechanical compaction of select backfill material shall be in lifts not exceeding 18 inches loose depth. 6. Perform the mechanical compaction to prevent floating or damaging the pipe. Relay any pipe which is floated or otherwise disturbed to the original grade at the Contractor’s expense. G. Backfill Procedure in the Pipe Zone for Semi Rigid Pipe: 1. Place the first lift of granular embedment material to a depth slightly above the bottom of pipe grade. Lay pipe on this embedment material to the indicated grade. Provide bell holes to permit the pipe to rest on the full length of the barrel and to permit joint make-up and coating. 2. For semi-rigid pipe construction, extend the embedment material from the bottom of the trench to 6 inches over the top of pipe. 3. Place the second lift of embedment material, uniformly on both sides of the pipe to a loose depth of one-half of the outside diameter of the pipe, taking precautions not to disturb the pipe alignment. Compact the second lift of embedment material using vibration or mechanical tamping to produce a uniformly blended and compacted backfill. Contractor shall take precautions to ensure no voids occur under the haunches of the pipe and to prevent disturbance of the pipe alignment. Trenching and Backfill 31 23 33.16 - 9 DTN12314 – North-South Phase III 42-inch Water Transmission Main 4. Place the third lift of granular embedment material in the trench simultaneously and evenly on both sides of the pipe for the full width of the trench to an elevation of 6 inches above the top of the pipe using vibration or mechanical tamping. Compaction of granular embedment in this zone shall be at a minimum of 95 percent Maximum Density in accordance with ASTM D4253. 5. After placement and compaction of the third lift, add additional granular embedment to fill the voids and strike-off the embedment to be level at an elevation 6 inches above the pipe. H. Procedure Above Pipe Zone: Mechanical compaction may be utilized. Place the ordinary backfill material above the pipe zone in lifts not exceeding 18 inches loose depth and compacted to 90 percent Standard Proctor density in areas outside of existing or proposed roadways. The Contractor shall be responsible for any damage which may occur to the pipe using his method of compaction. I. Surface Material Replacement: 1. The top 12 inches of the trench backfill shall be composed of the original surface material or topsoil excavated from the trench. Place the topsoil over the consolidated trench backfill material and neatly round over the trench to a sufficient height to allow settlement to grade after consolidation. Grade the surface to allow drainage in the same manner as existed prior to construction. 2. Topsoil shall not contain rocks or clods larger than those adjacent to the trench in the undisturbed condition. J. Backfill Around Structures: 1. After completion of foundations, walls, etc., remove forms and clean excavation of debris or other objectionable matter prior to placing backfill. Comply with the requirements of Section 31 23 10 “Structural Excavation and Backfill” for backfill adjacent to cast-in-place structures. 2. In areas where structures such as slabs, foundations, or pipes are to be constructed on backfill, backfill shall be lean concrete or; flowable fill, unless otherwise indicated. 3. For pre-cast concrete structures, mechanically tamp earth backfill around and over structures, using select material, and placed in layers not to exceed 8 inches, loose thickness. Bring material to within 2 percent of optimum moisture content and compact each layer to a uniform density of not less than 95 percent of maximum density as determined by ASTM D698. Laboratory control shall be used to secure compliance with this requirement. K. Inspection and Test Pits: 1. Excavate test pits after the embedment has been placed and compacted in the pipe zone for the purpose of taking field density tests and inspecting the haunch areas under the pipe for voids. 2. Excavate the test pits to a depth and area of sufficient size to allow the inspector to visually inspect the haunch area of the pipe for voids or loose material next to the pipe and to make a field density test. Provide a safety trench shield to protect the inspector while in the pit. Trenching and Backfill 31 23 33.16 - 10 DTN12314 – North-South Phase III 42-inch Water Transmission Main 3. After inspection, backfill and compact the test pit area in accordance with the applicable specification herein. 4. Dig one test pit for inspection of each day’s work if deemed necessary or may be required more or less frequently as determined by the Owner’s representative. Repair and replace areas which are found not to be in compliance with the specification requirements, until satisfactory results are consistently and uniformly attained. 5. Provide special attention to assure that the material flows under the pipe haunches. This may require the removal of pipe joints to observe the results and make density tests. Pipe laying shall not begin until satisfactory results are achieved by the Contractor’s proposed method. 3.03 BACKFILL PROCEDURE FOR PUBLIC AND PRIVATE ROADS A. Defined by City detail in plan sheets. 3.04 MAINTENANCE OF SURFACES A. Rock and Organic Material Exclusion: Rock and organic material removed from the trench excavated material shall be removed from the right of way at the Contractor’s expense. B. Deficiency of Backfill - by Who Supplied: Any deficiency in the quantity of material for backfilling the trenches or for filling depressions caused by settlement shall be supplied by the Contractor at his expense. Make-up material shall be approved by the Owner’s representative. C. Restoration of Surfaces: Replace surface material and restore paving, curbing, sidewalks, gutters, shrubbery, fences, grass or turf, and other surfaces disturbed, as nearly as possible to a condition equal to that before the work begin. D. Seeding and Sodding: 1. Provide sodding at disturbed residential or commercial lawns and where indicated. Provide seeding in TxDOT right-of-way and where indicated. 2. Where seeding is specified, it shall be done between August 15 and June 15. Use sodding in lieu of seeding between June 15 and August 15. Seeding and sodding shall immediately follow backfill and cleanup unless otherwise specified. 3. Surfaces for seeding or sodding shall have a minimum of 12 inches of topsoil. Apply pelleted or granular fertilizer with a minimum analysis of 16-8-8 at a rate of 400 pounds per acre or equivalent rate if other analysis fertilizer is used. 4. Water seeded and sodded areas as necessary to obtain grass coverage of 95 percent of area, with no bald areas larger than 10 square feet. 5. Perform seeding and sodding in accordance with the following items of the Texas State Department of Highways and Public Transportation Standard Specifications: a. Item 162: Sodding for Erosion Control. b. Item 162.4 (1): Bermuda Grass - Spot Sodding. c. Item 162.5: Block Sodding. d. Item 162.7: Mulch Sodding. Trenching and Backfill 31 23 33.16 - 11 DTN12314 – North-South Phase III 42-inch Water Transmission Main e. Item 164: Seeding for Erosion Control. f. Item 166: Fertilizer. 3.05 CLEAN AND ADJUST A. Remove surplus pipeline materials, tools, rubbish, trees, and temporary structures, and leave the construction site clean, to the satisfaction of the Engineer. Grade the surface, and re-establish drainage. Removal of rock and other excess excavated material and general leveling and grading of the right of way surface to a presentable appearance shall proceed so as to not be further than 2500 feet behind the backfilling operations. The Contractor shall be responsible for location of sites for disposal of excess material and the Owner shall make no additional payment for expenses incurred in such disposal. END OF SECTION DIVISION 33 UTILITIES Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 33 05 01.05 BAR-WRAPPED CONCRETE CYLINDER PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install bar-wrapped concrete cylinder pipe and fittings, and specials, including connections and appurtenances as required for the proper installation and function of the system as indicated herein. 1.02 QUALITY ASSURANCE A. Experience Requirements: Finished pipe shall be the product of one manufacturer that has had not less than 5 years successful experience manufacturing pipe of the types and sizes indicated. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one location. B. Factory Testing: 1. The Owner reserves the option to have an independent testing laboratory, at the Owner’s expense, inspect pipe and fittings at the Pipe Manufacturer’s plant. The Owner’s testing laboratory and Engineer shall have free access to the Manufacturer’s plant. The pipe manufacturer shall notify the Owner, in writing, at least 2 weeks ahead of pipe fabrication as to start of fabrication and fabricating schedule so that the Owner can advise the Manufacturer as to Owner’s decision regarding tests to be performed by an independent testing laboratory. In event the Owner elects to retain an independent testing laboratory to make material tests and weld tests, it is the intent that the tests be limited to one spot testing of each category unless the tests do not show compliance with the standard. If these tests do not show compliance, the Owner reserves the right to have the laboratory make additional tests and observations. 2. The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, and cement. The Manufacturer shall perform the tests described in AWWA C303, for all pipe, fittings, and specials. 3. Absorption Test: A water absorption test shall be performed on samples of cured mortar coating taken from each working shift. The mortar coating samples shall have been cured in the same manner as the pipe. A test value shall consist of the average of a minimum of three samples taken from the same working shift. The test method shall be in accordance with ASTM C497, Method A. The average absorption value for any test shall not exceed 9 percent and no individual sample shall have an absorption exceeding 11 percent. 4. Strength of Coating: Tests shall be made of cured mortar coating for the purpose of qualifying the mortar coating machine and the mortar mix design. One-inch cubes shall be tested in accordance with ASTM C109. The equivalent cylinder compressive strength of the mortar (0.74 times the cube strength) shall be not less than 5500 psi in 28 days. C. Manufacturer’s Technician for Pipe Installation: During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician assistant as necessary in pipe laying and pipe jointing. This technician shall assist and advise the Construction Contractor in his pipe laying operations and shall instruct Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site full time; however, the technician shall be on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Prior to the creation of fabrication and laying shop drawings, the Contractor shall submit drawings to the Engineer showing the northing, easting, and top of pipe elevation at each joint location where the proposed pipe connects to existing pipes. 2. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer as shop drawings. Shop drawings shall include a complete description of the pipe offered, including cuts, tabulated layout and pertinent design data. Shop drawings shall reference stationing on the plan/profile sheets and shall incorporate changes necessary to avoid conflicts with existing utilities and structures and adjustments necessary to make tie-ins. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. 3. Prior to delivery of the pipe to the project site, the Manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification and AWWA C303. Copies of results of factory tests and mill certificates for steel and cement shall be provided, including chemical and physical test results for each heat of steel. 4. Certified test reports for factory and field welder certification. 5. Certified test reports for all field welds. 6. The Contractor’s proposed field welding procedure in accordance with AWWA C206 and AWS D1.1. 7. Copies of results of factory hydrostatic tests. 8. Prior to final completion, submit as-built, top-of-pipe survey as Record Data. Top-of-pipe survey shall include station and top-of-pipe elevation for each pipe joint. Survey information shall be provided on the Contractor’s “As-Built” drawings. 1.04 STANDARDS A. Except as modified or supplemented herein, bar-wrapped concrete cylinder pipe shall conform to the applicable requirements of the following standard specifications, latest edition: 1. American National Standards Institute (ANSI) / NSF Standards: ANSI/NSF Standard 61 2. American Society for Testing and Materials (ASTM) Standards: ASTM A33 Standard Specification for Concrete Aggregates Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main ASTM A570 Standard Specification for Steel, Sheet and Strip, Carbon, Hot Rolled, Structural Quality ASTM C144 Specification for Aggregate for Masonry Mortar ASTM C150 Specification for Portland Cement ASTM D698 Test for Moisture-Density Relations for Soils ASTM E709 Practice for Magnetic Particle Examination ASTM E1444 Guide for Magnetic Particle Examination 3. American Welding Society (AWS) Code: AWS D1.1 Structural Welding Code 4. American Water Works Associations (AWWA) Standards: AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C303 Standard for Concrete Pressure Pipe Bar-Wrapped, Steel Cylinder Type AWWA M9 Manual: Concrete Pressure Pipe 1.05 DELIVERY AND STORAGE A. Packing: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazard of transportation and allow pipe to reach project site in an undamaged condition. Pipe damaged in shipment shall not be delivered to the project site unless such damaged pipe is properly repaired. 2. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other in transmit. Ship pipe on padded bunks with tie-down straps. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each length of pipe 36 inches and larger shall be internally supported and braced with stulls to maintain a true circular shape. Internal supports shall consist of steel or timber stulls firmly wedged and secured so that the stulls remain in place during handling. Pipe shall be rotated so that one stull is vertical. Stulls shall not be removed until pipe is set to final grade. 3. Deliver, handle, and store pipe in accordance with the Manufacturer’s recommendations to protect coating systems. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on one end, the class for which it is designed, the date of manufacturer, and the identification number as shown on the shop drawings. Beveled pipe shall be marked with the amount of bevel. The top centerlines shall be marked on all specials. C. Point of Delivery: It is desired that pipe be hauled direct from pipe plant to the project site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 4 DTN12314 – North-South Phase III 42-inch Water Transmission Main route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of laying. 2.00 PRODUCTS 2.01 MATERIALS A. Cement: Cement for use in concrete and mortar shall be Type I Portland Cement conforming to ASTM C150. B. Aggregates: Aggregates for concrete lining and coating shall conform to ASTM C33. C. Sand: Sand used for inside and outside joints shall be of silica base, conforming to ASTM C144. D. Special Coating: Pipe to be laid in casing shall have two built up rings or mortar each approximately 2 feet long and slightly higher than the pipe bell to prevent pipe being supported by the bell. Rings to be at the quarter points of the pipe section. E. Steel: Steel shall meet the requirements of AWWA C303. Steel shall be homogeneous and shall be suitable for field welding. F. Threaded Outlets: Where outlets or taps are threaded, furnish and install brass bushings and plugs for the outlet size indicated. 2.02 MIXES; CEMENT MORTAR A. Cement mortar used for pipe joints shall consist of 1 part Portland cement to 2 parts clean, fine, sharp silica sand, mixed with water. Exterior joint mortar shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Cement shall be ASTM C150, Type I. Sand shall conform to ASTM C144. Cement mortar used for patching shall be mixed as per cement mortar for inside joints. Water for cement mortar shall be treated and suitable for drinking water. B. Bonding agent for interior joints and pipe patching shall be Probond Epoxy Bonding Agent ET-150, Parts A and B, Sikadur 32 Hi-Mod or approved equal. 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. General: Pipe, specials and fittings shall be designed, manufactured, and tested in accordance with the applicable requirements of AWWA C303 and AWWA Manual M9, and the special requirements of this specification. 2. Pipe Design Criteria: a. Sizes and pressure classes (working pressure) shall be as shown on the drawings. For the purposes of pipe design, the working pressure shall be 1.0 times the pressure class. The working pressure plus transient pressure shall be equal to 1.5 times the pressure class specified. Fittings, specials and connections shall be same class as the associated pipe. Pipe and fittings shall be clearly marked with the Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 5 DTN12314 – North-South Phase III 42-inch Water Transmission Main pressure class and piece number to permit easy identification in the field. Pipe design shall be based on trench conditions and design pressure class specified. Pipe shall be designed according to the methods indicated in AWWA C303 and AWWA Manual M9, with the exception that the cylinder wall shall make up a minimum of 60% of the total steel required for the pipe, for trench construction, using the following parameters: Unit Weight of Fill (w) 130 pcf Live Load AASHTO HS 20 Coopers E 80 at railroad Trench Depth As indicated Coefficient Ku’ 0.150 Trench Width (Bd) As indicated Bedding Conditions As indicated Soil Reaction Modulus (E’) 1500 (Typical Trench Section) 3000 (Where Encased) Coefficient k 0.090 Maximum steel stress at working pressure 18,000 psi Maximum calculated deflection, Dy = Dx 1.0% b. Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe design depth. In no case shall pipe be installed deeper than its design allows. 3. Provisions for Thrust: a. Thrusts at bends, tees, plugs, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through casing and a sufficient distance each side of casing. No thrust restraint contribution shall be allowed for pipe in casing, unless the annular space in the casing is filled with cellular grout. b. Restrained joints shall be used for a sufficient distance from each side of the bend, tee, plug, or other fitting to resist thrust which will be developed at the design pressure of the pipe. For the purpose of thrust restraint, design pressure shall be 1.5 times pressure class (working pressure). Restrained joints shall consist of welded joints. In areas where restrained joints are used for thrust restraint, the pipe shall have adequate cylinder thickness to transmit the thrust forces. For welded joints, if the thickness of the steel cylinder adjacent to the welded joint is greater than or equal to 0.1875 inch, the joints to be welded shall be prepared by trimming the spigot in the shop. c. Thrust restraint design shall be the complete responsibility of the pipe manufacturer. The length of pipe with welded joints, the pipe cylinder thickness necessary to resist thrust forces, and all other provisions necessary for thrust restraint shall be determined by the pipe manufacturer, in accordance with the following: Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 6 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1). The Weight of earth (We) shall be calculated as the weight of the projected soil prism above the pipe. 2). Soil density = 110 pcf (maximum value to be used). 3). Coefficient of friction = 0.3 (maximum value to be used). 4). The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for the backfill below the water table, and the coefficient of friction shall be reduced to 0.25. 5). For horizontal bends, the minimum length of pipe to be restrained shall be calculated as follows: a). For deflections less than 60 degrees: ∆/2 b). For deflections greater than 60 degrees: 1 ∆ Where: L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross sectional area of pipe steel cylinder I.D. ∆ = Deflection angle We = Weight of earth Wp = Weight of pipe Ww = Weight of water f = Coefficient of friction 4. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified. B. Joint Wrappers: Similar and equal to those manufactured by Mar Mac Manufacturing Company. C. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 26 40 00.02 “Impressed Current Cathodic Protection” and Section 33 12 16.13 “Miscellaneous Valves.” D. Flexible Couplings: See Section 33 12 16.13 “Miscellaneous Valves.” E. Pipe Ends: The standard pipe end shall include carnegie steel joint ring with rubber gasket as per AWWA Manual M9 and AWWA C303. Welded joints shall be provided as required for thrust restraint. Harnessed joints and flanged joints shall be provided where indicated on the plans. Harnessed joints may be used in lieu of welded joints adjacent to structures, if approved by the Engineer. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 7 DTN12314 – North-South Phase III 42-inch Water Transmission Main F. Flanges: Flanges shall conform to ANSI Drilling of class equal to or greater than the pipe class, unless otherwise specified, and shall match class of valves or appurtenances which are attached. Drilling pattern shall match pattern of valve or fitting which will be attached. G. Bend Fittings: All bend fittings shall be long radius (minimum of 2.5 times the pipe ID) to permit easy passage of pipeline pigs. H. Nuts and Bolts: All nuts and bolts shall be stainless steel. Use an anti-seize compound during installation. I. Butt Strap Closure Joints: Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this specification. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipe line. Install pipe, fittings, and specials in accordance with the Manufacturer’s recommendations and AWWA Manual M9. Pipe shall be laid to the line and grade indicated. 2. The requirements of Section 31 23 33.16 “Trenching and Backfill [Water Resources]” govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Maximum allowable pipe deflection is limited to 1 percent for bar-wrapped concrete cylinder pipe measured in any direction. Contractor shall repair pipe not meeting this requirement at no additional cost to the Owner. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. B. Pipe Handling: 1. Haul, pipe, fittings, valves and other accessories to the job site. At all times handle the pipe with care to avoid damage. Load and unload pipe using hoists or cranes as specified below. Under no circumstances shall they be dropped. 2. At all times handle pipe with wide nonabrasive slings, wire ropes, belts or other equipment designed to prevent damage to the coating, and keep this equipment in such repair that its continued use is not injurious to the coating. The use of tongs, bare pinch-bars, chain slings, or pipe hooks without proper padding or any other handling equipment which the Engineer deems to be injurious to the coating shall not be permitted. Provide adequate spacing of pipe supports to prevent cracking or damage to the cement mortar lining. 3. Carefully observe the pipe for cracking and check the inside lining and coating, and should cracking occur, take immediate steps to protect the pipe. Have the Pipe Manufacturer repair any joint of pipe that has shrinkage cracks with a width of 1/16 inch Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 8 DTN12314 – North-South Phase III 42-inch Water Transmission Main or greater in the inside lining by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 4. Have the Pipe Manufacturer repair any joint of pipe that has exterior coating cracks larger than 0.005 inch (a hairline) by using an approved method. If, in the opinion of the Engineer, the pipe is not suitable for repair, reject, plainly mark, and remove the pipe from the project site. 5. Remove, replace or reject any disbonded lining or coating. Apply bonding agent to patch area. A patch larger than 100 square inches or 12 inches in greatest dimension shall not be accepted. Adequately cure patches. 6. Provide the proper implements, tools, equipment and facilities for safe and convenient prosecution of the work. Lower pipe, fittings, specials, valves, etc. into the trench by means of a crane or other machine. Do not roll or dump into the trench. The crane shall be of a sufficient size for handling the pipe, and shall lift and lower the pipe at a slow rate of speed. The crane shall be capable of stopping the lifting operation at any point without producing a shock or otherwise jerking or vibrating the pipe. 7. Keep the pipe clean during the laying operation and free of sticks, dirt, and trash. At the close of each operating day, effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Jointing: 1. General: a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by brushing and wiping. If any damage to the protective coating on the metal has occurred, repair the damage before laying the pipe. Lubricate the gasket and the inside surface of the bell with an approved lubricant (flax soap) which will facilitate the telescoping of the joint. Tightly fit together sections of pipe and exercise care to secure true alignment and grade. When a joint of pipe is being laid, place the gasket on the spigot ring and enter the spigot end of the pipe into the bell of the adjoining pipe and push into position. The inside joint space between ends of the pipe sections shall have an opening within the tolerances as recommended by the Pipe Manufacturer. No “blocking up” of pipe or joints will be permitted, and if the pipe is not uniformly supported or the joint not made up properly, remove the joint and properly prepare the trench. After joining, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying procedure. b. For interior welded joints, complete backfill before welding. After welding, apply the interior joint coating. 2. Exterior Joints: Make the exterior joint by placing a joint wrapper around the pipe and secure in place with two metal straps. The wrapper shall be 9 inches wide for pipe 36 inches and larger, and 7 inches wide for smaller pipe, hemmed on each side. The wrapper shall be fiberglass reinforced or burlap cloth, with lengths encircling the pipe, leaving enough opening between ends to allow the mortar to be poured inside the wrapper into the joint. Fill the joint with mortar from one side in one continuous operation until the grout has flowed entirely around the pipe. During the filling of the Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 9 DTN12314 – North-South Phase III 42-inch Water Transmission Main joint, pat or manipulate the sides of the wrapper to settle the mortar and expel any entrapped air. Leave wrappers in place undisturbed until the mortar has set-up. 3. Interior Joints: a. Upon completion of backfilling of the pipe trench, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash that has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to insure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. b. Interior joints of pipe 24 inches and smaller shall have the bell buttered with mortar, prior to inserting the spigot, such that when the spigot is pushed into position it will extrude surplus mortar from the joint. The surplus mortar shall be struck off flush with the inside of the pipe by pulling a filled burlap bag or an inflated ball through the pipe with a rope. 4. Welded Joints: a. Pipe 36 inches and smaller shall be welded from the outside using the following procedures: 1). Telescope together the joints to be welded with a rubber gasket as specified above and align perfectly with the adjacent section of pipe. Accomplish welding by laying a filler rod between the steel bell of one section and the steel spigot of the other, and welding the bell to the outside of the spigot. Use no less than three complete passes to make the weld. When the joint weld is completed, pour the exterior joint with mortar as specified above. After all sections are in final position, fill the interior joint as specified above. Welded joints shall meet the requirements of AWWA Manual M9. b. Pipe 42 inches and larger shall be welded from the inside, using the following procedures: 1). Joint spigots shall be trimmed where the stress in the gasket groove exceeds 12,000 psi due to axial thrust load. Trim the joint ring behind the gasket groove. After the adjacent pipe sections are aligned and tack welded, weld the bell to the spigot with a full fillet weld. Welded joints shall meet the requirements of AWWA Manual M9. When the joint weld is completed, grout the inside joint, pour the exterior joint with mortar as specified above. c. General weld requirements shall be as follows: 1). Weld joints in accordance with the AWWA C206 for Field Welding of Steel Water Pipe. Unless otherwise specified, welds shall be full circle fillet welds. 2). Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 10 DTN12314 – North-South Phase III 42-inch Water Transmission Main 3). After the pipe have been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by jacking, shimming, or tacking to obtain clearance tolerance around the periphery of the joint. In no case shall the clearance tolerance be permitted to accumulate. 4). Before welding, thoroughly clean pipe ends. Weld pipe by machine or by the manual shielded electric arc process. Welding shall be performed so as not to damage lining or coating. Cover the coating as necessary to protect from welding. 5). Furnish labor, equipment, tools and supplies, including shielded type welding rod. Protect welding rod from any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 6). In all hand welding, the metal shall be deposited in successive layers. For hand welds, not more than 1/8 inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 7). Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 8). If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, remove the pipe from the line. 9). Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 10). Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be AWWA C206 and AWS D1.1 certified. Field welding shall be provided by one of the following: a). Thompson Pipe Group, Nels Thomsen, (972) 262-3600 b). Fuller’s Service Company, Barry Fuller, (817) 477-3841. c). Scott’s Welding, Scott Fowler, (972) 978-7865. d). Fletcher’s Welding, Darrell Fletcher. e). Eddie’s Welding Service, Eddie Pierce, (817) 909-6089. f). National Welding Corporation, Nash Williams, (801) 255-5959. g). The Rangeline Group, (800) 346-5971 h). No others will be accepted pending. Bar-Wrapped Concrete Cylinder Pipe and Fittings 33 05 01.05 - 11 DTN12314 – North-South Phase III 42-inch Water Transmission Main 11). After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 12). Dye penetrant tests in accordance with ASTM E165, or magnetic particle tests in accordance with ASTM E709, shall be performed by the Contractor’s independent testing laboratory on all welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Contractor’s expense. 13). If the Contractor disagrees with the Engineer’s interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. D. Protection of Buried Metal: Protect buried ferrous metal such as flanges, nuts, bolts, dresser couplings, etc. by applying two wraps of wax tape in accordance with AWWA C217, and encasing it with flowable fill. E. Patching: 1. Excessive field-patching of lining or coating shall not be permitted. Patching of lining or coating will not be allowed where area to be repaired exceeds 100 square inches or has dimensions greater than 12 inches. In general, there shall not be more than one patch on either the lining or the coating of any one joint of pipe. 2. Wherever necessary to patch the pipe, make patch with cement mortar as previously specified for interior joints. Apply a bonding agent to a clean, dry surface prior to cement mortar patch. Do not install patched pipe until the patch has been properly and adequately cured and approved for laying by the Engineer. Promptly remove rejected pipe from the site. F. Pipe Bedding and Backfill: Pipe bedding and backfill shall be as specified in Section 31 23 33.16 “Trenching and Backfill [Water Resources].” Remove sheeting and shoring in a manner such that a good bond is achieved between the backfill material and the undisturbed trench walls. 3.02 FIELD QUALITY CONTROL A. Perform a hydrostatic test as specified in Section 01 45 16.16 “Hydrostatic Testing.” END OF SECTION Disinfecting of Water Utility Distribution 33 10 13 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 33 10 13 DISINFECTING OF WATER UTILITY DISTRIBUTION 1.00 GENERAL 1.01 WORK INCLUDED A. Disinfect the facilities for pumping, storing, or conveying potable water to comply with the standards for potable water of the regulatory agency of jurisdiction. Potable water is defined as any water that has been filtered, disinfected or otherwise treated to the meet regulatory standards (in the water treatment plant this includes the inside surfaces of the filters). B. Disinfect piping systems that are used to convey water, solutions, or chemicals to the potable water facilities. C. Test water from the disinfected system per regulatory standards to verify that water is acceptable. Repeat procedure if tests do not meet standards. 2.00 PRODUCTS 2.01 MATERIALS A. Liquid Chlorine: Meeting the requirements of AWWA B301. B. Calcium Hypochlorite: Meeting the requirements of AWWA B300. 3.00 EXECUTION 3.01 NEW FACILITIES A. New facilities shall be thoroughly disinfected in accordance with AWWA Standard C651 - Water Mains, C652 - Storage Facilities, C653 – Water Treatment Plants, and then flushed and sampled before being placed in service. Samples shall be collected and tested in accordance with the TCEQ Rules and Regulations, Chapter 290. B. During construction keep basins, pipe, fittings, equipment, and appurtenances free from dirt and debris. 1. Clean basins thoroughly before disinfection. 2. Seal the open ends of pipe with water-tight plugs when pipe is not being laid. 3. Pump water from trenches before removing the plug when water accumulates in the trench. C. Complete hydrostatic test of the line prior to disinfection. D. Wash the surfaces to be disinfected. 1. Flush pipelines. The minimum quantity of water used for flushing must exceed the capacity of the line to ensure that clean water has traversed the entire length of pipe. 2. Power wash the surfaces of basins and reservoirs using high pressure wash systems. Disinfecting of Water Utility Distribution 33 10 13 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main E. Disinfect facilities per the following procedures of AWWA: 1. Water Mains: C651 - latest revision. 2. Water Storage Facilities: C652 - latest revision. 3. Water Treatment Plants: C653 - latest revision. F. Fill the system with potable water. Test the water to see that it meets the requirements of the regulatory agency of jurisdiction for potable water. Monitor the system for 2 days. If water test fails to meet the prescribed standards, repeat the disinfection process until water meets quality standards for disinfection. 3.02 REPAIRS OR CONNECTIONS TO EXISTING LINES A. Clean and sterilize the interior surfaces of new piping, fittings, equipment, and appurtenances to be installed in an existing potable water system or connected to an existing system. B. Clean and sterilize the existing pipe or facilities for a minimum distance of 3 pipe diameters back from the ends of the pipe. Plug the ends of the line when work is not being performed on the pipe. C. Perform sterilization by swabbing each item with a concentrated chlorine solution. 1. Each piece is to be disinfected prior to being assembled for installation in the existing pipe. 2. Disinfect each piece just prior to assembly to help prevent re contamination. 3. Plug the ends of the assembly until a new item is to be added to the assembly. 4. Store disinfected materials on blocks to prevent contact with the ground. 3.03 DISPOSAL OF FLUSHING AND DISINFECTION WATER A. Chlorinated water used in flushing and disinfecting pipelines, storage tanks, or vessels prior to connection to the distribution system shall be disposed of by the Contractor in an acceptable manner. Chlorinated water must be “de-chlorinated” prior to disposal to eliminate adverse impacts to the surrounding environment. Water released to the environment shall meet all AWWA, EPA, and TCEQ regulatory requirements. 1. The Contractor is responsible for complying with all of the applicable requirements of the TPDES General Permit TXG670000, issued by the TCEQ, regarding the discharge of hydrostatic test water. 2. Residual chlorine concentrations may be reduced using sulfur dioxide, sodium bisulfite, sodium sulfite, sodium thiosulfate, or ascorbic acid. 3. The discharge must be to a splash pad or paved area, and may not be located within 300 feet of the intake for a domestic drinking water supply or 500 feet of any public or private water well. 4. An effluent water sample must be taken during the first hour of discharge at a location immediately near the point of discharge, and collected prior to commingling with storm water, wastewater, or other flows. Disinfecting of Water Utility Distribution 33 10 13 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main 5. For discharges that extend beyond an hour in duration, a second sample must be taken of the last 10 percent of the effluent. 6. Sampling protocol, sample containers, holding times, preservation methods, and analytical methods must follow the requirements set forth in the general permit. 7. The effluent grab sample(s) must be analyzed for total residual chlorine by an accredited and certified laboratory. 8. Any noncompliance that endangers human health or safety, or the environment must be reported to the TCEQ in accordance with the general permit. 9. Any effluent violation which deviates from the permitted effluent limitation by more than 40 percent must be reported to the TCEQ in accordance with the general permit. 10. The Contractor must record all hydrostatic test water sample results on an approved DMR (EPA Form 3320-1). These monitoring records shall be retained for a period of 3 years from the date of the record and be readily available for review by the TCEQ upon request. See attached form B. With the written permission of the Owner of the system, chlorinated water may be disposed of in a sanitary sewer system if one is available. In the case of larger pipelines and the larger volumes of water involved, the Contractor will not be permitted to use the sanitary sewer system for disposal even if one is available. END OF SECTION Disinfecting of Water Utility Distribution 33 10 13 - 4 DTN12314 – North-South Phase III 42-inch Water Transmission Main Steel Pipe 33 11 13.13 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 33 11 13.13 STEEL PIPE AND FITTINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install steel pipe, fittings, and specials as specified, including connections and appurtenances, as required for the proper installation and function of the pipe as indicated herein. B. The pipeline coating shall be specified in Section 09 97 16 PIPELINE COATINGS AND LININGS. The pipe coating shall be polyurethane unless the use of mortar coated or epoxy coated steel pipe is indicated on the Drawings. C. The pipeline shall be suited to carry treated water. 1.02 QUALITY ASSURANCE A. Experience Requirements: 1. Pipe shall be the product of one manufacturer who has had not less than 5 years successful experience manufacturing pipe of the particular type and size indicated. Pipe manufacturing operations (pipe, lining, and coating) shall be performed at one location unless otherwise approved by the Engineer. The intent is that the lining and coating for the pipe or the fitting be done at the same location as the pipe or fitting. The pipe and fitting may be manufactured at different locations. The Engineer will waive the requirement for 5 years’ experience in manufacturing of the pipe, when at the sole discretion of the Engineer, the manufacturer’s experience and capabilities meet the intent of the experience requirement. All pipe shall be new and not supplied from inventory. All pipe and fittings shall be manufactured in the Continental U.S.A., and shipping over salt waterways will not be allowed. 2. The lining for pipe diameters of 108-inch and smaller shall be shop applied spun cement mortar lining. 3. The Manufacturer shall be certified either under S.P.F.A. or ISO 900I quality certification program for steel pipe and accessory manufacturing . B. Owner Testing and Inspection: 1. Pipe may be subject to inspection by an independent testing laboratory, which laboratory shall be selected and retained by the Owner. Representatives of the laboratory or the Engineer shall have access to the Work whenever it is in preparation or progress, and the Pipe Manufacturer shall provide proper facilities for access and for inspection. The Pipe Manufacturer shall notify the Owner in writing, a minimum of 2 weeks prior to the pipe fabrication so that the Owner may advise the Manufacturer as to the Owner's decision regarding tests to be performed by an independent testing laboratory. Material, fabricated parts, and pipe, which are discovered to be defective, or which do not conform to the requirements of this specification shall be subject to rejection at any time prior to Owner's final acceptance of the product. Pipe manufacturer shall be responsible for repairs to the coating system required as a result of Owner testing (polyurethane-coated pipe only) at no additional cost to the Owner. Steel Pipe 33 11 13.13 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. The inspection and testing by the independent testing laboratory anticipates that production of pipe shall be done over a normal period of time and without "slow- downs" or other abnormal delays. In the event that an abnormal production time is required, and the Owner is required to pay excessive costs for inspection, then the Contractor shall be required to reimburse the Owner for such laboratory costs over and above those which would have been incurred under a normal schedule of production as determined by the Engineer. C. Factory Testing: The Manufacturer shall perform all tests as required by the applicable AWWA standards and as listed herein. D. Cement Mortar Lining: Shop-applied cement mortar linings shall be tested in accordance with AWWA C205. E. Pipe Coatings: Pipe coatings shall be as specified in Section 09 97 16 “Pipeline Coatings and Linings.” F. Hydrostatic Pressure Testing: 1. Each joint of pipe shall be hydrostatically tested prior to application of lining or coating. The internal test pressure shall be that which results in a fiber stress equal to 75 percent of the minimum yield strength of the steel used. Each joint of pipe tested shall be completely watertight under maximum test pressure. As a part of testing equipment, the pipe manufacturer shall maintain a recording pressure gauge, reference number of pipe tested, etc. The pipe shall be numbered in order that this information can be recorded. 2. Fittings shall be fabricated from hydrostatically tested pipe. All welds on fittings shall be tested by hydrostatic test, ultrasonic test, air test, or magnetic particle test. Air test shall be made by applying air to the welds at 10 pounds per square inch pressure and checking for leaks around and through welds with a soap solution. In addition, 10 percent of welds on fittings shall be checked with x-ray or ultrasonic testing by an third party certified welding inspector paid for by the Owner. G. Charpy V-Notch Test: Each heat of steel for plates or coil used for pipe barrels 0.25 inches and thicker shall be tested to verify minimum impact values of 25 ft-lb at 30 F in accordance with ASTM A370. H. Elongation: For the tensile test specified in ASTM A370, 2-inch test specimens shall show elongations not less than 22 percent for each heat of steel. When 8-inch test specimens are used in lieu of 2-inch test specimens, the specimens shall show elongations not less than 18 percent for each heat of steel. I. Mill Certification: The Owner will require the Manufacturer to furnish mill test certificates on reinforcing steel or wire, steel plate, steel coil, and cement. The Manufacturer shall perform the tests described in AWWA C200, for all pipe, fittings, and specials. J. Manufacturer's Technician for Pipe Installation: 1. During the construction period, the Pipe Manufacturer shall furnish the services of a factory trained, qualified, job experienced technician to advise and instruct as necessary in pipe laying and pipe jointing. The technician shall assist and advise the Contractor in Steel Pipe 33 11 13.13 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main his pipe laying operations and shall instruct construction personnel in proper joint assembly and joint inspection procedures. The technician is not required to be on-site full time; however, the technician shall be on-site during the first 2 weeks of pipe laying and thereafter as requested by the Engineer, Owner, or Contractor. 2. The Pipe Manufacturer shall provide services of the Coating Manufacturer's representative and the Heat Shrink Joint Manufacturer’s representative for a period of not less than 1 week at the beginning of actual pipe laying operations to advise Contractor and Owner regarding installation, including but not limited to, handling and storage, cleaning and inspecting, coating repairs, field applied coating, heat shrink joint installation procedures and general construction methods and how they may affect the pipe coating. 3. The Manufacturer's representative shall be required to return if, in the opinion of the Engineer, the coating or the Contractor's construction methods do not comply with the Specifications. Cost for the Manufacturer’s representatives to return to the Site shall be at no additional cost to the Owner. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: a. Prior to the fabrication of the pipe, submit fabrication and laying drawings to the Engineer. Shop Drawings shall include: a. Schematic location, which shall include a profile and a tabulated layout schedule, both of which shall be appropriately referenced to the stationing of the proposed pipeline as shown on the plan and profile sheets. b. Shop Drawings shall be based on the Contract Documents and shall incorporate changes necessary to avoid conflicts with existing utilities and structures. The specific number of each pipe and fitting, location of the pipe, direction of each fitting in the completed line shall be depicted. c. Full details of reinforcement and dimensions for pipe and fittings. d. Location of all outlets as required by the Contractor to install welds. e. Location and details for the fabrication of all fittings and specials. The line layout shall include the pipe station and invert elevation at all changes in grade or horizontal alignment. f. Provisions for thrust restraint g. Where welded joints are required, welding requirements, welding procedures, provisions for thermal stress control, and provisions for control of coating damage shall be depicted. 2. The Contractor’s Proposed Field Welding Procedure Specification (WPS) in accordance with AWWA C206 and AWS D1.1. C. CERTIFICATE OF COMPLIANCE WITH CONTRACT DOCUMENTS Steel Pipe 33 11 13.13 - 4 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1. Prior to shipment of the pipe, the Contractor/Pipe Manufacturer shall submit an affidavit certifying that the pipe, fittings, specials, and other products and materials furnished, comply with this Specification, Drawings, and the applicable requirements of the AWWA standards . D. CERTIFIED TEST REPORTS Submit the following Certified Test Reports prior to shipment of the pipe: 1. Copies of results of factory hydrostatic tests and test of fittings shall be provided to the Engineer. 2. Mill certificates, including chemical and physical test results for each heat of steel, Charpy v-notch tests, and elongation tests. 3. A Certified Test Report from the coating Manufacturer indicating that the coatings were applied in accordance with Manufacturer's requirements and in accordance with this Section on all pipe, fittings and joints made in the factory. 4. Welder Qualifications Records (WQR) in accordance with AWWA C206 and AWS D1.1 for both factory and field welders. 5. Certified test reports for cement mortar tests. 6. Gasket certification in accordance to AWWA C200 shall be provided where bell and spigot gasket joint pipe is specified. 7. Copies of all manufacturer’s factory quality control tests. E. Record Data: a. Prior to fabrication, submit the following: 1.) Manufacturer’s Welding Procedure Specifications per AWS D1.1 or Section IX of the ANSI/ASME Boiler and Pressure Vessel Code, under ANSI/AWS B2.1. 2.) Submit inspection procedures to be used by Manufacturer and for quality control and assurance for materials and welding. Submit standard repair procedures that describe in detail shop and field work to be performed. 3.) Certification showing calibration within last 12 months for equipment such as scales, measuring devices, and calibration tools used in manufacture of pipe. Each device used in manufacture of pipe is required to have tag recording date of last calibration. Devices are subject to inspection by Owner. 2. Provide copies of “Release for Manufacture” layout sheets prior to pipe delivery. 3. Daily welding reports for field welding showing welder and joint welded shall be submitted monthly. 4. After construction, the Pipe Manufacturer shall provide AutoCad drawings of the pipe plan and profile layout sheets showing each joint of pipe and all appurtenances to the same coordinate system as used on the Drawings. 5. After construction, the installation Contractor shall provide ASCI electronic record data showing top-of-pipe survey every 50 feet along the pipeline and at horizontal and vertical deflections. Steel Pipe 33 11 13.13 - 5 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1.04 STANDARDS 1. American National Standards Institute (ANSI)/NSF: a. ANSI/NSF Standard 61. 2. American Society of Mechanical Engineers (ASME): a. ASME Shop Welding Certification. 3. American Society for Testing and Materials (ASTM): American Society for Testing and Materials (ASTM) ASTM C33 Specifications for Concrete Aggregates ASTM C35 Specifications for Inorganic Aggregates for Use in Gypsum Plaster ASTM C150 Specifications for Portland Cement ASTM D16 Paint, Varnish, Lacquer, and Related Products ASTM D522 Mandrel Bend Test of Attached Organic Coatings ASTM E165 Practice for Liquid Penetrant Inspection Method ASTM E709 Practice for Magnetic Particle Examination ASTM E1444 Guide for Magnetic Particle Examination 4. American Water Works Associations (AWWA): American Water Works Associations (AWWA) AWWA C200 Steel Water Pipe 6 Inches and Larger AWWA C205 Cement-Mortar Protective Lining and Coating for Steel Water Pipe 4 Inches and Larger - Shop-Applied AWWA C206 Field Welding of Steel Water Pipe AWWA C207 Steel Pipe Flanges for Waterworks Service - Sizes 4 Inches thru 144 Inches AWWA C208 Dimensions for Steel Water Pipe Fittings AWWA C210 Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines AWWA C216 Heat Shrinkable Cross-Linked Polyolefin Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines AWWA C217 Petrolatum and Petroleum Wax Tape Coatings for the Exterior of Connections and Fittings to Steel Water Pipelines AWWA C222 Polyurethane Coatings for the Interior and Exterior of Steel Water Pipelines and Fittings AWWA C602 Cement-Mortar Lining of Water Pipelines - 4 Inches and Larger - In- Place AWWA M11 Manual: Steel Pipe - A Guide for Design and Installation 5. American Welding Society (AWS): a. AWS D1.1 – Structural Welding Code. Steel Pipe 33 11 13.13 - 6 DTN12314 – North-South Phase III 42-inch Water Transmission Main 6. Steel Structures Painting Council (SSPC): Steel Structures Painting Council (SSPC) SSPC-SP-1 Steel Structures Painting Council - Solvent Cleaning SSPC-SP-10 Steel Structures Painting Council - Near-White Blast Cleaning SSPC-PA2 Steel Structures Painting Council - Measurement of Dry Paint Thickness with Magnetic Gages SSPC-PA/Guide 3 Steel Structures Painting Council - A Guide to Safety in Paint Application SSPC-PS/ Guide 17 Steel Structures Painting Council - A Guide for Selecting Urethane Painting Systems 1.05 1.05 DELIVERY AND STORAGE A. Packing: 1. The pipe shall be prepared for shipment to afford maximum protection from normal hazards of transportation and allow pipe to reach the Site in an undamaged condition. Pipe segments damaged in shipment that requires more than two repairs per segment will not be accepted at the Site. No more than 10 percent of all segments shall have damage repairs, or all damaged pipe segments will be rejected. Normal factory repair of lining and coating for fabrication of fittings and specials is acceptable. 2. Pipe sections shall be handled in accordance with Paragraph 3.01.C – Pipe Handling. In all instances deliver, handle, and store pipe in accordance with the Manufacturer’s recommendations to protect coating systems. Upon delivery of the pipe, notify the Engineer, so that inspection can be made. 3. For mortar lined pipe, after the completed pipe and fittings have been removed from the final cure at the manufacturing plant, the pipe lining shall be protected from drying by means of plastic end covers banded to the pipe ends. Covers shall be maintained over the pipe ends at all times until ready to be placed in the trench. Moisture shall be maintained inside the pipe by periodic addition of water as necessary. 4. Pipes shall be carefully supported during shipment and storage. Pipe, fittings, and specials shall be separated so that they do not bear against each other, and the whole load shall be securely fastened to prevent movement in transit. Ship pipe on padded bunks with tie-down straps approximately over stulling. Store pipe on padded skids, sand or dirt berms, tires, or other suitable means to protect the pipe from damage. Each end of each length of pipe, fitting, or special and the middle of each pipe joint shall be internally supported and braced with stulls to maintain a true circular shape. Additional stulls shall be included, as determined by the Pipe Manufacturer, if required to protect the pipe from damage. The Pipe Manufacturer’s stulling shall meet or exceed the standards listed in ASCE MOP No. 79. Internal stulls shall consist of timber or steel firmly wedged and secured so that stulls remain in place during storage, shipment, and installation. Timber stulls will be allowed in diameters above 84-inch, if it can be demonstrated that the timbers will stay in place until backfilling. Pipe and liner shall be protected from damage from stulls using shaped wood pads or similar devices, unless it can be demonstrated that the wood pads are not required to prevent damage to the Steel Pipe 33 11 13.13 - 7 DTN12314 – North-South Phase III 42-inch Water Transmission Main pipe lining. Stulls shall not be welded directly to the pipe except at the end of the pipe where the mortar is held back. Pipe shall be rotated so that one stull remains vertical during storage, shipment and installation. Stulls shall not be removed until pipe is laid, set to grade and backfilled. B. Marking for Identification: Each joint of pipe and each fitting shall have plainly marked on the one end, the class for which it is designed, the date of manufacture, and the identification number as shown on the Shop Drawings. The top centerlines shall be marked on all fittings and specials. C. Point of Delivery: It is desired that pipe be hauled direct from pipe plant to the Site and strung along pipeline route, thus avoiding rehandling of pipe and the possibility of damage thereto. Where fully loaded truck and trailer cannot operate along the pipeline route, pipe may be unloaded at access points along the route, and brought to the trench side by approved methods; however, the Contractor shall be responsible that pipe is undamaged at the time of installation. 2.00 PRODUCTS 2.01 MATERIALS A. Cement Mortar Linings: Cement mortar linings shall be shop-applied (plant-spun) for pipe sizes 108 inches and smaller. Shop applied cement mortar linings shall conform to the requirements of AWWA C205 with the following modifications: Sand used for cement mortar shall be silica sand and shall not leach in water. Curing of the linings shall conform to the requirements of AWWA C205. Cement mortar linings shall be dense and smooth without bumps, blisters, ridges or spalling, to the satisfaction of the Engineer. All rough spots shall be smoothed out with a rubbing stone, or other method, to the satisfaction of the Engineer. B. Flanges, Nuts, Bolts and Gaskets: Furnish all bolts, nuts, flange gaskets, and insulation kits. All nuts, bolts and washers exposed inside building or vaults shall be carbon steel and coated in accordance with the specifications for adjacent pipe. Bolts shall be ASTM A307 grade B with ASTM A563 grade A heavy hex nuts for class B and D flanges. Bolts for class E and F flanges shall be ASTM A193 grade B7 with ASTM A194 grade 2H heavy hex nuts. All buried nuts, bolts and washers shall be Type 316 Stainless Steel of suitable strength to meet the service requirements. Manufacturer or supplier shall determine type of nuts and bolts needed to meet the service requirements. All bolts shall be long enough that a minimum of three threads are exposed beyond the nut. Use an anti-seize compound during installation. Non-insulated flange gaskets for working pressures up to 175 psi shall be rubber gaskets per AWWA C207. Non-insulated gaskets for working pressures above 175 psi shall be compressed fiber gaskets per AWWA C207. Insulating gaskets shall be full-face Type E with O-ring seal. The complete assembly shall have an ANSI rating of 150 pounds, minimum, or equal to or higher than that of the joint and pipeline. The gasket material shall be resistant to intended chemical exposure, operating temperatures, and pressures in the pipeline. Insulating sleeves shall be full-length Mylar or fiberglass reinforced epoxy (NEMA G-10 grade). Insulating washers shall be fiberglass reinforced epoxy (NEMA G-10 grade). Steel Pipe 33 11 13.13 - 8 DTN12314 – North-South Phase III 42-inch Water Transmission Main Acceptable manufactures are GPT Industries (Houston, TX), Advanced Products and Systems (Scott, LA), or Central Plastics Co. (Shawnee, OK). C. Steel: Steel shall meet the requirements of AWWA C200 and shall be of continuous casting. Steel shall be homogeneous and shall be suitable for field welding, fully killed and fine austenitic grain size. Steel shall have a minimum yield strength of 42,000 psi. D. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the pipe diameter to permit easy passage of pipeline pigs. E. Threaded Outlets: No threaded outlets will be allowed. F. Outlets for Weld Leads: The Contractor may use factory manufactured outlets for access for weld leads. Outlets shall be welded after use. Outlet configuration shall be shown in the Shop Drawings. Spacing of outlets shall be no closer than 500 feet. Outlets for appurtenances shall be used in the calculation of outlet spacing. Outlet configuration shall be approved by the Engineer. G. Joint Bonds: a. Coated Steel Pipe: i. Joint bonds shall be solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with two punched holes for thermite welding to the pipe. Strap bond shall be 12-inches long, maximum. ii. Provide three joint bonds per pipe joint. iii. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. iv. Bonds shall be as manufactured by Erico Products, Continental Industries, or approved equal. b. Flexible Coupling, Flanged Coupling Adapter, and Other Non-standard Joints for Steel Pipe: i. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with five punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Provide three bonds per joint for pipe less than 54-inches in diameter and four bonds per joint for pipe 54- inches or greater in diameter. ii. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. c. Insulated Flexible Coupling Joints for Steel Pipe: i. Solid copper strap, 1-1/4-inch wide by 1/16-inch thick, equivalent to 1/0 AWG wire, with four punched holes for thermite welding to the coupling and pipe. Strap bond shall be fabricated for the length of the coupling with sufficient additional length for 1 inch of joint movement. Steel Pipe 33 11 13.13 - 9 DTN12314 – North-South Phase III 42-inch Water Transmission Main ii. Connection of joint bond to pipe shall be with the thermite weld method using the cartridge and recommended by the bond manufacturer. iii. Strap bond shall be as manufactured by Erico Products, Continental Industries, or approved equal. I. Flexible Joint Couplings: Where couplings are indicated, furnish and install a gasketed, sleeve-type coupling as described below: 1. The pipe couplings shall be of a gasketed, sleeve-type with diameter to properly fit the pipe. Each coupling shall consist of one steel middle ring, two steel followers, two rubber-compounded wedge section gaskets and sufficient trackhead steel bolts to properly compress the gaskets. Field joints shall be made with this type of coupling. The middle ring and followers of the coupling shall be true circular sections free from irregularities, flat spots, or surface defects. They shall be formed from mill sections with the follower-ring section of such design as to provide confinement of the gasket. After welding, they shall be tested by cold expanding a minimum of 1% beyond the yield point. 2. The coupling bolts shall be of the elliptic-neck, track-head design with rolled threads and be Type 316 stainless steel. The manufacturer shall supply information as to the recommended torque to which the bolts shall be tightened. All bolt holes in the followers shall be oval for greater strength. 3. The gaskets of the coupling shall be composed of a crude or synthetic rubber base compounded with other products to produce a material that will not deteriorate from age, from heat, or exposure to air under normal storage conditions. It shall also posses the quality of resilience and ability to resist cold flow of the material so that the joint will remain sealed and tight indefinitely when subjected to shock, vibration, pulsation and temperature or other adjustments of the pipeline. 4. The couplings shall be assembled on the job in a manner to ensure permanently tight joints under all reasonable conditions of expansion, contraction, shifting and settlement, unavoidable variations in trench gradient, etc. The coupling shall be Dresser, Style 38, as manufactured by Dresser Manufacturing Division, Bradford, Pennsylvania, Depend-O- Lok as manufactured by Victaulic, Easton, Pennsylvania or an approved equal. J. Epoxy Lining: Where indicated on the Drawings, at all insulating joints, and at all above grade piping provide epoxy lining in accordance with Section 09 97 16 PIPELINE COATINGS AND LININGS. K. Epoxy Coating: Where indicated on the Drawings, and for exposed piping, pipe shall have an epoxy coating per Section 09 96 00 HIGH PERFORMANCE COATINGS or Section 09 97 16 PIPELINE COATINGS AND LININGS. L. Polyurethane Coating: Polyurethane coating shall be in accordance with Section 09 96 00 HIGH PERFORMANCE COATINGS or Section 09 97 16 PIPELINE COATINGS AND LININGS. M. Test Bulkheads: Installation Contractor shall coordinate with CMAR to furnish test bulkheads in accordance with the Drawings. Additional test bulkheads not shown in the Contract Steel Pipe 33 11 13.13 - 10 DTN12314 – North-South Phase III 42-inch Water Transmission Main Drawings but requested by the Installation Contractor will be paid for by the Installation Contractor. 1. Each test plug or bulkhead shall be designed to withstand the test pressure on either side with only atmospheric pressure on the opposite side. The manufacturer may use either one or two plugs to allow testing on each side. 2. Each test plug or bulkhead specified shall have a 30-inch flanged outlet on each side of the plug. The 30-inch outlets shall be supplied with a 30”x16” reducing flange with 16” blind flange. N. Special Coatings in Tunnels and Casings: Pipe to be laid in casing or tunnel shall have a mortar coating over the polyurethane coating. The coating shall have at least two mortar bands at a minimum of two inches thick, or thick enough to be a larger outside diameter than the bell including heat shrink sleeve. The mortar coating is to allow the pipe to be installed by skidding on pipe rings. The Manufacturer shall design the mortar bands and reinforcement sufficiently to prevent damage to the coating from the installation process. 2.02 MIXES A. Mortar for Interior and Exterior Joints: Mortar shall be 1 part cement to 2 parts sand. Cement shall be ASTM C150, Type I/II. Sand shall be silica base of sharp sand that will not leach in water. Sand shall be plaster sand meeting ASTM C33 or C35. Exterior joint mortar (where applicable) shall be mixed to the consistency of thick cream. Interior joint mortar shall be mixed with as little water as possible so that the mortar is very stiff, but workable. Water for cement mortar shall be treated and suitable for drinking water. B. Mortar for Pipe Patching for Shop-Applied Cement Mortar Lining: Mortar for patching shall be as per interior joints. C. Bonding Agent: Bonding agent for cement mortar lining patching shall be Probond Epoxy Bonding Agent ET-150, parts A and B; Sikadur 32 Hi-Mod, or approved equal. 2.03 MANUFACTURED PRODUCTS A. Pipe: 1. Pipe Design Criteria: 1.) Steel pipe shall be designed, manufactured, and tested in conformance with AWWA C200, AWWA M11, and with the criteria specified herein. Sizes and pressure classes (working pressure) shall be as shown in the Drawings. For the purpose of pipe design, the transient pressure plus working pressure shall be 1.5 times the working pressure class specified. Fittings, specials, and connections shall be designed for the same pressures as the adjacent pipe. Pipe design shall be based on trench conditions and the design pressure in accordance with AWWA M11; using the following parameters: Pipe Design Criteria Unit Weight of Fill (w) 130 pcf Live Load AASHTO HS 20 (at all locations except railroads) Steel Pipe 33 11 13.13 - 11 DTN12314 – North-South Phase III 42-inch Water Transmission Main Pipe Design Criteria Coopers E 80 at railroad Trench Depth As indicated Deflection Lag Factor (Dl) 1.1 Coefficient (K) 0.10 Maximum Calculated Deflection (Dy = Dx) 2 % (Polyurethane Coated Steel Pipe) Soil Reaction Modulus (E') 1500 (typical trench section) or 3000 (where encased) 2.) The fittings and specials shall be designed in accordance with AWWA C208 and AWWA M11 except that crotch plates shall be used for outlet reinforcement for all Pressure Diameter Valves values (PDV), greater than 6000 unless otherwise specified. Where indicated on the Drawings, collars or wrappers shall be used in lieu of crotch plates to allow working space and supports. Wrappers and collars shall meet ASME Standards. As an alternate to crotch plates, collars or wrappers may be used when designed in accordance with ASME Section VIII, Division 1. 3.) Where the pipe requires additional external support to achieve the specified maximum deflection, the Contractor and Pipe Manufacturer will be required to furnish alternate methods for pipe embedment. No additional compensation will be made to the Contractor by the Owner where this method is required. 4.) Trench depths indicated shall be verified after existing utilities are located. Vertical alignment changes required because of existing utility or other conflicts shall be accommodated by an appropriate change in pipe and embedment design depth. In no case shall pipe be installed deeper than its design allows. 5.) Pipe shall be designed for full vacuum conditions without buckling, damage to lining, or damage to pipe joints. 2. Provisions for Thrust: a. Thrust at valves, bends, tees, or other fittings shall be resisted by restrained joints. Thrust at bends adjacent to casing shall be restrained by welding joints through the casing and a sufficient distance each side of the casing. No thrust restraint contribution shall be allowed for pipe in casing unless the annular space in the casing is filled with grout. b. Restrained joints shall be used a sufficient distance from each side of the valves, bend, tee, plug, or other fitting to resist thrust which develops at the design pressure of the pipe. For the purposes of thrust restraint, design pressure shall be 1.5 times the working pressure class. Restrained joints shall consist of welded joints unless other joint types are specifically shown on the Drawings. c. Thrust restraint design shall be the complete responsibility of the Pipe Manufacturer. The length of pipe with restrained joints to resist thrust forces shall be determined by the pipe manufacturer in accordance with AWWA M11 and the following: Steel Pipe 33 11 13.13 - 12 DTN12314 – North-South Phase III 42-inch Water Transmission Main 1.) The Weight of Earth shall be calculated as the weight of the projected soil prism above the pipe. 2.) Soil Density = 110 pcf (maximum value to be used) 3.) Coefficient of Friction = 0.20 (maximum value to be used for polyurethane coated steel pipe). 4.) The above applies to unsaturated soil conditions. In locations where ground water is encountered, the soil density shall be reduced to its buoyant weight for all backfill below the water table, and the coefficient of friction shall be reduced to 0.15 for polyurethane coated steel pipe. 5.) 5.) For horizontal bends, the length of pipe to be restrained shall be calculated as follows: a). For Δ less than 60 degrees: = (∆2)⁄ (2 ++) b). For Δ greater than 60 degrees: = (1 −∆) (2 ++) L = Length of pipe to be restrained P = 1.5 times working pressure A = Cross-sectional area of pipe steel cylinder I.D. Δ = Deflection angle We = Weight of earth prism above the pipe Wp = Weight of pipe Ww = Weight of water f=Coeffiecient of Friction 6.) For vertical bends, the length of pipe to be restrained shall be calculated in accordance with AWWA M11. 3. Inside Diameter: The inside diameter, including the cement mortar lining, shall be a minimum of the nominal diameter of the pipe specified, unless otherwise indicated on the Drawings. 4. Wall Thickness: a. The minimum pipe wall steel thickness shall be 0.183 inches or Pipe ID/230, whichever is greater for pipe and fittings, and a maximum minus tolerance of 0.005 inches per AWWA C200. Where indicated on the Drawings, pipe and fittings shall have thicker steel pipe wall. The minimum steel wall thickness shall also be such Steel Pipe 33 11 13.13 - 13 DTN12314 – North-South Phase III 42-inch Water Transmission Main that the fiber stress shall not exceed 50 percent of the minimum yield strength of the steel at working pressure, nor the following, at the specified working pressure. Pipe Type Maximum Stress at Working Pressure Polyurethane Coated Steel 23,000 psi b. Pipe which is placed in casing or tunnel shall have a minimum pipe wall steel thickness of 0.25 inches or Pipe ID/144, whichever is greater. c. Fittings and pipe that are above grade or exposed (not in a trench, casing, or tunnel) shall have the following minimum thicknesses: Diameter Thickness Diameter < 36” 0.250” 36” ≤ Diameter < 54” 0.375” 54” ≤ Diameter ≤ 84” 0.500” 84” < Diameter ≤ 96” 0.625” 96” < Diameter ≤ 120” 0.750” d. Pipe, fittings, and specials shall be designed such that the maximum stresses in the pipe due to thrust loading will not exceed 18,000 psi nor 50 percent of the steel yield strength at the thrust design pressure (1.5 times working pressure). 1). Fittings shall meet the requirements of AWWA C208. 5. Seams: Except for mill-type pipe, the piping shall be made from steel plates rolled into cylinders or sections thereof with the longitudinal and girth seams butt welded or shall be spirally formed and butt welded. There shall be not more than two longitudinal seams. Girth seams shall be butt welded and shall not be spaced closer than 6 feet except in specials and fittings. 6. Joint Length: Maximum joint length shall not exceed 50 feet. Maximum joint length of steel pipe installed in casing shall not exceed 25 feet. B. Joint Bonds, Insulated Connections, and Flange Gaskets: See Section 2.01.H and 2.01.I of this specification. C. Bend Fittings: All bend fittings shall have a minimum radius of 2.5 times the ID to permit passage of pipeline pigs. D. Pipe Ends: Pipe ends shall be lap welded slip joint, butt strap joint, flanged joint, or flexible coupled joint. 1. Rubber Gasket Joints: Rubber gasket joints shall be a rolled spigot or carnegie joint with rubber gasket for pressure classes up to 250 psi. Joints shall conform to AWWA C200 standard. The joint shall consist of a flared bell end formed and sized by forcing the pipe over a plug die or by expanding on segmental dies. The spigot end shall be an integral rolled groove or a Carnegie shaped steel joint ring in accordance with AWWA C200 and as shown in AWWA Manual M11, current edition. Carnegie spigot ring shall be welded to the pipe cylinder. The welded area of bell and spigot pipe ends shall be checked after Steel Pipe 33 11 13.13 - 14 DTN12314 – North-South Phase III 42-inch Water Transmission Main welding by the magnetic particle method. The difference in diameter between the I.D. of bell and the O.D. of spigot shoulder at point of full engagement with an allowable deflection shall be no more than .00 to .04 inch as measured on the circumference with a diameter tape. The gasket shall have sufficient volume to approximately fill the area of the groove and shall conform to AWWA C200. The joint shall be suitable for the specified pressure and a maximum deflected joint pull. Joints shall be of clearances such that water tightness shall be provided under all operating and test conditions with a pipe diameter deflection of 3 percent. At the pipe manufacturer’s option, all steel pipe joints may be lap-welded slip joints in lieu of rubber gasket joints. 2. Lap Welded Slip Joint: a. Lap welded slip joint shall be provided in all locations for pipe larger than 48 inches, for pressure class greater than 250 psi and where joints are welded for thrust restraint. Ends of pipe, fittings, and specials for field welded joints shall be prepared with one end expanded in order to receive a plain end making a bell and plain end type of joint. Bells formed by rolling shall be approved by the Engineer. Clearance between the surfaces of lap joints shall not exceed the requirements of AWWA C206. b. The depth of bell shall be such as to provide for a minimum clear distance of 2 inches between the weld and the nearest tangent of the bell radius when welds are to be located on the inside of the pipe. c. The depth of bell shall be such as to provide for a minimum lap of 2 inches or 3 times the thickness of the belled pipe, whichever is greater. Provide deeper bell every 400 feet to accommodate thermal movement for which the minimum lap shall be 4 inches. d. Lap welded slip joints may be welded from the inside or outside for pipe diameters 42 inches and larger. All other sizes shall be welded from the outside. 3. For Fittings with Flanges: Flanged joints shall be provided at connections to valves and where indicated. Ends to be fitted with slip on flanges shall have the longitudinal or spiral welds ground flush to accommodate the type of flanges provided. Pipe flanges and welding of flanges to steel pipe shall conform to the requirements of AWWA C207 and AWWA C206. Pipe flanges shall be of rated pressure equal to or greater than the adjacent pipe class. Flange drilling shall match the drilling of adjacent fittings or appurtenances which the flanges are to be attached. Flanges shall be spot faced or back faced parallel to the front face. 4. Flexible Couplings: Flexible couplings shall be provided where shown on the Drawings and as specified in Section 2.01.I of this specification. Ends to be joined by flexible couplings shall be of the plain end type, prepared as stipulated in AWWA C200. Pipe ends shall be truly circular to within 0.25 inch or the coupling manufacturer’s tolerance, whichever is smaller. In addition, the welds on ends to be joined by couplings shall be ground flush to permit sliding the coupling in at least one direction to clear the pipe joint. Harness bolts and lugs shall comply with AWWA M11. 5. Butt Strap Closure Joints: Where necessary to make closure to pipe previously laid, closure joints shall be installed using butt strap joints in accordance with AWWA C206 and applicable provisions of this section. Where butt strap closure joints cannot be Steel Pipe 33 11 13.13 - 15 DTN12314 – North-South Phase III 42-inch Water Transmission Main hydrostatically tested in the field with the main pipeline, the butt strap shall have an inside and outside weld and shall be air tested. Air test shall be operated at 5 psi for a minimum of 5 minutes from a threaded fitting between the welds. 3.00 EXECUTION 3.01 INSTALLATION A. General: 1. Install steel pipe, fittings, specials, and appurtenances as specified and required for the proper functioning of the completed pipeline. Install pipe, fittings, and specials in accordance with the Manufacturer's recommendations and AWWA M11 and AWWA C604. Pipe shall be laid to the lines and grade indicated. Before each joint of steel pipe is lowered into the ditch, the coating is to be inspected and tested for holidays. All damaged areas and holidays are to be repaired before the pipe is lowered into the trench. 2. The requirements of Section 31 23 33.16 “Trenching and Backfill” govern for the excavation and backfilling of trenches for laying steel pipe, fittings, and specials. Conformance with pipe deflection requirements shall be as set forth below. a. Average allowable pipe deflection is limited to 2% for polyurethane coated steel pipe and 1% for mortar and shotcrete coated steel pipe. In no case shall a single measurement in any direction exceed 1.5 times the average allowable deflection. These measurements include the allowable tolerance for lining thickness. Percent deflection shall be calculated as: = (! ") #$%&"’ () (*(’+()) #$ (! ")#$ x100 b. Deflection measurements shall be made by the Contractor in the presence of the Owner. Method for taking measurements shall be agreed to by the Owner and Engineer in writing prior to installing the first joint of pipe. c. The contractor shall measure deflection approximately 30 days after backfill to final grade. At the beginning of the project, the first mile of pipe shall be checked seven days after backfill and again 30 days after backfill. Payment for pipe installation will not be made until pipe deflection is measured, unless otherwise approved by the Owner. No Pipe may be measured for compliance prior to 15 days. d. The Owner may, at his discretion, perform additional verification measurements on any area prior to substantial completion. e. Average deflection shall be determined by averaging the pipe’s measured horizontal and vertical deflection as indicated below. Locations where measurements are taken shall be clearly marked on the interior of the pipe. f. For pipe joints 36 feet in length or less, measurements shall be taken at two locations, ¼-distance from each pipe end. Approximately 10 feet from each end. Steel Pipe 33 11 13.13 - 16 DTN12314 – North-South Phase III 42-inch Water Transmission Main g. For pipe joints longer than 36 feet, measurements shall be taken at three locations including ¼-distance from each pipe end and at the pipe midpoint. h. If the average calculated deflections for any segment of pipe or any single measurement fails to meet specifications, the entire segment of pipe shall be reworked in accordance with the Manufacturer’s recommendations and as directed by the Engineer at no additional cost to the Owner. This may include uncovering the pipe and re-compaction of the pipe embedment, and repair of coating. A pipe segment shall be defined as a length of manufactured pipe between manufactured or field constructed joints. i. Installed pipe joints will also be examined for flat spots and internal lining stress cracks by the Owner. Lining damage shall be repaired in accordance with the Manufacturer’s recommendations and as directed by the Engineer at no additional cost to the Owner. Repair of flat spots may include uncovering the pipe and re- compaction of the pipe embedment, and repair of the coating. j. Where pipe has been reworked to comply with the deflection requirements, Contractor shall re-measure for deflection no earlier than seven days after the repaired pipe is backfilled. Owner will re-inspect for flat spots at this time. k. No pipe installation shall be accepted until the entire installation is in compliance with the above deflection requirements. 3. Keep the pipe clean during the laying operation and free of sticks, dirt, animals, and trash, and at the close of each operating day, effectively seal the open end of the pipe against the entrance of water using a gasketed night cap. Do not lay pipe in water. The Contractor may install a vent at the top of the night cap to prevent flotation of the pipe in the event of heavy rain during the night. 4. Install bonds at all pipe joints, other than welded joints or insulated joints. 5. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1.) Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. 2.) Deflection measurements and calculated deflection for each location measured per joint. 3.) It is the responsibility of the Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. 6. Pipe Deflection Reports: a. A monthly report shall be submitted as Record Data showing the following for each joint of pipe: 1.) Allowable deflection and 1.5 times allowable deflection for each pipe diameter installed. Steel Pipe 33 11 13.13 - 17 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2.) Deflection measurements and calculated deflection for each location measured per joint. 3.) It is the responsibility of the Contractor to verify that the nominal pipe diameter meets specifications at all measured locations. Contractor shall coordinate pipe replacement with the pipe manufacturer for any pipe not meeting the specified internal diameter. B. Line, Grade and Cover over Top of Pipe 1. It is intended that the pipe be laid to the depth specified or shown on Drawings. Cover shall be defined as the distance from the top of the pipe barrel to the natural ground surface. The Contractor shall be required to lay the pipe, to conform to the profiles shown on the approved Shop Drawings within six inches vertically and one foot horizontally. C. The grades shall be constructed so as to provide a uniform grade between low points and high points, and intermediate high and low points shall be eliminated. No additional compensation shall be made for extra trench depth required to meet these conditions D. Pipe Handling: Pipe shall be handled at all times with a minimum of two non-abrasive slings, belts or other equipment designed to prevent damage to the coating or lining. The equipment shall be kept in such repair that its continued use is not injurious to the coating. The spacing of pipe supports required to handle the pipe shall be adequate to prevent cracking or damage to the lining or coating. E. Line Up and Bends: 1. Line up pipe for joining so as to prevent damage thereto. Thoroughly clean the bell and spigot ends of each joint of pipe of foreign matter, rust and scale before placing spigot into bell. Welded joints shall have an overlap of 2-inch minimum to 4- inch maximum. 2. All under-stabbed joints shall be butt strapped or re-stabbed. All over-stabbed joints shall not be acceptable. A joint shall be considered over-stabbed if the stabbed section is greater than 3-1/2 inches or the inside mortar gap is less than 1/4-inch. All over- stabbed joints shall be re-stabbed, butt strapped, or welded. 3. Where abrupt changes in grade and direction occur, the Contractor shall employ special shop fabricated fittings for the purpose. Field cutting the ends of the steel pipe to accomplish angular changes in grade or direction of the line shall not be permitted. 4. Where pipe horizontal alignment is on a curve, contractor may pull joints to make a curved alignment. Pulled joints that are welded shall meet the overlap requirements mentioned above. Pulled rubber gasket joint deflection shall not exceed 75% of the Manufacturers’ recommended allowable. 5. After joining rubber gasket joints, check the position of the gasket with a feeler gauge. If the gasket is out of position, disassemble the joint and repeat the joint laying operation. Upon completion of pipe jointing, the interior of the pipeline shall be left broom clean. F. Pipe Laying - Rubber Gasket Joints: Join rubber gasket joints in accordance with the Manufacturer’s recommendations. Clean bell and spigot of foreign material. Lubricate gaskets and bell and relieve gasket tension around the perimeter of the pipe. Engage spigot Steel Pipe 33 11 13.13 - 18 DTN12314 – North-South Phase III 42-inch Water Transmission Main as far as possible in bell, allowing for a minimum gap of 1/2-inch for inside joint grouting after any joint deflection. Joint deflection or pull shall not exceed 75 percent of the manufacturer’s recommended maximum pull. Check gasket with feeler gauge all around the pipe. G. Pipe Laying – Welded Joints: 1. Weld joints in accordance with the AWWA C206 and AWS D1.1. Contractor shall provide adequate ventilation for welders and for Owner's representative to observe welds. Unless otherwise specified, welds shall be full circle fillet welds. Welding shall be completed before application of field applied joint coating. The Contractor may, at his option, weld pipe joints after the exterior joint coating and backfilling is complete. Contractor shall demonstrate that this procedure will not damage the exterior joint coating. 2. A welding procedure qualification shall be approved by the Engineer before welding of joints begins. The procedure shall be in accordance with AWWA C206 and AWS D1.1. 3. Provide a deeper bell every 400 feet to accommodate thermal movement. 4. If the Contractor chooses to use weld after backfill, special techniques shall be used to limit damage to the exterior heat shrink sleeves. Contractor shall follow all Weld after Backfill Joint Requirements as dictated in Section 09 97 16 “Pipeline Coatings and Linings.” After welding, the pipe shall be excavated to verify no unacceptable damage to the exterior heat shrink sleeve and coating protection. Each welder shall be required to demonstrate that no unacceptable damage will occur to the heat shrink sleeve. Test shall be conducted on pipe with the minimum wall thickness for each type of sleeve used on the project. Should the inspection of the exterior coating reveal damage in the opinion of the Engineer, the test will be considered a failure and the coating will be removed and replaced at no additional cost to the Owner. The test for the failed welder may be repeated on another joint at the Contractor’s option with the approval of the Engineer. 5. Adequate provisions for reducing temperature stresses shall be the responsibility of the Contractor. 6. After the pipe has been joined and properly aligned and prior to the start of the welding procedure, the spigot and bell shall be made essentially concentric by shimming or tacking to be within the maximum clearance tolerance around the periphery of the joint per AWWA C206. Tighter tolerance may be required to prevent damage to heat shrink sleeves for weld after backfill. In no case shall the clearance tolerance be permitted to accumulate. 7. Before welding, thoroughly clean pipe ends to bare metal. All welding shall be hand welded to minimize damage to heat shrink sleeves, unless it can be demonstrated that wire fed welding will not cause unacceptable damage to the heat shrink sleeve. Welding shall be performed so as not to damage lining or coating. Cover the polyurethane coating as necessary to protect from welding. 8. Furnish labor, equipment, tools and supplies, including shielded type welding rod to construct the work as required in the Contract Documents. Protect welding rod from Steel Pipe 33 11 13.13 - 19 DTN12314 – North-South Phase III 42-inch Water Transmission Main any deterioration prior to its use. If any portion of a box or carton is damaged, reject the entire box or carton. 9. In all welding, the metal shall be deposited in successive passes. Not more than 1/8 inch of metal shall be deposited in each pass. Each pass except the final one, whether in butt or fillet welds, shall be thoroughly bobbed or peened to relieve shrinkage stresses and to remove dirt, slag, or flux before the succeeding bead is applied. Each pass shall be thoroughly fused into the plates at each side of the welding groove or fillet and shall not be permitted to pile up in the center of the weld. Undercutting along the side shall not be permitted. 10. Welds shall be free from pin holes, non-metallic inclusions, air pockets, undercutting and/or any other defects. 11. If the ends of the pipe are laminated, split or damaged to the extent that satisfactory welding contact cannot be obtained, the pipe will be replaced at no additional cost to the Owner and the defective joint removed from the Site. 12. Furnish each welder employed with a steel stencil for marking the welds, so that the work of each welder may be identified. Have each welder stencil the pipe adjacent to the weld with the stencil assigned to him. In the event any welder leaves the job, his stencil shall be voided and not duplicated if another welder is employed. 13. Keep daily welding reports which identify the welder’s name and the joint welded. Joints must be shown on the daily welding reports with the identification number assigned in the lay drawings (ex. ID#1 – ID#2). Provide three copies of all daily welding reports to Owner's representative each month. 14. Use only competent, skilled and qualified workmen. Each welder employed by the Contractor shall be AWWA C206 and AWS D1.1 certified according to the Welding Procedure Qualification approved for the project. All welders shall have been certified within the last six months or shall provide a welding continuity log to be allowed to weld on the line. Field welding shall be provided by one of the following firms: a. Thompson Pipe Group, Nels Thomsen, (972) 262-3600 b. Fuller’s Service Company, Barry Fuller, (817) 477-3841. c. Scott’s Welding, Scott Fowler, (972) 978-7865. d. Fletcher’s Welding, Darrell Fletcher. e. Eddie’s Welding Service, Eddie Pierce, (817) 909-6089. f. National Welding Corporation, Nash Williams, (801) 255-5959. g. The Rangeline Group, (800) 346 -5971 h. No others will be accepted. 15. After each welder has qualified in the preliminary tests referred to above, inspections shall be made of joints in the line. Any welder making defective welds shall not be allowed to continue to weld. 16. Visual tests and magnetic particle tests in accordance with AWWA C206, ASTM E709, and E144 shall be performed by the Owner’s independent testing laboratory on all Steel Pipe 33 11 13.13 - 20 DTN12314 – North-South Phase III 42-inch Water Transmission Main welded joints. Welds that prove to be defective will be replaced or repaired, whichever is deemed necessary by the Engineer, at Installation Contractor’s expense. The Installation Contractor shall provide adequate ventilation and a safe environment for welding inspector. Inspections will be made on a weekly or bi-weekly basis as determined by the Owner. The Installation Contractor shall cooperate with the welding inspector to allow efficient inspections. 17. If the Contractor disagrees with the Engineer's interpretation of welding tests, test sections may be cut from the joint for physical testing. The Contractor shall bear the expense of repairing the joint, regardless of the results of physical testing. The procedure for repairing the joint shall be approved by the Engineer before proceeding. H. Inside Joint Grouting for Pipe with Plant-Applied Mortar Lining: Upon completion of backfilling of the pipe trench and inspection of interior welds, fill the inside joint recess with a stiff cement mortar. Prior to placing of mortar, clean out dirt or trash which has collected in the joint, and moisten the concrete surfaces of the joint space by spraying or brushing with a wet brush. Where the mortar joint opening is 1 inch or wider, such as where trimmed spigots are required, apply a bonding agent to mortar and steel surface prior to placing joint mortar. Ram or pack the stiff mortar into the joint space and take extreme care to ensure that no voids remain in the joint space. After the joint has been filled, level the surfaces of the joint mortar with the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 3.02 3.02 PROTECTIVE COATING SYSTEM FOR WELDED JOINTS A. Perform field coating of joints in accordance with Section 09 97 16 - PIPELINE COATING AND LINING. For weld after backfill, heat tolerant heat-shrink joint wrapping and special welding techniques will be used. At the start of the project, at least 3 joints of pipe shall be uncovered at no additional cost to the Owner, or Contract Team to verify the exterior joint wrap is not damaged. Should a change of materials be required, or a new welder employed, additional test joints may be directed by the Engineer. B. The Installation Contractor is responsible for ensuring his operations do not damage the factory or field applied coating system. C. Protection of Buried Metal: 1. Buried ferrous metal such as flanges, bolts, nuts and couplings which cannot be protected with factory or field-applied polyurethane coatings or heat shrink sleeves shall be coated as specified in accordance with Section 09 97 16 “Pipeline Coatings and Linings” and encased in flowable fill. D. Repair of Mortar Lining: 1. Repair lining cracks larger than 1/8" (in width) with approved methods. Pipes with loose and disbonded linings will be rejected. Excessive repair of lining shall not be permitted. Apply bonding agent to patch area. Patching of lining shall be allowed where area to be repaired does not exceed four square feet and has no dimension greater than 24 inches. In general, there shall be not more than one (1) patch in the lining of any joint of pipe. Patching for the manufacture of fittings and specials is acceptable, and not limited to the maximum square footage described above. Steel Pipe 33 11 13.13 - 21 DTN12314 – North-South Phase III 42-inch Water Transmission Main 2. Wherever necessary to patch the pipe, make the patch with the mortar indicated. Do not install patched pipe until the patch has been properly and adequately cured and unless approved for laying by the Manufacturer's technician and by the Engineer. 3. Plant applied mortar lined pipe joints requiring patches that exceed the size in subparagraph 3.01.E above shall be rejected and replaced at no additional cost to the Owner, CMAR or Contract Team. The opinion of the Engineer shall be the sole factor in determining the acceptability of the required repair. E. Quality Control of Field Applied Polyurethane Coating: See Section 09 97 16 “Pipeline Coatings and Linings.” F. Pipe Through Vaults - Where piping is to be inside a vault, such as meters or valves, the vault floor shall be cast, then the piping installed, then the vault walls constructed. 3.03 FIELD QUALITY CONTROL A. Perform a field hydrostatic test in accordance with Section 01 45 16.16 “Hydrostatic Testing.” END OF SECTION Gate Valves 33 12 16.23 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 33 12 16.23 GATE VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install gate valves and appurtenances, including valve boxes, operators, bolts, nuts and gaskets. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. American-Flow Control (for 14” or larger). 2. M&H. 3. Mueller. 4. Clow. 5. U.S. Pipe. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings: a. Shop Drawings shall include a list of similar installations that have been in service of 3 years, catalog data, material of construction, weights, dimensions, and assembly drawings. Assembly drawings shall be show seat orientation and operator and extension stem orientation. 2. Certificate of Adequacy of design: Test reports shall show compliance with AWWA, ANSI and ASTM standards including hydrostatic test, operation tests and all other tests required by the applicable standards. 3. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: a. ANSI B16.1 – Cast Iron Pipe Flanges and Fittings b. ANSI/NSF Standard 61 2. American Society for Testing and Materials (ASTM) Standards: a. ASTM A126 – Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings. b. ASTM A536 – Standard Specification for Ductile Iron Castings. Gate Valves 33 12 16.23 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main 3. American Water Works Association (AWWA) Standards: a. AWWA C111 – Standard for Rubber-Gasket Joints for Ductile Iron Pressure Pipe and Fittings. b. AWWA C500 – Gate Valves for Water and Sewage Systems c. AWWA C509 – Standard for Resilient-Seated Gate Valves for Water Supply Service. 2.00 PRODUCTS 2.01 GATE VALVES A. General: 1. Gate valves 2 through 30 inches in size shall be resilient seated with non-rising stem in accordance with AWWA C509 and shall be rated for pressure class of adjacent pipe. B. Gate Valves: 1. Gate: Gate for double disc valves shall be cast iron with bronze mounted wedges and seats. Gate for resilient seated valves shall be cast iron with EPDM to the valve gate. 2. Operators: Operators shall turn counterclockwise to open the valve. Valves for buried service shall have a 2-inch square nut and shall be installed with a 1-inch carbon steel solid one-piece extension stems as required to extend operating nut to within 4 inches of the finished grade. Extension stem shall encapsulate and be pinned to the 2-inch operating nut. Operators shall be enclosed bevel geared grease packed. 3. Stem and Seal: The non-rising stem shall be bronze with inside screw. Shaft seal shall employ O-rings or V-type packing. 4. Elastomers shall be EPDM and resistant to damage from chlorine and chloramines. C. Flanged Ends: valves shall have flanges in compliance with ANSI B16.1, and flange pressure rating shall be suitable for the pressure class of the adjacent mainline pipe to which it is installed. Contractor shall coordinate flange drilling required with appurtenances. D. Valve Boxes and Covers: Valves for buried service shall be supplied with cast iron valve boxes. Valve boxes shall be of the three-piece extension type. The three pieces shall consist of the top section, center section, and base plus the cover. For valve stacks and manholes with concrete covers, the cover shall be East Jordan Iron Works product Number NCR08- 868A. For manholes with metal covers the valve cap shall be East Jordan Iron Works product Number NCR08-868B. 3.00 EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the manufacturer’s instructions. Carefully handle and lower valves into position to prevent damage to any part of the valves. Place the valve in the proper position with stem truly vertical and securely hold until connections have been made. Furnish bolts, nuts and gaskets. Gate Valves 33 12 16.23 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main B. For buried valves, Contractor shall be responsible for adjusting the valve boxes to the proper length to confirm to the ground surface. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the equipment, an acceptance test to verify the satisfactory operation of each unit shall be conducted. Tests shall be conducted in a manner approved by and in the presence of the Owner or his representative. The valve shall be checked for general operation and leakage. The valve must perform in a manner acceptable to the Owner or his representative before the Owner will make final acceptance. END OF SECTION Butterfly Valves 33 12 16.26 - 1 DTN12314 – North-South Phase III 42-inch Water Transmission Main 33 12 16.26 BUTTERFLY VALVES 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install butterfly valves. 1.02 QUALITY ASSURANCE A. Acceptable Manufacturers: 1. DeZurik. 2. M&H. 3. CMB/K-Flo. 4. Pratt. B. Experience Requirements: The Manufacturer shall have had successful experience in manufacturing tight-closing, rubber-seated butterfly valves for this type service in the sizes indicated. The Manufacturer shall have at least 10 years’ experience in the manufacture of valves. C. Manufacturer’s Representative for Startup and Testing: The Valve Vendor or Manufacturer shall provide the services of a competent manufacturer’s representative for an indefinite period of time as required to insure proper adjustment, installation, and operation of the valve. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittal Procedures” and shall include: 1. Shop Drawings (needed if electric actuators are used). 2. Operation and Maintenance Manuals. 1.04 STANDARDS A. The applicable provisions of the following standards shall apply as if written here in their entirety: 1. American National Standards Institute (ANSI) Standards: ANSI B16.1 Cast Iron Pipe Flanges and Fittings 2. American Society for Testing and Materials (ASTM) Standards: ASTM A48 Standard Specification for Gray Iron Castings ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A276 Standard Specifications for Stainless Steel Bars ASTM A536 Standard Specification for Ductile Iron Castings Butterfly Valves 33 12 16.26 - 2 DTN12314 – North-South Phase III 42-inch Water Transmission Main ASTM B148 Standard Specifications for Aluminum Bronze Coatings 3. American Water Works Association (AWWA) Standards: AWWA C504 Standard for Rubber-seated Butterfly Valves AWWA C550 Standard for Protective Interior Coatings for Valves and Hydrants 2.00 PRODUCTS 2.01 VALVE CONSTRUCTION A. General: Butterfly valves supplied under this Contract shall be of the tight-closing, rubber seated type with rubber seats that are securely attached to the valve disc or body. Valves shall be bubble tight at rated pressures with flow in either direction and shall be satisfactory for applications involving valve operation after long periods of inactivity. Butterfly valves shall conform to the applicable requirements of AWWA C504 and AWWA C550. All valves for potable water service shall comply with NSF61 standards. B. Valve Bodies: Valve bodies shall be constructed of cast iron ASTM A126, Class B or ASTM A48, Class 40 or ductile iron in accordance with ASTM A536, Grade 65/45/12. Valve class shall be suitable for the pressure class of the adjacent pipe in which it is installed Valve Bodies shall be of the wafer body style and shall be suitable for use between ANSI B16.1 Class 250 cast iron flanges. C. Valve Discs: Valve discs shall be cast iron conforming to ASTM A126, Class B, aluminum bronze conforming to ASTM B148, or ductile iron conforming to ASTM A536, Grade 65/45/12. D. Valve Shafts: Valve shafts shall be turned, ground and polished, constructed of stainless steel conforming to ASTM A276. Valve shafts may consist of a one-piece unit extending completely through the valve disc, or may be of the “stub shaft” type, which comprises two separate shafts inserted into the valve disc hubs. If of the “stub shaft” construction, each stub shaft shall be inserted into the valve disc hubs for a distance of at least 1-1/2 shaft diameters. The shaft shall be tightly connected to the disc using tapered or wedged keying devices. E. Valve Seats: Valves shall have EPDM seals to provide tight shut off at the pressure specified. The mating seat surface shall be ASTM A276, 18-8 stainless steel or a 95 percent pure nickel overlay. All valves shall have replaceable, adjustable seats. Valves 30 inches and larger shall have in-line replaceable seats. F. Valve Bearings: Valve shall be fitted with sleeve type bearings. Bearings shall be of corrosion-resistant and “self-lubricated” materials that will not deteriorate natural or synthetic rubber. G. Valve Shaft Seals: Where shafts project through the valve bodies for operator connection, a split-V or O-ring type shaft seal shall be provided. 2.02 VALVE OPERATORS: Butterfly Valves 33 12 16.26 - 3 DTN12314 – North-South Phase III 42-inch Water Transmission Main A. General: The valve operator shall be designed and manufactured in accordance with the applicable requirements of AWWA C504 and AWWA C540, and shall be arranged for horizontal valve shaft installation. B. Manual Operators: 1. Manual operators shall have all gearing totally enclosed and shall be pre-lubricated or grease packed. Operators shall be of the worm gear or travelling nut and link type with field adjustable stops to prevent over travel in the open or closed positions. The direction of the manual rotation shall be clockwise to close. 2. Operators for exposed valves shall be provided with a valve position indicator and a handwheel or chain and sprocket device. Provide chain and sprocket for valves greater than 6 feet above walking surface. 3. Operators for buried valves shall have an extended stem with a 2-inch square operating nut within 12 inches of the finished grade. Valve operators shall be in a manhole as shown in plan details. Valve box shall be three-piece extension type equal to Mueller No. 10380 or Clow F2450. For valves which are installed with the shaft vertical, provide a level gear for vertical operation of the operating nut. 3.00 EXECUTION 3.01 INSTALLATION A. Installation shall be in accordance with the Manufacturer’s instructions. Valve shaft shall be truly vertical or horizontal as indicated. 3.02 FIELD QUALITY CONTROL A. Upon completion of installation of the butterfly valves an acceptance test shall be conducted to verify the satisfactory operation of the valves. The valves must perform in a manner acceptable to the Engineer before final acceptance will be made by the Owner. END OF SECTION Appendix A Geotechnical Report GEOTECHNICAL ENGINEERING REPORT OCTOBER 2013 PROJECT NO. 0913ͳ1924 SUBMITTED TO FREESE AND NICHOLS, INC. SUBMITTED BY LandTec Engineers, LLC NORTH ͳ SOUTH PHASE III WATER MAIN DENTON, TEXAS LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc i TABLE OF CONTENTS ________________________________________________________________ Section Page No. Executive Summary ii 1 Introduction 1 1.1 Project Description and Overview 1 1.2 Purpose and Scope 2 2 Field Exploration and Laboratory Testing 4 2.1 Field Exploration 4 2.2 Laboratory Testing 5 3 Subsurface Conditions 7 3.1 Subsurface Stratification 7 3.2 Shallow Subsurface Seepage Observations 9 3.3 Material Characteristics 9 3.4 Area Geology 10 4 Construction Considerations 12 4.1 General 12 4.2 Backfill Placement and Compaction 13 4.3 Excavations 15 4.4 Subsurface Seepage 16 4.5 Imported Backfill 17 4.6 Boring and Jacking 17 5 General Comments 18 ________________________________________________________________ APPENDIX A – Site Vicinity Map, Geology Map, Plan of Borings, Boring Logs & General Notes APPENDIX B – Summary of Laboratory Results APPENDIX C – Copy of Chain of Custody for Corrosion Samples to Xenco Laboratories LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc ii EXECUTIVE SUMMARY The following is a brief summary of the principal findings in the geotechnical engineering report for the proposed 2013 location of the N-S Phase III Water Main. Phase III of the water main extends from I-35E (TxDOT Right of Way and Bonnie Brae Street), along Bonnie Brae Street to Scripture Street on the north and continues east along Scripture Street to the south side of McKenna Park. We understand the proposed water main will consist of a 42” pipe per Drawing /Figure 1.1 dated September 2013, provided to LandTec Engineers in September 2013. The SUMMARY is intended to be a brief overview and the report text provides specific information. 1. Subsurface conditions along the water main route were explored by drilling and sampling a total of five borings with depths ranging from 20 to 40 feet below existing grade. 2. Representative soil samples obtained during the field exploration were tested in the geotechnical laboratory for classification, moisture/density and unconfined compressive strength. 3. Soil samples were obtained during drilling for corrosion testing based on the locations and depths provided by V&A Consultants. Per the V&A request, LandTec shipped the samples to Xenco Laboratories. A copy of the Chain of Custody is attached. 4. Soil samples for corrosion testing were also obtained from borings made for the Bonnie Brae (South) Street improvements project including the Phase II water main route. The borings were sampled at the locations and depths determined by V&A Consultants, and the samples were shipped to Xenco. Also shown on the Chain of Custody attached. 5. Soil types vary from medium to high plasticity clays and shaly clays, weathered and unweathered limestone (Rock) and shale (generally in Borings WL-1 through WL-4). Sands and clayey sands were encountered in Boring WL-5 (McKenna Park). 6. Shallow subsurface seepage was not observed either during or following completion of drilling. 7. Boring logs, maps, laboratory test results, geotechnical information, general recommendations and guidelines are provided in the report. Please see the report text and appendices for the specific information. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 1 1 INTRODUCTION 1.1 Project Description and Overview This report presents the results of a geotechnical study for the proposed design and construction of the North-South Phase III water main in Denton, Texas. The project includes the proposed September 2013 location of the N-S Phase III, 42” water main extending from the intersection of the northbound IH35E Frontage Road and Bonnie Brae Street along Bonnie Brae to Scripture Street on the north. The water main continues east along Scripture to McKenna Park to the future connection point of the discharge line of the future McKenna Park Pump Station Improvements. The water main pipe will either consist of Bar Wrapped Concrete Cylinder Pipe or Mortar Coated Steel Pipe. The pipeline will have passive cathodic protection. Roadway crossings are anticipated to include bore pits and auger bored casing. The borings were drilled along the future water main route to determine the general soil and rock conditions. Soil tests performed for this project include Atterberg Limits, sieve analysis, unit dry weight, moisture content and unconfined compressive strength. Soil samples were obtained during drilling for corrosion testing based on the locations and depths provided by V&A Consultants. Per the V&A request, LandTec shipped the samples to Xenco Laboratories. A copy of the Chain of Custody is attached in Appendix C. Soil samples for corrosion testing were also obtained from borings made for the Bonnie Brae (South) Street Improvements project including the Phase II water main route from Roselawn Road to the south side of IH35E. The borings were sampled at the locations and depths determined by V&A Consultants and the samples were shipped to Xenco. These sample locations are also shown on the copy of the Chain of Custody attached herein. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 2 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and provide general subsurface information for the project. The Scope of Services included the following. • Drill five borings along the water main route for a total of 120 linear feet. • Observe for groundwater seepage during drilling and record level. • Backfill boreholes with cuttings and bentonite hole plug (mix) upon completion (not grouted). • Coordinate the clearance of underground utility locations in accordance with the State of Texas DIGTESS requirement, UNT, TxDOT and City of Denton Utilities. • Coordinate with the City of Denton, UNT and TxDOT while drilling on or adjacent to public roads • Obtain samples on behalf of V&A and transport to V&A selected and hired laboratory for corrosion testing per V&A requirements Deliverables • Plan of borings illustrating the location of each boring • A log of each boring indicating the boring number, location (northing, easting and elevation if provided by Client), depth of each strata, soil description, field penetration tests including Standard Penetration tests (SPT’s) and/or Texas Cone Penetrometer (TCP) , laboratory tests, and shallow subsurface seepage information • Description of the field exploration and laboratory testing program • Geotechnical Laboratory test results and analysis of results • Discussion of subsurface soil conditions including geology, description of soil types encountered with information as to consistency (soft, stiff, hard) and information on consistency and hardness of rock and rock like materials such as limestone, shale, marl, and sandstone • Discussion of shallow perched seepage water conditions as observed in the borings during drilling LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 3 • Discussion of excavation requirements and difficulty of excavation, especially soils and rocks requiring rock tooth buckets, hoe rams, etc. • Report distributed as PDF with four (4) bound hard copies also furnished To accomplish its intended purposes, the study has been conducted in the following phases: (1) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and, (3) performing engineering analyses, using the field and laboratory data to develop geotechnical information and recommendations for the proposed construction. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 4 2 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials along the proposed roadway were explored by a total of 5 borings drilled to depths ranging from 20 to 40 feet on October 2 and 3, 2013. The boring logs (labeled WL-1 through WL-5) and a key to terms and descriptions on the logs are provided in Appendix A. Table 2-1 Boring Number, Location and Depth Drilled Boring No. Boring Location Depth, feet WL-1 IH35E & Bonnie Brae 40 WL-2 Bonnie Brae near Louise St. 20 WL-3 Bonnie Brae near Hickory St. 20 WL-4 Bonnie Brae between Oak St. and Scripture St. 20 WL-5 McKenna Park off Scripture St. 20 The borings were drilled with a truck mounted drilling rig using continuous flight augers. Soil descriptions on the boring logs are a compilation of field data as well as from laboratory testing of samples. The stratification lines represent the approximate boundary between soil types and the transition can be gradual. Periodic observations were made in the borings to observe for shallow subsurface seepage. Water level readings, made at the completion of the borings, are noted on the respective logs. Water levels measurements refer only to those observed at the times and places indicated, and can vary with time, geologic condition, construction activity, rainfall and other factors. Relatively undisturbed samples of cohesive soils encountered in the borings were taken using a thin wall Shelby tube sampler. Depths at which these samples were taken designated "U" are indicated in the "Sample" column of the boring logs. After a Shelby tube was recovered from a boring, the sample was extruded in the field, examined LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 5 visually and logged. A representative portion was selected, wrapped and sealed to prevent loss of moisture and to protect the sample during transportation. Estimates of the consistency of the cohesive soil samples were obtained in the field using a hand penetrometer. The result of a hand penetrometer reading is recorded at a corresponding depth in the "Penetrometer, TSF" column of the boring logs. When the capacity of the hand penetrometer is exceeded, the value of 4.5+ is recorded. Soil samples were taken by driving a standard ASTM 2-in. OD split-spoon sampler (ASTM D 1586) a distance of 18 in. into the soil. Where resistance was high, the number of inches of penetration for 50 blows of the hammer was recorded. Depths at which the split-spoon samples were taken in these borings are designated "S" in the "Sample" column of the boring logs. The number of blows required to drive the sampler the final 12 in. of penetration or the inches of penetration for 50 blows is recorded at a corresponding depth in the "Blows Per Ft" column of the boring logs. Representative portions of each split-spoon sample were selected and sealed in plastic bags to prevent loss of moisture. Harder materials, generally including the limestone and shale, were evaluated in place by the Texas Department of Transportation (TxDOT) cone penetrometer test (CPT). Either the number of blows required to produce 12 inches of penetration, or the inches of penetration due to 100 blows of the hammer are noted on the boring log designated "T" in the "Penetration Resistance" column. 2.2 Laboratory Testing Representative samples of the soils were tested in the geotechnical soils laboratory. Liquid limit and plastic limit tests (Atterberg limits) and percent passing No. 200 sieve were performed on soil samples from the borings in order to classify them according to the Unified Soil Classification (USC) System. Strength properties of the soil were evaluated by performing unconfined compression tests. The results of these tests are reported as Qu values (in tons per square foot). Moisture and density determinations were also made on samples to determine the in situ LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 6 conditions. Results of the laboratory tests including classification, strength, unit weight and moisture are presented on each respective boring log in Appendix A. Test performed for this project included the following. • 16 Atterberg limits (liquid and plastic limits) tests • 18 Percent passing #200 sieve tests • 19 Unit dry weight tests • 29 Moisture content tests • 19 Unconfined Compressive strength tests A summary of the geotechnical laboratory test results is included in Appendix B. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 7 3 SUBSURFACE CONDITIONS 3.1 Subsurface Stratification Specific types and depths of subsurface strata encountered in the borings are shown on the attached boring logs. The general subsurface conditions encountered in the borings consist of the following. Boring WL-1. Subsurface conditions at this location generally consist of very stiff tan and brown clay fill material to a depth of approximately one foot followed by very stiff dark brown clay to approximately 4 feet. From this depth to approximately 7 feet below existing grade the soil consisted of very stiff tan and brown clay and calcareous (limy) clay. From 7 feet to approximately 11 feet the materials consisted of hard tan weathered limestone (ROCK) with some interbedded tan clay seams and layers. Below 11 feet and to approximately 14 feet below existing grade hard to very hard gray limestone (ROCK) was encountered. From 14 feet to the completion depth at 40 feet hard gray shale with some random shaly limestone and limestone seams was encountered. Shallow subsurface seepage was not observed in this boring. Boring WL-2. Subsurface conditions at this location generally consist of approximately 6 inches of asphalt pavement and approximately 6 inches of treated gravelly base material. From approximately one foot below top of pavement grade to approximately 5 feet stiff to very stiff dark brown, brown and tan clay was encountered. Below this depth, tan, orange and gray clay and shaly clay with tan weathered limestone seams was encountered to approximately 12 feet below existing grade. From 12 feet to the completion depth at 20 feet hard to very hard gray limestone (ROCK) with some shaly limestone seams was encountered. Shallow subsurface seepage was not observed in this boring. Boring WL-3. Subsurface conditions at this location generally consist of approximately 6 inches of asphalt pavement and approximately 2 inches of base material. From approximately one foot below top of pavement grade to approximately 2 feet soft to medium stiff dark brown clay was encountered. Below this depth, tan and gray clay and LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 8 shaly clay with some ironstone seams was encountered to approximately 7 feet below existing grade. From 7 feet to the completion depth at 20 feet very stiff tan shaly clay (weathered shale) with some sand seams and severely weathered limestone seams were encountered. Some slickensided fractures were also observed within the shaly clays. Shallow subsurface seepage was not observed in this boring. Boring WL-4. Subsurface conditions at this location generally consists of very stiff dark brown clay FILL to one foot, then dense reddish brown clayey sand with sandstone seams to approximately 2 feet. Below this depth very stiff to hard tan to reddish tan clay and shaly clay with sand seams, iron ore seams and calcareous nodules was encountered to approximately 9 feet. From 9 feet to the completion depth of this boring at 20 feet very stiff to hard tan shaly clay with iron stained fractures was encountered. Shallow subsurface seepage was not observed in this boring. Boring WL-5. Subsurface conditions at this boring location generally consist of very stiff reddish brown clay to approximately one foot below existing grade. From one foot to approximately 2.5 feet the materials consist of dense reddish orange sand with some friable, lightly cemented sandstone seams. From 2.5 feet to approximately 7 feet the materials consist of dense reddish tan sand with lightly cemented sand/sandstone seams and layers. Below this depth and to approximately 14 feet dense to very dense tan lightly cemented sand with cemented sandstone seams was encountered. From approximately 14 feet to approximately 18 feet below existing grade stiff to very stiff tan and gray clayey sand with gray clay seams and gray sand seams was encountered. Soils below approximately 14 feet were observed to be moist. Below 18 feet and to the completion depth at 20 feet the soils consist of dense dark brown to grayish brown clayey sand and sandy lean clay, moist with brown lignite seams. The subsurface descriptions presented here are of a generalized nature and describe only the major stratification and features. The individual boring logs included in Appendix A should be reviewed for specific information. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 9 3.2 Shallow Subsurface Seepage Observations Shallow subsurface seepage was not observed in the borings during drilling on October 2 and 3, 2013. The borings were observed to be dry throughout the depths explored. Shallow subsurface seepage can occur due to seasonal variations in the amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the time the borings were performed. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to seasonal changes in shallow subsurface water and due to the unpredictable nature of subsurface seepage paths. Therefore, it is necessary during construction for the contractor to be observant for shallow subsurface seepage in excavations in order to assess the situation and make necessary changes and/or recommendations. 3.3 Material Characteristics The dark brown, brown and tan clays have measured Liquid Limits (LL’s) of approximately 50 to 74 and Plasticity Index (PI) values of 27 to 49. The clay classifies as “CH” according to the Unified Soil Classification (USC) System. The tan to tan and gray shaly clays had LL’s ranging from approximately 42 to 55 and PI’s ranging from 23 to 33, classifying as “CL to CL-CH” on the USC System. The tan limy and shaly clay in Boring WL-2 had a PI of 20 with percent passing the No. 200 sieve of 92 and classifies as “CL” soil. Unconfined compressive strengths ranging from 1.3 ton per square foot (tsf) to 6.3 tsf were measured in compression tests on the upper clays. Strength tests performed on the shaly clays indicate values ranging from about 1.9 to 6.5 tsf. Soil classification tests performed on the lightly cemented to un-cemented sands encountered in Boring WL-5 (McKenna Park) revealed the sands to be relatively non- plastic (NP) with percent passing the No. 200 sieve ranging from approximately 13 to 20. The sands are relatively dense to very dense with Standard Penetration Test (SPT) values ranging from 50 blows for 4 inches to 50 blows for 6 inches. The sands classify as SM and SP. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 10 Soils below the sands include sandy lean clays to clayey sands with PI’s of about 22 or less. The upper one foot of soil includes reddish brown lean clay to clay with a PI of 27. The general bearing capacity of the weathered and unweathered limestone, and shale encountered in the borings was evaluated with Texas Cone Penetrometer (TCP) tests performed on the in situ materials. TCP tests performed on the limestone revealed penetration values of approximately 0.5 to 3 inches per 100 blows indicating hard to very hard consistency. Tests performed in the gray shale in Boring WL-1 indicates values of 2.75 inches to 5.5 inches per 100 blows, indicating hard consistency based on TxDOT charts for shale. Classification of soils is based on the Unified Soil Classification (USC) System. Hardness terms for soil and rock are for relative comparison of the various samples, and are not intended to be used as an indication of the ease or difficulty of excavation or excavation stability. Hardness terms on the logs may be based upon a combination of the test and observation methods listed in the general notes, and upon field observations. 3.4 Area Geology Based on observations and review of available geological maps, logging and observation of soil and rock samples, the proposed Phase III North-South Water Main generally lies within the Grayson Geological Formation in the area of Borings WL-1 through WL-4. The exception is the upper 2 feet of Boring WL-4 which appears to be Woodbine Formation soils or fill material and Boring WL-5 for the full 20 ft. depth is Woodbine Formation. Basically the upper portion of the hill in McKenna Park is an area of Woodbine soils surrounded by Grayson clays and rocks within the lower elevations. Please see the geology map included in Appendix A. The Grayson Formation is approximately 50 feet thick and consists of clays and marls overlying limestone in various stages of weathering. The clays are expansive and can undergo significant shrink-swell potential with changes in moisture content. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 11 The Woodbine Formation is generally composed of sands, clays, sandstones, ironstones and shales. Iron oxides, lignite, gypsum, and pyrite are also found throughout the formation. Dense and irregular shaped masses or hard sandstone occur at random throughout the formation and are commonly referred to as "boulders". Structurally, the Woodbine is quite complex in that it contains numerous small faults, lenticular masses, and consequent divergent dips. It is often difficult, if not impossible, to trace a particular bed for any distance. Water is found at various levels in the formation, some as perched tables in sand lenses. The outcrop of the Woodbine formation is generally marked by sandy surface soils which support a dense growth of oak trees. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 12 4 CONSTRUCTION CONSIDERATIONS 4.1 General This section of the report is included to provide general guidelines to address construction issues relating to excavation of soils and rocks and placement of trench backfill materials over the water main. Excavations for the 42-inch water line will encounter a wide variety of soils and rocks as described in Section 3, Subsurface Conditions. The materials range from moderate to high plasticity clays, shaly clays, severely weathered limestones, weathered and unweathered limestones, shales, sands and clayey sands depending on the excavation depth and location along the water main route. The water main invert depth is anticipated to vary between about 10 and 20 feet below existing grades. The water main will be installed using open cut and/or boring and jacking techniques. Roadway crossings are anticipated to include shored bore pits and auger bored casing. Bore pit depths are anticipated to be 20 to 40 feet deep, depending on location. The combined excavation, backfill placement and compaction operation should be done in such a manner to provide that the materials, when compacted in the trench will have the most practicable degree of compaction and stability. North Texas, as much of the State, has been experiencing dry climatic conditions for several years, at times in the “drought” category. During the time these five borings were drilled only minor rainfall has occurred over the past few months. Additionally, subsurface moisture conditions have been impacted by hot, dry weather over the summer. During actual construction of the water main the climatic conditions and amount of rainfall prior to and during construction is unknown. Therefore, the potential for shallow perched water seepage is unknown and may be different than observed on October 2 and 3, 2013. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 13 4.2 Backfill Placement and Compaction Trench backfill should be properly placed in lifts and compacted to the moisture and density outlined herein. Dense or dry backfill can swell and create a mound along the ditch line while loose or wet backfill can settle and form a depression along the ditch line. Distress to overlying structures, pavements, sidewalks, etc. can occur if heaving or settling happens. A granular bedding material is recommended for pipe bedding. Clean coarse sand or well graded crushed rock make good bedding materials. Care should be taken to prevent the backfilled trench from becoming a French Drain and piping surface or subsurface water beneath structures or pavements. The use of concrete cut-off collars or clay plugs may be required to prevent this from occurring. Following the spreading and mixing of the backfill, the moisture content of the soil should be adjusted, if necessary, by either aeration or the addition of water to bring the moisture content within the specified range. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. When the moisture content and the condition of the fill layer are satisfactory, compaction should be made with appropriate compaction equipment. Wheel rollers attached to track hoes and padded foot drum rollers are typically used to compact the backfill. For small areas of backfill, hand operated or remote controlled compactors are appropriate. The backfill material should be compacted in 8 to 12 inch thick lifts to a minimum of 95 percent of the maximum dry density as determined by the moisture-density relations test method ASTM Designation D 698. The moisture content should range between one percentage point below optimum to four percentage points above optimum (-1 to +4). The moisture content ranges specified are to be considered as maximum allowable ranges. The contractor may have to maintain a more narrow range (within the maximum allowable) in order to consistently achieve the specified density for some soils or under some conditions. The moisture content and density of all fill material should be maintained at the specified range of moisture and density. In those locations where the trench backfill is over 10 feet deep, consideration should be given to compacting the fill to a minimum of 100% compaction. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 14 Fill behind below-grade structures should be compacted with hand-operated tampers or light compaction equipment immediately adjacent to the wall. A loose lift thickness of four to six inches is typically required for hand-operated tampers. Backfill on structures receiving fill on both sides should be kept within two feet of the opposite side. Field density tests should be taken as each lift of fill material is placed. A minimum of one field density/moisture content test should be performed each 250 to 300 linear feet of trench. Compaction test locations should be offset between lifts. Horizontal and vertical control of each moisture-density test location is recommended. The trench backfill operations should be observed and tested on a continuing basis by an experienced geotechnical engineering technician working in conjunction with the project geotechnical engineer. The contractor should assist the technician in taking tests to the extent of furnishing labor and equipment to prepare the areas for testing and curtailing operations in the vicinity of the test area during testing. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the sole responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. Even with proper compaction, deep trench backfills are subject to some long term settlement. Experience has indicated that some settlement of the well compacted fill should be anticipated for fills greater than about five feet thick. The settlement will result in movement of supported structures placed on fill, and shear loads on pipes passing through the backfill. Total settlement of the fill on the order of 1 to 2 percent of the total compacted fill thickness may occur. For example, 100 inches of fill would be expected to settle in the range of 1 to 2 inches. This fill settlement could result in some movement of sidewalks, pavement, drives, etc. The fill settlement could also increase the vertical load on and possible deflection of utilities crossing through the backfill. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 15 4.3 Excavations In general, suitable temporary excavation slopes across along the water line will vary. Due to the variable subsurface conditions, one slope angle will not be stable at all locations. Some soil and rock conditions could become unstable using typical slope angles. Unstable soils include, but are not necessarily limited to, (1) jointed, fissured, and slickensided materials; (2) soils with pockets or layers of sand or gravel; (3) limestone with vertical and angular fracture planes; and (4) soils and rocks with groundwater seepage occurring. Slopes in these types of soils may become unstable during periods of wet weather or as loads are applied to the top and/or along the slope. The stability is also affected by weather conditions, excavation depth, adjacent structures, construction equipment, and the length of time the excavation will remain open. Caution is advised when making excavations since cave-ins could occur and create an unsafe worker condition. Soils can typically be excavated with conventional excavating equipment. However, excavation equipment varies and field conditions may vary. In the area of Borings WL-1 and WL-2 the limestone rock is hard to very hard. Generally the weathering process is erratic and variations in the weathered and unweathered limestone rock or profile can occur in short vertical and horizontal distances. Therefore, the weathered and unweathered rock as well as the shale will be difficult to excavate and will require difficult excavation techniques. Penetration into and through the rock typically requires large heavy duty track hoes with rock tooth buckets, the use of hoe ram attachments and rock saws. If drilled piers are used in the bore pit location, pier installation will require rock tooth auger bits, and could also require core barrels, drop chisels and other hard rock tools. Excavations should be shored to provide stability up-slope and to protect construction workers. In all cases, the requirements of the Occupational Safety and Health Administration (OSHA) must be followed. It is important for the contractor to monitor the slope stability by observation and measurement, and to prevent excessive loads (especially heavy vibratory loads) from being applied to the slope. The contractor should be responsible for maintaining the slopes in a safe condition during construction and the LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 16 use of slope stability monitoring equipment is recommended. This report has not been prepared for trench safety design and/or excavation slope design. In the Federal Register, Volume 54, No. 209 (October 1989), the United States Department of Labor, Occupational Safety and Health Administration (OSHA) amended its “Construction Standards for Excavations, 29 CFR, part 1926, Subpart P”. This document was issued to better insure the safety of workmen entering trenches or excavations. It is mandated by this federal regulation that excavations, whether they be utility trenches, basement excavation or footing excavations, be constructed in accordance with the new OSHA guidelines. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor is solely responsible for designing and constructing stable, temporary excavations and should shore, slope, or bench the sides of the excavations as required to maintain stability of both the excavation sides and bottom. The contractor’s “responsible person”, as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor’s safety procedures. In no case should slope height, slope inclination, or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. We are providing this information solely as a service to our client. LandTec Engineers, LLC does not assume responsibility for construction site safety or the contractor’s or other parties’ compliance with the local, state, and federal safety or other regulations. 4.4 Subsurface Seepage Shallow seepage was not observed in the borings during drilling on October 2 and 3, 2013. However, shallow subsurface seepage could be encountered within excavations depending on the depth of the excavation and rainfall prior to construction. Basically, it is anticipated that if seepage does occur it can be allowed to drain into a sump within the excavation and the water can be pumped. The decision as to the method for handling seepage water, depends upon such factors as the soil characteristics within the excavation depth, site hydrogeology, the size and depth of the excavation, method of LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 17 excavation and side slopes, the proximity of existing structures, their depth and foundation type, and the design and function of the proposed structure. Choice of a particular method or a combination of methods for dewatering any given excavation will require an analysis of the subsurface soil and seepage conditions, the requirements of the work, and the contractor's experience with dewatering excavations. Once these facts are known, consideration can be given to the various methods available for handling ground water and a selection can be made as to a suitable method. A certain amount of flexibility is important in the dewatering process. Although a geotechnical study has been made, some unanticipated subsurface conditions could exist. 4.5 Imported Backfill If additional backfill material is needed to supplement on-site materials, we recommend it consist of clean clayey sand, sandy lean clay or lean clay soils having a Liquid Limit (LL) not greater than 40 and a Plasticity Index (PI) between 8 and 20 and generally include soils with classification of SC and CL. All backfill material should be free of organic or other deleterious materials. The City or Engineer must approve any soil hauled onto this project from off-site sources by obtaining a written and notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification must be furnished to the owner prior to furnishing soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks shall not be used as fill on this project. 4.6 Boring and Jacking Depending on the location and depth, anticipated soil and rock conditions will vary as described in previous sections. In some cases the face of an excavation could encounter multiple soil and rock types, typically described as mixed face excavations. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 18 These mixed face conditions could include clays and shaly clays in part of the excavation and harder to excavate weathered to unweathered limestone rock materials in the other part. LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 19 5 GENERAL COMMENTS In any geotechnical study, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the boring. However, during construction, anomalies in the subsurface conditions are quite often revealed. Therefore, it is recommended that the project geotechnical engineer be retained to perform materials evaluation during the construction phase of the project. This enables the project geotechnical engineer to stay abreast with the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. It is proposed that construction observation commence at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner to contract directly with the geotechnical / materials engineer. This results in a clear, direct line of communication between the owner or his representative and the geotechnical / materials engineer. The services described in this report were performed consistent with generally accepted geotechnical engineering principles and practices. No other warranty, expressed or implied, is made. These services were performed in agreement with our client. This report is solely for the use and information of our client unless otherwise noted. Any reliance on this report by a third party is at such party's sole risk. Opinions and recommendations contained in this report apply to conditions existing when services were performed and are intended only for the client, purposes, locations, time frames, and project parameters indicated. We do not warrant the accuracy of information supplied by others, or the use of segregated portions of this report. The conclusions and recommendations in this report are invalid if: • the water main is relocated; LANDTEC ENGINEERS 1924 N-S Water Main - Denton.doc 20 • the report is used for adjacent or other property or buildings; • grades, ground-water levels, or both, change between the issuance of this report and construction; • any other change is implemented that materially alters the project from that proposed when this report was prepared The boring logs do not provide a warranty of the conditions that may exist at the entire site. The extent and nature of subsurface soil and ground-water variations may not become evident until construction begins. Variations in soil conditions between borings could possibly exist between or beyond the points of exploration or groundwater elevations may change, both of which may require additional studies, consultation, and possible design revisions. Any person associated with this project who observes conditions or features of the site or surrounding areas that are different from those described in this report should report the differences immediately for consideration and evaluation. This report was prepared solely for the use of our client and should be reviewed in its entirety. It is recommended that LANDTEC be retained to review those portions of the plans and specifications for this project that pertain to geotechnical recommendations contained in this report as a means to determine whether the recommendations have been interpreted as intended. This is typically done when the plans are at the 50 to 75 percent design level. APPENDIX A CLAY (CH), dark brown, very stiff, dryw/calcareous nodules CLAY (CH), tan & brown, very stiff, dryw/calcareous nodules, limy clay seams &limestone fragments WEATHERED LIMESTONE, tan, hard w/tanlimy clay layers (ROCK) LIMESTONE, gray, hard to very hard (ROCK) SHALE, gray, very stiff, dry w/some shalylimestone seams 58 53 39 89 76 97 4.4 3.3 2.2 32 29 21 115.3 109.6 121.0 26 24 18 4.0 7.0 11.0 14.0 U1 U2 U3 U4 U5 T6 U7 T8 U9 T10 U11 T12 T13 15.7 20.7 15.2 9.7 16.0 14.9 100/3" 100/1" 100/5.5" 100/5" 100/4.5" 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ FIGURE A4aPenetrationBlows / Foot1924 LANDTEC Project: Project Number:Hand Penetrometer,tsfSamples% PassingNo. 200 SieveUnit Dry Weight,pcf5 10 15 20 25 30 Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. Thestratification lines represent the approximate boundary between soil types and the transition can be gradual.RQDDepth, feetLiquid LimitPlastic LimitPlasticity IndexSymbol / USCSRemarks: Dry @ completion. Sheet 1 of 2 N-S Phase III Water MainDenton, Texas Unc. CompressiveStrength, tsfMATERIAL DESCRIPTION Completion Depth: 40 ft Date: 10/2/13 BORING LOGWL-1 Recovery %MoistureContent, %Location: See Plan of Borings Surface El.: Unknown BORING LOG W/FIGURE 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 SHALE, gray, very stiff, dry w/some shalylimestone seams (continued) 45 962421 40.0 U14 T15 15.0 100/2.75" 4.5+ FIGURE A4bPenetrationBlows / Foot1924 LANDTEC Project: Project Number:Hand Penetrometer,tsfSamples% PassingNo. 200 SieveUnit Dry Weight,pcf35 40 45 50 55 60 Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. Thestratification lines represent the approximate boundary between soil types and the transition can be gradual.RQDDepth, feetLiquid LimitPlastic LimitPlasticity IndexSymbol / USCSRemarks: Dry @ completion. Sheet 2 of 2 N-S Phase III Water MainDenton, Texas Unc. CompressiveStrength, tsfMATERIAL DESCRIPTION Completion Depth: 40 ft Date: 10/2/13 BORING LOGWL-1 Recovery %MoistureContent, %Location: See Plan of Borings Surface El.: Unknown BORING LOG W/FIGURE 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 Approx. 6" Asphalt & 6" Base Material CLAY (CH), dark brown to brown, stiff, dry LEAN CLAY (CL), limy and shaly, tanw/orange color very stiff, dry w/tan severelyweathered limestone seams & layers LIMESTONE, gray, hard, dry w/shalylimestone seams & layers (ROCK) 57 48 37 95 86 92 1.8 1.5 3.2 2.4 33 31 20 107.7 105.1 120.1 118.3 24 17 17 1.0 5.0 12.0 20.0 U1 U2 U3 U4 U5 U6 T7 T8 21.1 21.3 14.7 14.9 100/0.75'' 100/0.5'' 3.0 3.0 2.5 3.5 4.5+ 4.5+ FIGURE A5PenetrationBlows / Foot1924 LANDTEC Project: Project Number:Hand Penetrometer,tsfSamples% PassingNo. 200 SieveUnit Dry Weight,pcf5 10 15 20 25 30 Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. Thestratification lines represent the approximate boundary between soil types and the transition can be gradual.RQDDepth, feetLiquid LimitPlastic LimitPlasticity IndexSymbol / USCSRemarks: Dry @ completion. Sheet 1 of 1 N-S Phase III Water MainDenton, Texas Unc. CompressiveStrength, tsfMATERIAL DESCRIPTION Completion Depth: 20 ft Date: 10/3/13 BORING LOGWL-2 Recovery %MoistureContent, %Location: See Plan of Borings Surface El.: Unknown BORING LOG W/FIGURE 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 Approx. 8" Asphalt & 2'' Base Material CLAY (CH), dark brown, firm, moist CLAY (CH), tan & gray, shaly, firm to stiff, dryw/tan iron stained fractures & w/sand seams SHALY CLAY (CL-CH), tan, very stiff to hard,dry w/occasional sand seams & iron ore seams& some severely weathered limestone seams &w/slickensided joints 58 71 42 55 89 98 98 99 1.3 1.3 1.9 2.9 6.5 36 49 23 33 99.2 100.5 107.1 103.1 116.7 22 22 19 22 0.9 2.0 7.0 20.0 U1 U2 U3 U4 U5 U6 U7 U8 26.5 21.9 22.0 23.7 24.6 17.4 1.0 1.5 1.5 4.5+ 4.5+ 3.0 4.5+ 4.5+ FIGURE A6PenetrationBlows / Foot1924 LANDTEC Project: Project Number:Hand Penetrometer,tsfSamples% PassingNo. 200 SieveUnit Dry Weight,pcf5 10 15 20 25 30 Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. Thestratification lines represent the approximate boundary between soil types and the transition can be gradual.RQDDepth, feetLiquid LimitPlastic LimitPlasticity IndexSymbol / USCSRemarks: Dry @ completion. Sheet 1 of 1 N-S Phase III Water MainDenton, Texas Unc. CompressiveStrength, tsfMATERIAL DESCRIPTION Completion Depth: 20 ft Date: 10/3/13 BORING LOGWL-3 Recovery %MoistureContent, %Location: See Plan of Borings Surface El.: Unknown BORING LOG W/FIGURE 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 CLAY (CH), dark brown, very stiff, dry (FILL) CLAYEY SAND (SC), reddish brownw/sandstone seams, dry (POSSIBLE FILL) CLAY (CH), tan, very stiff, dry CLAY (CH), tan w/some gray, very stiff, dryw/calcareous nodules & sand seams & w/someironstone SHALY CLAY, (CL-CH), tan, very stiff tohard, dry w/some tan severely weatheredlimestone seams 38 74 48 47 91 93 3.6 6.3 4.5 3.5 4.0 18 39 28 116.3 121.3 107.7 117.8 105.2 20 35 20 1.0 2.0 3.0 9.0 20.0 U1 U2 U3 U4 U5 U6 U7 U8 U9 11.5 11.7 19.5 13.0 14.6 21.5 20.8 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ 4.5+ FIGURE A7PenetrationBlows / Foot1924 LANDTEC Project: Project Number:Hand Penetrometer,tsfSamples% PassingNo. 200 SieveUnit Dry Weight,pcf5 10 15 20 25 30 Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. Thestratification lines represent the approximate boundary between soil types and the transition can be gradual.RQDDepth, feetLiquid LimitPlastic LimitPlasticity IndexSymbol / USCSRemarks: Dry @ completion. Sheet 1 of 1 N-S Phase III Water MainDenton, Texas Unc. CompressiveStrength, tsfMATERIAL DESCRIPTION Completion Depth: 20 ft Date: 10/2/13 BORING LOGWL-4 Recovery %MoistureContent, %Location: See Plan of Borings Surface El.: Unknown BORING LOG W/FIGURE 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 LEAN CLAY (CL-CH), reddish brown, verystiff, dry SAND (SM-SP), silty, reddish tan, dense,lightly cemented, dry SAND (SM-SP), silty, reddish tan, very dense,dry, lighly cemented to uncementedw/sandstone seams SAND (SP), tan, very dense, dry, lightlycemented to uncemented w/sandstone seams SANDY LEAN CLAY (CL), tan & gray, verystiff, moist w/gray clayey sand seams CLAYEY SAND (SC), dark brown to grayishbrown, dense, moist w/brown lignite seams 51 NP NP NP 38 49 20 13 68 2.4 1.7 27 NP NP NP 22 117.3 116.0 24 NP NP NP 16 1.0 2.5 7.0 14.0 18.0 20.0 U1 U2 U3 S4 A5 S6 U7 S8 13.8 5.5 2.7 14.1 13.3 50/5.5'' 50/4.0'' 50/6.0'' 4.5+ 4.5+ 3.5 FIGURE A8PenetrationBlows / Foot1924 LANDTEC Project: Project Number:Hand Penetrometer,tsfSamples% PassingNo. 200 SieveUnit Dry Weight,pcf5 10 15 20 25 30 Soil and rock descriptions on this boring log are a compliation of data collected in both the field and the laboratory. Thestratification lines represent the approximate boundary between soil types and the transition can be gradual.RQDDepth, feetLiquid LimitPlastic LimitPlasticity IndexSymbol / USCSRemarks: Dry @ completion. Sheet 1 of 1 N-S Phase III Water MainDenton, Texas Unc. CompressiveStrength, tsfMATERIAL DESCRIPTION Completion Depth: 20 ft Date: 10/2/13 BORING LOGWL-5 Recovery %MoistureContent, %Location: See Plan of Borings Surface El.: Unknown BORING LOG W/FIGURE 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 LANDTEC ENGINEERS Figure A9 GENERAL NOTES DRILLING AND SAMPLING SYMBOLS: U : Thin-Walled Tube - 3” O.D., Unless otherwise noted A : Auger Sample S : Split Spoon - 2” O.D., Unless otherwise noted W : Wash Sample C : Core Barrel T : TxDOT Cone Penetrometer (TCP) RELATIVE DENSITY OF COARSE-GRAINED SOILS: CONSISTENCY OF FINE-GRAINED SOILS: Penetration Resistance Blows/foot Relative Density Unconfined Compressive Strength, Qu, tsf Consistency 0-4 Very Loose Less than 0.25 Very Soft 4-10 Loose 0.25 to 0.50 Soft 10-30 Medium Dense 0.50 to 1.00 Firm 30-50 Dense 1.00 to 2.00 Stiff over 50 Very Dense 2.00 to 4.00 Very Stiff 4.00 and higher Hard TERMS CHARACTERIZING SOIL STRUCTURE: Slickensided : Having inclined planes of weakness that are slick and glossy in appearance. Fissured : Containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical. Laminated : Composed of thin layers of varying color and texture. Interbedded : Composed of alternate layers of different soil types. Calcareous : Containing appreciable quantities of calcium carbonate. Well graded : Having wide range in grain sizes and substantial amounts of all intermediate particle sizes. Poorly graded : Predominantly of one grain size, or having a range of sizes with some intermediate size missing. NOTE: Slickensided and fissured clays may have lower unconfined compressive strengths because of planes of weakness or cracks in the soil. The consistency rating of such soils are based on penetrometer readings. DEGREE OF WEATHERING: Unweathered : Rock in its natural state before being exposed to atmospheric agents. Slightly Weathered : Noted predominantly by color change with no disintegrated zones. Weathered : Complete color change with zones of slightly decomposed rock. Severely Weathered : Complete color change with consistency, texture, and general appearance approaching soil. SUBSURFACE CONDITIONS: Soil and rock descriptions on the boring logs are a compilation of field data as well as from laboratory testing of samples. The stratification lines represent the approximate boundary between materials and the transition can be gradual. Water level observations have been made in the borings at the times indicated. It must be noted that fluctuations in the groundwater level may occur due to variations in rainfall, hydraulic conductivity of soil strata, construction activity, and other factors. Hardness terms for soil and rock are for relative comparison of the various samples, and are not intended to be used as an indication of the ease or difficulty of excavation or of excavation stability. Hardness terms on the logs may be based upon a combination of the test and observation methods listed above, and upon field observations. LANDTEC ENGINEERS Figure A10 CLASSIFICATION OF SOILS Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Soil Classification Group Symbol Group Name GRAVELS More than 50% of coarse fraction retained on No. 4 sieve CLEAN GRAVELS Less than 5% fines CU ≥ 4 and 1 ≤ Cc ≤ 3 GW Well-graded Gravel CU ≤ 4 and 1 ≥ Cc ≥ 3 GP Poorly-graded Gravel GRAVELS WITH FINES More than 12% of fines Fines classify as ML or MH GM Silty Gravel Fines classify as CL or CH GC Clayey Gravel SANDS 50% or more of coarse fraction retained on No. 4 sieve CLEAN SANDS Less than 5% fines CU ≥ 6 and 1 ≤ Cc ≤ 3 SW Well-graded Sand CU ≤ 6 and 1 ≥ Cc ≥ 3 SP Poorly-graded Sand SANDS WITH FINES More than 12% fines Fines classify as ML or MH SM Silty Sand Fines classify as CL or CH SC Clayey Sand SILTS AND CLAYS Liquid limit less than 50% Inorganic PI ˃ 7 and plots on or above “A” line CL Lean Clay PI ˂ 4 and plots below “A” line ML Silt Organic Liquid limit – ovendried Liquid limit – not dried ˂ 0.75 OL Organic Clay Organic Silt SILTS AND CLAYS Liquid limit more than 50% Inorganic PI plots on or above “A” line CH Fat Clay PI plots below “A” line MH Elastic Silt Organic Liquid limit – ovendried Liquid limit – not dried ˂ 0.75 OH Organic Silt Organic Silt Highly fibrous organic soils Primary organic matter, dark in color, and organic odor Pt Peat APPENDIX B WL-1 1.5 58 26 32 89 15.7 115.3 4.4 WL-1 3.5 20.7 WL-1 4.5 53 24 29 76 15.2 109.6 3.3 WL-1 9.5 9.7 WL-1 14.5 39 18 21 97 16.0 121.0 2.2 WL-1 24.5 14.9 WL-1 34.5 45 21 24 96 15.0 WL-2 1.5 57 24 33 95 21.1 107.7 1.8 WL-2 3.5 48 17 31 86 21.3 105.1 1.5 WL-2 7.5 37 17 20 92 14.7 120.1 3.2 WL-2 9.5 14.9 118.3 2.4 WL-3 1.5 58 22 36 89 26.5 99.2 1.3 WL-3 4.5 71 22 49 98 21.9 100.5 1.3 WL-3 7.5 22.0 WL-3 9.5 42 19 23 98 23.7 107.1 1.9 WL-3 14.5 55 22 33 99 24.6 103.1 2.9 WL-3 19.5 17.4 116.7 6.5 WL-4 1.5 38 20 18 47 11.5 116.3 3.6 WL-4 3.5 11.7 121.3 6.3 WL-4 4.5 74 35 39 91 19.5 107.7 4.5 WL-4 7.5 13.0 117.8 3.5 WL-4 9.5 14.6 WL-4 14.5 48 20 28 93 21.5 105.2 4.0 WL-4 19.5 20.8 WL-5 0.5 51 24 27 49 13.8 117.3 2.4 WL-5 1.5 NP NP NP WL-5 4.5 NP NP NP 20 5.5 WL-5 9.5 NP NP NP 13 2.7 WL-5 14.5 38 16 22 68 14.1 116.0 1.7 WL-5 19.5 13.3 Summary of Laboratory Results Depth DryDensity(pcf) WaterContent(%) UnconfinedCompressiveStrengthtsf %<#200SievePlasticLimitLiquidLimitBoreholePlasticityIndex Sheet 1 of 1 10/3/2013 N-S Phase III Water Main Denton, Texas 1924 LANDTEC ENGINEERS 1700 Robert Road, Suite 101Mansfield, Texas 76063 Project: Number: Date:US_LAB_SUMMARY_LANDTEC 1924 N-S PHASE III WATER MAIN, DENTON.GPJ LANDTEC.GDT 10/14/13 APPENDIX C geotechnical and environmental engineering construction materials testing laboratory testing LANDTEC ENGINEERS, LLC 1700 Robert Road, Suite 101 Mansfield, Texas 76063 p. 817-572-2818 f. 817-453-9984 SERVICES Appendix B Soil Corrosivity Memorandum TECHNICAL MEMORANDUM VA11-0091 Page 1 of 15 11-0091 Soil Corrosion Technical Memo Final City of Denton – N-S Phase II Pipeline Soil Corrosivity Report Prepared for: Daniel A. Tremper, P.E., Freese and Nichols, Inc. Prepared by: Ron Deal, V&A Reviewed by: Glenn Willson, V&A Gary Graham, P.E., V&A Date: November 12, 2013 INTRODUCTION V&A was retained by Freese and Nichols, Inc. to provide corrosion control design recommendations as part of the N-S Phase II Pipeline Project in Denton, TX. The project includes approximately 14,200 linear feet of 36 and 42-inch piping along South Bonnie Brae Street. The piping options are steel, bar-wrapped concrete cylinder pipe, ductile iron and fiberglass. Both galvanic and impressed current cathodic protection systems will be evaluated for the metallic piping options. The objectives of the soil corrosivity study were: 1) to perform field soil resistivity testing, review laboratory soil resistivity testing and chemical analysis of selected soil samples; and 2) evaluate these results with respect to the potential corrosion for steel, bar-wrapped concrete cylinder and ductile iron pipe. A stray current analysis was also conducted and consisted of field observations to determine the potential risk of stray current corrosion from foreign pipelines with impressed cathodic protection as well as high voltage power lines. The installation of a cathodic protection system is recommended for all pipeline material alternatives. On metallic piping, all non-welded, non-insulated pipe joints must be bonded to maintain the electrical continuity of the pipeline. Test stations should be installed every 1,000 feet to facilitate testing of the cathodic protection system. Test stations will be installed at casings, buried insulating joints and all foreign pipelines that may compromise the efficiency of the cathodic protection system. TEST METHODS In attempting to predict corrosion problems associated with a particular type of structure prior to installation, it is necessary to investigate the soil conditions the structure will encounter. Since corrosion is an electrochemical process which is accompanied by current flow, the electrochemical characteristics of a soil are of primary importance when evaluating corrosivity. Test methods utilized during this investigation reflect the current practices for evaluating soil corrosivity. City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 2 of 15 11-0091 Soil Corrosion Technical Memo Final Field Soil Resistivity Testing Resistivity of the soil was measured at 14 locations within the project site on October 29, 2013. Figure 1 shows the general project alignment along South Bonnie Brae Street in Denton, TX. Figure 2 shows the soil resistivity locations along the project alignment. Figure 1. Project Location N City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 3 of 15 11-0091 Soil Corrosion Technical Memo Final Figure 2. Soil Resistivity locations Soil resistivity measurements were conducted by the Wenner 4-electrode method, utilizing a soil resistance meter. The Wenner method involves the use of four metal electrodes driven into the ground along a straight line, equidistant from each other, as shown in Figure 3. N City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 4 of 15 11-0091 Soil Corrosion Technical Memo Final Figure 3. Soil Resistivity Measurement An alternating current from the Soil Resistance Meter causes a current to flow through the soil between the outside electrodes, C1 and C2. Due to the resistance of the soil, the current creates a voltage gradient, which is proportional to the average resistance of the soil mass to a depth equal to the distance between electrodes. The voltage drop is then measured across pins, P1 and P2. Resistivity of the soil is then computed from the instrument reading according to the following formula: ρ = 2 ∙ π ∙ A ∙ R Where: ρ = soil resistivity (ohm-cm) A = distance between electrodes (cm) R = soil resistance, instrument reading (ohms) π = 3.14 (approx.) Soil resistivity measurements were conducted at electrode spacings of 2.5, 5, 7.5, 10 and 15 feet. The resistivity values obtained are presented in Table 1. The resistivity of each layer of soil was then calculated using the Barnes Layer Method as follows: P2 C2 P1 C1 Soil Resistance Meter Equally Spaced Electrodes in Straight Line A A A City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 5 of 15 11-0091 Soil Corrosion Technical Memo Final Barnes Layer Soil Resistivity Calculation )(ababKR and baabRRR 111  Where: Rectifier Placement Locations Possible rectifier placement locations were investigated during the field testing. Identification of sources of secondary power (transformers) on the overhead power lines along the alignment was performed. When transformers were located, the areas adjacent to the transformer were evaluated for rectifier installation with regard to aesthetic impact, ease of installation, and available area out of the flow of traffic. Possible rectifier locations were documented with photographs (see Figure 4). ρb-a = Soil resistivity of layer depth b-a (ohm-cm) a = Soil depth to top of layer (feet) b = Soil depth to bottom of layer (feet) Ra = Soil resistance read at depth a (ohms) Rb = Soil resistance read at depth b (ohms) Rb-a = Resistance of soil layer from a to b (ohms) K = Layer constant (cm) = 60.96 π (b-a) City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 6 of 15 11-0091 Soil Corrosion Technical Memo Final Figure 4. Rectifier Power Source TEST RESULTS Data obtained during this investigation has been summarized in tabular form for analysis and presentation. Table 1 lists the results of the field soil resistivity measurements conducted at the site. Table 2 summarizes the results of the field soil resistivity measurements. Table 3 lists the minimum (saturated) soil resistivity and chemical analysis for each sample collected. Possible Rectifier Power Source City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 7 of 15 11-0091 Soil Corrosion Technical Memo Final Table 1. Field Soil Resistivity Data Site No. Location Depth (feet) Resistivity (ohm-cm) Layer (feet) Layer Resistivity (ohm-cm) 1 Scripture St. & Thomas St. 2.5 9,910 0 – 2.5 9,910 5 16,373 2.5 – 5 47,073 7.5 19,806 5 – 7.5 34,107 10 26,561 7.5 – 10 1,141,70* 15 30,305 10 – 15 42,202 2 Scripture St. & Bonnie Brae St. 2.5 3,471 0 – 2.5 3,471 5 3,160 2.5 – 5 2,900 7.5 2,097 5 – 7.5 1,254 10 1,360 7.5 – 10 662 15 833 10 – 15 469 3 Bonnie Brae St. & Oak St. 2.5 1,015 0 – 2.5 1,015 5 747 2.5 – 5 591 7.5 632 5 – 7.5 483 10 613 7.5 – 10 562 15 632 10 – 15 674 4 Bonnie Brae St. & Charlotte St. 2.5 919 0 – 2.5 919 5 919 2.5 – 5 919 7.5 862 5 – 7.5 766 10 977 7.5 – 10 1,628 15 948 10 – 15 895 5 Bonnie Brae St. & 200' West of Prairie St. 2.5 1,503 0 – 2.5 1,503 5 1,963 2.5 – 5 2,827 7.5 2,097 5 – 7.5 2,429 10 2,126 7.5 – 10 2,217 15 2,097 10 – 15 2,042 6 Bonnie Brae St. & Airport Rd. 2.5 2,580 0 – 2.5 2,580 5 2,576 2.5 – 5 2,571 7.5 2,427 5 – 7.5 2,176 10 2,547 7.5 – 10 2,989 15 2,327 10 – 15 1,984 7 Bonnie Brae St. & Apogee Stadium 2.5 1,441 0 – 2.5 1,441 5 1,810 2.5 – 5 2,432 7.5 1,637 5 – 7.5 1,375 10 1,475 7.5 – 10 1,136 15 1,149 10 – 15 797 8 Bonnie Brae St. & Mean Green Soccer Stadium 2.5 1,197 0 – 2.5 1,197 5 1,273 2.5 – 5 1,361 7.5 1,293 5 – 7.5 1,333 10 1,436 7.5 – 10 2,154 15 1,350 10 – 15 1,205 City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 8 of 15 11-0091 Soil Corrosion Technical Memo Final Site No. Location Depth (feet) Resistivity (ohm-cm) Layer (feet) Layer Resistivity (ohm-cm) 9 1,000' West of Site No. 8 2.5 2,734 0 – 2.5 2,734 5 2,595 2.5 – 5 2,469 7.5 2,743 5 – 7.5 3,098 10 2,738 7.5 – 10 2,724 15 2,327 10 – 15 1,789 10 1841 Bonnie Brae St. 2.5 3,591 0 – 2.5 3,591 5 2,882 2.5 – 5 2,407 7.5 2,600 5 – 7.5 2,174 10 3,064 7.5 – 10 6,602 15 2,930 10 – 15 2,694 11 1,000' West of Site No. 10 2.5 598 0 – 2.5 598 5 642 2.5 – 5 691 7.5 603 5 – 7.5 539 10 421 7.5 – 10 221 15 517 10 – 15 948 12 Bonnie Brae St. & Goodsen Way 2.5 5,812 0 – 2.5 5,812 5 5,257 2.5 – 5 4,798 7.5 3,390 5 – 7.5 1,982 10 3,466 7.5 – 10 3,718 15 3,045 10 – 15 2,449 13 1,000' West of Site No. 12 2.5 3,404 0 – 2.5 3,404 5 3,169 2.5 – 5 2,965 7.5 3,045 5 – 7.5 2,823 10 3,217 7.5 – 10 3,875 15 2,212 10 – 15 1,361 14 Bonnie Brae St. & Roselawn Dr. 2.5 3,399 0 – 2.5 3,399 5 4,337 2.5 – 5 5,991 7.5 4,711 5 – 7.5 5,691 10 4,481 7.5 – 10 3,909 15 4,108 10 – 15 3,521 * This value is abnormal relative to the other data collected within the area, and could be a result of an anomaly within the soil. Table 2. Summary of Field Soil Resistivity Data At Depth (ohm-cm) Depth 2.5’ 5' 7.5' 10' 15' Minimum 598 642 603 421 517 Average 2,970 3,407 3,424 3,892 3,913 Maximum 9,910 16,373 19,806 26,561 30,305 City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 9 of 15 11-0091 Soil Corrosion Technical Memo Final Table 3. Laboratory Soil Analysis Data Boring Site Approx. Depth (ft.) As- Received Soil Resistivity (ohm-cm) Saturated Soil Resistivity (ohm-cm) Chemical Data pH Sulfate (ppm) Chloride (ppm) Bicarbonate (ppm) BB-8 10 26,900 7,510 7.91 28.1 19.8 369 BB-10 10 21,300 5,460 8.45 BRL* BRL* 310 BB-13 10 56,800 6,940 8.39 38.6 BRL* 238 BB-16 10 28,200 6,810 8.41 BRL* BRL* 226 BB-18 10 44,200 10,300 8.45 BRL* BRL* 272 BB-20 10 10,700 2,060 8.23 68.6 77.3 381 BB-22 10 1,050 854 8.55 80.6 BRL* 223 BB-24 10 772 681 8.50 178 40.8 303 BB-25 20 1,850 850 7.77 200 BRL* 327 WL-1 20 1,960 984 8.05 391 100 599 WL-2 10 2,480 1,760 8.63 52 21.9 416 WL-3 10 668 636 8.53 82.4 68.2 232 WL-4 10 612 542 8.19 222 204 237 WL-5 10 88,800 6,510 7.80 16.7 BRL* BRL* *Below Recording Limit Field Soil Resistivity Understanding how easily current will travel through a medium surrounding a metallic object is important in evaluating the corrosive environment. Resistivity is an inverse measure of the ability of a soil to conduct an electric current, with higher resistivity resulting in a lesser degree of current flow. Corrosion rate depends on current flow between a metal and the adjacent medium. Normally, the corrosion activity on metals in soil increases as soil resistivity decreases. The following table correlates resistivity values with degree of corrosivity. The interpretation of corrosivity correlation to soil resistivity varies somewhat among corrosion engineers. However, Table 4 is a generally accepted guide. City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 10 of 15 11-0091 Soil Corrosion Technical Memo Final Table 4. Soil Corrosivity Soil Resistivity (ohm-cm) Degree of Corrosivity < 500 Very High 500 – 1,000 High 1,000 – 2,000 Moderate 2,000 – 10,000 Mild > 10,000 Negligible Soil resistivities at the pipeline invert depth of 10 feet ranged from 421 ohm-cm to 26,561 ohm-cm with an average of 3,892 ohm-cm. This range is considered very highly corrosive to negligibly corrosive with an average considered mildly corrosive. Laboratory Analysis of Soil Samples To supplement the resistivity data obtained during field testing, 14 soil samples were obtained at the proposed pipeline invert depths from CMJ Engineering for chemical analysis (see Figure 5). The samples were forwarded to Xenco Laboratory in Houston to measure as-received and minimum soil resistivity, pH, and concentrations of water-soluble chloride, water-soluble sulfate, and bicarbonate ions. Soil resistivity is primarily dependent on the ion and moisture content of the soil. Higher levels of ions in the soil lower the soil resistivity. Additional moisture decreases the soil resistivity up to the point where the maximum solubility for the dissolved ionic compounds is achieved. Beyond this point, an increase in moisture increases the resistivity as the ions become more and more diluted. The decrease in soil resistivity is attributed to the presence of ions in the "as-received" soil going into solution and providing a less resistive path for current flow. A wide variety of water-soluble salts is typically found in soils. Two soils having the same resistivity may have significantly different corrosion characteristics, depending on the specific ions available. The major constituents which accelerate corrosion are chlorides, sulfates and the acidity (pH) of the soil. Chloride ions tend to break down otherwise protective surface deposits, and can facilitate corrosion of reinforcing steel in concrete structures. Sulfates in soil can be highly aggressive to portland cement by combining chemically with certain constituents of the concrete, principally tricalcium aluminate. This reaction is accompanied by expansion and eventual disruption of the concrete matrix. City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 11 of 15 11-0091 Soil Corrosion Technical Memo Final Figure 5. Boring Locations on the Alignment Saturated Soil Resistivities Saturated soil resistivities are commonly obtained by placing soil samples in a soil box in the "as-received" state. Distilled water is added to the soil sample and the resistivity is measured after each water addition. As the soil sample becomes more saturated, the soil resistivity decreases until the minimum soil resistivity is reached. As noted in Table 3, saturated soil resistivities at the project site ranged from 542 ohm-cm to 10,300 ohm- cm with an average of 3,706 ohm-cm. This range is considered highly corrosive to negligibly corrosive to steel with an average considered mildly corrosive to steel. N City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 12 of 15 11-0091 Soil Corrosion Technical Memo Final Water-soluble Chloride Chloride ions found in soils can result in corrosion of buried metallic structures and reinforcing steel in concrete structures. Table 5 shows the effect of chloride ions on the corrosivity of the soil. Table 5. Effects of Chloride Ions on the Corrosivity of Soil Water-soluble Chloride Concentration (ppm) Degree of Corrosivity Over 5,000 Very High 1,500 - 5,000 High 500 - 1,500 Moderate 100 - 500 Mild Below 100 Negligible The water soluble chloride levels at the project site ranged between below the recording limit to 204 ppm. This range is considered mildly corrosive to negligibly corrosive. Acidity Acidity, as indicated by the pH value, is another important factor of soil with respect to corrosivity. Lower pH (more acidic) will result in a greater degree of corrosivity with respect to buried metallic and concrete structures. When pH increases above 7.0 (the neutral value) the conditions become increasingly more alkaline. In alkaline environments, steel forms a protective layer on its surface. This is referred to as passivation. V&A developed Table 6, which correlates the effect of pH on the rate of corrosion for buried steel or concrete structures. Table 6. Effects of pH on the Corrosivity of Soil pH Degree of Corrosivity < 4.0 Very high 4.0 - 5.5 High 5.5 - 6.5 Moderate 6.5 - 7.0 Mild > 7.0 Negligible The pH levels from the project site ranged between 7.77 and 8.63. This range is considered negligibly corrosive. City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 13 of 15 11-0091 Soil Corrosion Technical Memo Final Water-soluble Sulfates Soil with high levels of sulfates can chemically attack concrete structures. Table 7 correlates the effect of sulfates on the corrosivity of soil for concrete structures. Table 7. Effects of Sulfate Ions on the Corrosivity of Soil Water-soluble Sulfate Concentration (ppm) Degree of Corrosivity > 2,000 Severe 1,000 - 2,000 Moderate < 1,000 Negligible The water soluble sulfate levels at the project site ranged from below the recording limit to 391 ppm. This range is considered negligibly corrosive. Bicarbonates High concentrations of bicarbonates tend to decrease soil resistivities. Bicarbonates are not directly aggressive to buried steel, but the lower resistivity environments can promote corrosion activity. Areas of high resistivity next to areas of low resistivity will create localized galvanic corrosion cells on the pipeline, resulting in corrosion of the structure. The level of bicarbonate ions ranged from below recording levels to 599 ppm. This level is not considered high. Stray Current Analysis There were multiple petroleum pipelines in the vicinity of the proposed City pipeline that do have active impressed current cathodic protection systems. The proposed pipeline alignment is also in the vicinity of high voltage power lines. Due to these findings, stray current mitigation measures are recommended. City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 14 of 15 11-0091 Soil Corrosion Technical Memo Final CONCLUSIONS  Based on the field soil resistivity testing performed by V&A and the laboratory minimum resistivity values, soils at the pipe invert depth range from negligibly corrosive to very highly corrosive to buried metallic structures.  Based on the water-soluble chloride content of the samples analyzed, the soils at the project site are mildly corrosive to negligibly corrosive to buried metallic and concrete structures.  Based on the pH of the samples analyzed, the soils at the project site are negligibly corrosive to buried concrete and metallic structures.  Based on the water-soluble sulfate content of the samples analyzed, the soils at the project site are negligibly corrosive to buried concrete structures.  The bicarbonate levels of the analyzed samples indicate that localized galvanic corrosion cells on the pipeline due to the level of bicarbonates are not expected.  Many sources of stray current including high voltage power lines and cathodically protected petroleum pipelines exist along the pipeline alignment.  An Impressed Cathodic Protection System is recommended due to the current requirements and the ability to adjust the current requirement as the system ages. RECOMMENDATIONS Buried Ductile Iron Pipe 1. Electrically bond all non-welded, non-isolating joints. 2. Wrap all buried ductile iron pipe in a polyethylene encasement. 3. Install an impressed current cathodic protection system. 4. Install test stations. 5. Electrically isolate the project piping from the existing piping, steel casings (or other metallic components) and proposed piping of a different material, and require onsite inspection to verify electrical isolation before and after backfill. 6. Install foreign pipeline test stations at the petroleum pipeline crossings. 7. Install a dielectric blanket at the petroleum pipeline crossings. Buried Welded Steel Pipe with Bonded Dielectric Coating 1. Install cathodic protection. 2. Bond all non-welded, non-isolating joints. 3. Install test stations. 4. Apply petrolatum tape to any appurtenant surface without dielectric coating. 5. Electrically isolate the projected piping from the existing piping, steel casings (or other metallic components) and proposed piping of a different material, and require onsite inspection to verify electrical isolation before and after backfill. City of Denton – N-S Phase II Pipeline Soils Corrosivity Investigation VA11-0091 Page 15 of 15 11-0091 Soil Corrosion Technical Memo Final Buried Bar Wrapped Steel Cylinder Pipe (AWWA C303) & Cement Mortar Lined and Coated Steel Pipe (AWWA C200) 1. Electrically bond all non-welded, non-insulating joints. 2. Install an impressed current cathodic protection system. 3. Install test stations. 4. Electrically isolate the project piping from the existing piping, steel casings (or other metallic components) and proposed piping of a different material, and require onsite inspection to verify electrical isolation before and after backfill. 5. Install foreign pipeline test stations at the petroleum pipeline crossings. 6. Mortar coat all fittings, valves and joints. 7. Include detailed inspection of all joints, valves and fittings to ensure that they are cement mortar coated prior to backfill. 8. Install a dielectric blanket at the petroleum pipeline crossings. BASIS OF RECOMMENDATIONS The above recommendations are based on the following factors: 1. The proposed pipeline materials will be installed in soils that range from negligibly corrosive to very highly corrosive based on the field soil and laboratory resistivity testing. Cathodic protection of ferrous metal pipelines and fittings will reduce the need for future repair work by retarding the corrosion process. 2. Over time, as coatings and encasements deteriorate, cathodic protection will continue to protect metallic structures from corrosion. Appendix D Material Checklist C Project Material Submittal Checklist for WATER Note: In compliance with the reduction of lead in Drinking Water Act, any product designed for dispensing potable water shall meet both the NSF 61 and NSF 372 test standards via third-party testing and certification. Item Acceptable Manufacturers/Product Minimum Specifications for Alternative Manufacturers PVC Pipe Diamond Plastics/ C900 AWWA C-900, DR-14, DR-18, Sizes 4"-12" JM Eagle/Blue Brute Northern Pipe Products/C900 Vinyltech/C900 North American Pipe/C900 Ductile American Cast Iron/Fast-Tite, Flex-Ring Joint AWWA C-151, Class 52, Sizes 16"-24" Iron Pipe Pacific States Cast Iron/ Tyton US Pipe/Tyton Joint Griffin Pipe/Tyton Joint Ductile Iron Tyler Union Compact: AWWA C153 (12" and smaller) Fittings Star Pipe Products Full: AWWA C110 Flange Joint (16" and larger) SIP Industries Mechanical: AWWA C110 Mechanical Star Pipe Products/StarGrip 3000,3100 Compact: AWWA C153 Joint Star Pipe/StarGrip 4000,4100 Full: AWWA C115 Flange Joint Restraints EBAA Iron/Megalug 1100 Mechanical: AWWA C110 EBAA Iron/Megalug 2000PV ASTM A536 Grade 65-45-12 Ductile Iron Ford Meter Box/Uni-Flange 1400 ASTM F1674 Std. Test Mtd. For Joint Rest. Products (PVC) Ford Meter Box/Uni-Flange 1500 Mechanical ROMAC Industries Series 600 (4"-12") Joint Retraints Sigma PV-Lok (4"-12") within casing Gate Valve Tyler Union/6850 ASTM A48 Class 30B Minimum Box Bass & Hays/2436S 3 piece (top, extension, base) East Jordan Iron Works/8550 screw-type (for adjustment) Casing Pipe Raci / HDPE Stainless Steel: For bores longer than 150 L.F. Spacers APS/SS18, SS12 12" wide band, 2" wide runner CCI Pipeline/CSS8, CSS12 T-304 Tow-Piece Band (14 gauge min. thickness) PSI/S8, S12 T-304 Riser (10 gauge min. thickness) PVC Liner T-304 Fastener Hardware For bores equal ot less than 150 L.F.: HDPE ISO 9002 Certified Water Mueller/BR2B Brass, Double Strap with CC Threads Service Ford Meter Box/202B (Not "compression", "grip joint" or "quick joint" fittings) Tapping Saddle Gate Valves Mueller/A-2360 MJxMJ, MJxFL AWWA C509 Resilient-Seated Gate Valves 2" - 12"US Pipe/A-USPO MJxMJ, MJxFL Non-Rising Stem M&H Valve/4067 MJxMJ, MJxFL Dual O-Ring Stem Seal Clow/2639, 2640 MJxMJ, MJxFL Interior/Exterior Poxy Coating comforms to AWWA C550 Operating Nut Opens Left 2" Square Operating Nut Air and AWWA C512 Air-Release, /Air/Vacuum, & Combination Vacuum 3" & Smaller: Standard Iron Thread Inlet Connection Release Valves 4" & Larger: Flanged Inlet Connection, Class 250 Internal Metal Parts: Stainless Steel, Bronze of Brass 316 Stainless Steel Flange Connection Hardware Pipe PVC Pipe - ASTM F477 Elastomeric Seals Joints PVC Pipe - ASTM D3139 Joints for Plastic Pressure Pipe Ductile Iron Pipe - AWWA C111 Rubber Gasketed Joints Steel ASTM A53 Grade B Carbon Steel Encasement 16" encasement and larger: 1/2" thickness Smaller than 16" encasement: 3/8" thickness Project Material Submittal Checklist for WATER Note: In compliance with the reduction of lead in Drinking Water Act, any product designed for dispensing potable water shall meet both the NSF 61 and NSF 372 test standards via third-party testing and certification. Item Acceptable Manufacturers/Product Minimum Specifications for Alternative Manufacturers Gate Valves Mueller/A-2361 MJxMJ AWWA C515 Resilient-Seated Gate Valves 14"-24"US Pipe/A-USP1 MJxMJ Non-Rising Stem M&H Valve/Large RW MJxMJ Dual O-Ring Stem Seal Clow/2638 MJxMJ Interior/Exterior Poxy Coating comforms to AWWA C550 American Flow Control/2500 MJxMJ Operating Nut Opens Left 2" Square Operating Nut Stainless Steel Joint Fasteners (Type 304 or 316) Gear Operator for Gate Valves 20" or larger Fire Hydrant Mueller/Super Centurion A-423 AWWA C502 Dry-Barrel Fire Hydrants US Pipe Metropolitan M-94 1 1/4" Operating Nut US Pipe Sentinel 250 4 1/2" Pumper Nozzle Two 2 1/2" Hose Nozzles Breakaway Saftely Flange 5 1/4" Main Valve Opening Main Valve - Compression Seal Paint Color: Public - Silver (Blue if off transmissision line) Private - Red Corporation Mueller/P15008N, P25008N (for 1" Line)1": Brass, CC Inlet Threads & Pack Joint Filling Valves Ford Meter Box/F1000NL, FB1000NL(for 1" Line)Key or Ball Type, NSF 372 compliant Mueller/E25009N (for 2" Line)2": Brass, CC Inlet Threads & Pack Joint Fitting Ford Meter Box/FBNL1000NL (for 2" Line)Ball type, NSF 372 compliant (Not "compression", "grip joint" or "quick joint" fittings) Angle Meter Mueller/P24258N (for 1" Line)Brass, Angle Meter with Pack Jointing & Lock Wing Valves - 1" & 2"Ford Meter Box/BA43NL (for 1" Line)Ball type, NSF 372 compliant Service Lines Mueller/P24276N (for 2" Line)(Not "compression", "grip joint" or "quick joint" fittings) Ford Meter Box/BFA43NL (for 2" Line) Water Meter 3/4": Bass & Hays/34B Boxes 1": Bass & Hays/54B 1 1/2" & 2": Bass & Hays/55A Service Line 1": Type K Copper Tubing, NSF 372 Compliant Tubing 2": AWWA C901 HDPE Tubing Exterior Pipe Ductile Iron Pipe: AWWA C105 Polyethylene Encasement Coating Linear: 8mil; Cross-Linked: 4mil 16" or larger/At Fittings: 8-mil linear at Fittings (Stipulates virgin PE material for both) Interior Pipe Ductile Iron Pipe: AWWA C104 Mortar Lining Lining 16" or larger Flanged Pipe Ductile Iron Pipe - AWWA C115 Flanged Ductile Iron Pipe 3" or larger Heavy Hex Bolts & Nuts - Zinc, Cadmium or Flouropolymer Water Meter Coated or Fire-Rated Master Meter Project Material Submittal Checklist for SANITARY SEWER The following items are acceptable materials to the City for the purpose of public wastewater infrastructure construction. It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same minimum specifications as the items listed below. Item Acceptable Manufacturers/Product Minimum Specifications Gravity Pipe Diamond Plastics/SDR-26, SDR-35 PVC ASTM D3034 SDR-35 (4"-15")JM Eagle/Ring-Tite SDR-26, SDR-35 PVC ASTM D3034 SDR-26 Northern Pipe Products/SDR-26, SDR-35 North American Eagle/SDR-26, SDR-35 Gravity Pipe Diamond Plastics/F679 PVC ASTM F679 PS46 (>15")JM Eagle/Ring-Tite F679 PVC ASTM F679 PS115 North American Eagle/F679 PVC Pressure Diamond Plastics/IPS SDR-26 ASTM D2241 or C900 Pipe JM Eagle/IPS Ring-Tite SDR-26 (4"-12")Vinyltech Green Pipe/C900 North American Eagle/IPS SDR-26 PVC Pressure Diamond Plastics/C905 AWWA C905, DR-25 Pipe JM Eagle/Big Blue (>12")North American Eagle/C905 Ductile Iron American Cast Iron/Fast-Tite AWWA C151 Pipe Pacific States Cast Iron/Tyton, Fastite US Pipe/Tyton Joint Griffin Pipe/ H2SewerSafe Ductile Iron Tyler Union/AWWA C153 AWWA C153 Compact Fittings Fittings Star Pipe Products/AWWA C153 Mechanical Joint (Compact)SIP Industries/AWWA C153 Ductile Iron Tyler Union/AWWA C110 AWWA C110 Fittings Star Pipe Products/AWWA C110 Mechanical Joint (Full)SIP Industries/AWWA C110 Flange Joint Fittings PVC Fittings Plastic Trends/SDR-35, SDR-26 ASTM D3034 (4"-15") (Gravity)Multi Fittings/SDR-35, SDR-26 GPK/SDR-35, SDR-26 ASTM F679 (>15") Pressure Pipe PVC Pipe: ASTM F477 Elastomeric Seals Joints PVC Pipe: ASTM D3139 Joints for Plastic Pressure Pipe Ductile Iron Pipe: AWWA C111 Rubber-Gasketed Joints Gravity Pipe Plastic Trends/SDR-35, SDR-26 PVC: ASTM F477 Elastomeric Seals Joints Multi Fittings/SDR-35, SDR-26 PVC: ASTM D3212 Joints for Plastic Sewer Pipe GPK/SDR-35, SDR-26 Casing Pipe RACI/HDPE Spacers APS/Stainless Steel, SSI18, SSI12 CCI Pipeline/Stainelss Steel, CSS8, CSS12 PSI/Stainless Steel, S8, S12 Manhole Frame East Jordan Iron Works/V1420, 1480A Pick Slots, outside floodplain, 30" clear opening & Cover East Jordan Iron Works/V1420, 1480 Lid 2 Pick Slots, inside floodplain, 30" clear opening (The 1480 Lid 2 manhole cover is the only one allowed for watertight conditions) Cast Iron Cover ASTM A48 Class 35B minimum 360 lb minimum weight requirement - cover & frame 30" nominal cover diameter Cover marked "Sanitary Sewer" Pick Slots (not holes) Project Material Submittal Checklist for SANITARY SEWER The following items are acceptable materials to the City for the purpose of public wastewater infrastructure construction. It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same minimum specifications as the items listed below. Item Acceptable Manufacturers/Product Minimum Specifications Flexible Pipe Fernco/ASTM C1173 ASTM C1173 Flexible Transition Couplings Adaptor (pipe Mission/ASTM C1173 ASTM D5926 PVC Gaskets for Sanitary Sewer Systems to pipe) Indiana Seal Shear Guard/ASTM C1173 Coupling Support Assemblies Manhole 4,000 PSI @ 28 days Concrete Mix 25% maximum fly ash in lieu of cement allowed Design ASTM C94 Flexible Tap Fernco/TSW-4, TSW-6 PVC Saddles NDS/ 4Y/C, 6Y/C Series 300 stainless steel clamps Exterior Pipe Ductile Iron Pipe: AWWA C105 Polyethylene & Fitting Encasement Coating Interior Pipe Protecto 401 Ceramic Epoxy Ductile Iron Pipe: Protecto 401 Cermic Epoxy & Fitting or approved equivalent Lining Resilient ASTM C923 Connectors (manhole to pipe) Mainline Bass & Hays/BH339 Cast Iron ASTM A48Class 35B minimum Cleanout Castings Air & Vacuum AWWA C512 Air Release, Air/Vacuum, and Combination Release Valves Air Valves (force mains)3" & Smaller: Standard Iron Thread Inlet Connection 4" & Larger: Flanged Inlet Connection, Class 250 Internal Metal Parts-Stainless Steel, Bronze or Brass 316 Stainless Steel Flange Connection Hardware Designed for Sewer Application Backwash Assembly Steel Encasement Prefab DFW Infrastructure, Inc. Sewer Manholes Warren Environmental, Inc. S-301 Epoxy Spray System Lining Fuquay, Inc. SpectraShield Liner Systems Project Material Submittal Checklist for DRAINAGE The following items are acceptable materials to the City for the purpose of public drainage infrastructure construction. It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same minimum specifications as the items listed below. Item Acceptable Manufacturers/Product Minimum Specifications Reinforced Johnson Pipe Reinforced Concrete ASTM C76 Concrete Pipe Class III if at least 2 ft cover Class IV if less than 2 ft cover Aluminized Steel Contech Aluminized Steel Type II Sprial Rib, Corrugated Metal Pipe ASTM A760 AASHTO M36. (18" - 48")Embedment shall include crushed stone at least 12" above crown Couplings Aluminized Steel: Aluminized Steel Locking Coupling Bands Pipe Joints RCP: ASTM C443 Rubber Gasketed Joints or ASTM C990 Preformed Flexible Joint Sealants Aluminized Steel: Rubber Gasketed Bell & Spigot Cast in Place 3,000 psi Concrete Manholes Class A Concrete - NCTCOG Item 702.2.4.2 Junction Boxes, & Inlets Reinforcing Steel - Refer to City of Denton Details Manhole/Junction Box Cast Iron Cover ASTM A48 Class 30 B minimum Frame & Cover 400 lb weight requirement - cover & frame 24" nominal cover diameter Cover marked "Storm Sewer" Pick Slots (not holes) Inlet Frame & Cover Bass & Hays/ #226L Cast Iron Cover ASTM A48 Class 30 B minimum Cover Marked "Storm Sewer" Lockable Project Material Submittal Checklist for PAVING The following items are acceptable materials to the City for the purpose of public paving infrastructure construction. It is not intended to be an exhaustive list but to show the specific manufactured items produced by the most common manufacturers the City sees. Items not on this list may be submitted and accepted, provided they meet the same minimum specifications as the items listed below. Item Acceptable Manufacturers/Product Minimum Specifications Paving Concrete Mix 3,500 p.s.i. machine poured @ 28 days Design 4,500 p.s.i. hand poured @ 28 days 25% maximum fly ash in lieu of cement allowed ACI-318, ACI-301, ASTM C94 Sidewalk Concrete: 3,000 p.s.i @ 28 days Sidewalk Reinforcement Fibermesh 150 1.5" lengths PSI Fiberstrand F 1.5 lb/CY application rate ASTM C1116/C1116M Water Reducing Admixture ASTM C 494C C494M Air Entraining Admixture ASTM C260, AASHTO M154, CRD-C 13 Aggregate Analysis ASTM #467 ASTM #57 TXDot 2 ASTM C-33- TXDOT 421 ASTM C-94 & ACI 211 Curing Compound ASTM C309 white pigmented curing compound Barrier Free Ramp Pavers Pavestone Truncated dome terra cotta color ASTM C936, C-33