Loading...
7567 Project Manual PROJECT MANUAL FOR THE CONSTRUCTION OF Perimeter LFG Header, Perimeter Road, and Water Line Extension CSP 7567 Gerard Hudspeth Sara Hensley Mayor Interim City Manager Brian Boerner Director of Solid Waste Prepared for The City of Denton SCS ENGINEERS Texas Board of Professional Engineers, Reg. No. F-3407 Dallas/Fort Worth Office 1901 Central Drive, Suite 550 Bedford, Texas 76021 817-571-2288 March 2021 4/15/21 Adopted March 2021 City of Denton Table of Contents - CSP 00 00 00 TABLE OF CONTENTS - CSP Page 1 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 00 00 TABLE OF CONTENTS - CSP Division 00 - General Conditions 00 05 16 Addenda - CSP 00 11 19 Invitation to Offerors - CSP 00 21 16 Instructions to Offerors - CSP 00 35 14 Conflict of Interest Affidavit - CSP 00 41 01 Proposal Form - CSP 00 42 44 Unit Price Proposal Form - CSP 00 43 14 Offeror’s Bond - CSP 00 43 38 Proposed Subcontractors Form - CSP 00 43 39 Vendor Compliance to State Law Nonresident Offeror - CSP 00 45 14 Safety Record Questionnaire - CSP 00 45 27 Contractor Compliance with Workers' Compensation Law - CSP 00 45 44 Corporate Resolution of Authorizing Signatories - CSP 00 52 44 Agreement - CSP 00 61 15 Performance Bond - CSP 00 61 16 Payment Bond - CSP 00 61 20 Maintenance Bond - CSP 00 61 26 Certificate of Insurance - CSP 00 72 00 General Conditions 00 73 01 Supplementary Conditions - CSP 00 73 74 Form 1295 – Certificate of Interested Parties - CSP Division 01 - General Requirements 01010 Summary of Work 01025 Measurement and Payment 01052 Layout of Work and Surveys 01190 Health and Safety 01200 Construction Meetings and Schedules 01300 Submittals 01400 Quality Control and Quality Assurance 01500 Construction Facilities 01560 Environmental Protection and Special Controls 01600 Material and Equipment 01700 Contract Closeout TECHNICAL SPECIFICATIONS Division 02 – Site Work 02222 Excavating, Trenching, Backfilling, and Grading 02231 Aggregate 02270 Soil Erosion and Sediment Control 02271 Seed, Mulch, and Fertilizer 02272 Erosion Control Blankets 02740 Asphalt Pavement 02778 Nonwoven Geotextile Division 03 – Concrete 03150 Concrete Pavement 00 00 00 TABLE OF CONTENTS - CSP Page 2 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 Division 11 – Equipment 11200 Condensate Management System Division 15 – Mechanical 15050 HDPE Pipe, Fittings, and Valves 15051 PVC Pipe, Fittings, and Valves ATTACHMENT A – SOIL TEST RESULTS Contractor shall also 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 City of Denton Standard Construction Specification Documents – Latest Version. Texas Department of Transportation (TXDOT) Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges – November 2014 or latest. END OF SECTION 00 05 16 ADDENDA - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 05 16 ADDENDA - CSP END OF SECTION 00 11 19 INVITATION TO OFFERORS Page 1 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 11 19 INVITATION TO OFFERORS COMPETITIVE SEALED PROPOSAL RECEIPT OF PROPOSALS Sealed proposals for the construction of Perimeter LFG Header, Perimeter Road, and Water line Extension will be received by the City of Denton Purchasing Office as outlined at http://dentontx.ionwave.net/CurrentSourcingEvents.aspx. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following 1. Perimeter LFG Header Extension – Approximate 4,650-foot extension of existing 18-inch high-density polyethylene (HPDE) perimeter header from the existing termination, near the old entrance facility located on the southeast corner of Cell 5, to the existing blower/flare facility on the north side of Unit 1 of the landfill. 2. Perimeter Road Extension – Approximate 4,200-foot extension of existing concrete perimeter road, east of the scale house and north of the perimeter drainage channel, to the existing perimeter road for access of the top deck of the landfill on the northeast corner of Cell 5. This road will be constructed out of either asphalt or concrete pavement. 3. Water line Extension – Approximate 2,350-foot extension of existing 6-inch waterline from the existing wheel wash facility to the location of a future wheel wash facility located south of the East Pond (current container storage area). As part of this project, the existing wheel wash facility will be demolished and scrapped, including the following: • Remove concrete pits and ramps, and backfill with structural fill; • Removal/demolishing of electrical; and • Removal/disposal of non-potable water. 4. Leachate Force main pipe – Approximate 950-foot construction of dual-contained 4” x 8” HDPE leachate force main pipe between Cell 5 and sump at future Cell 6. 5. Miscellaneous drainage improvements – Installation of box culverts with wing walls, corrugated metal pipes, and placement of rip-rap. COMPETITIVE SEALED PROPOSAL Submission requirements for the competitive sealed proposals shall be found in the Instructions to Offerors. DOCUMENT EXAMINATION AND PROCUREMENTS 00 11 19 INVITATION TO OFFERORS Page 2 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 The Proposal and Contract Documents may be examined or obtained on-line by visiting the City of Denton’s Purchasing Division website at http://dentontx.ionwave.net. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . PRE-PROPOSAL CONFERENCE A virtual pre-proposal conference will be held as described in Section 00 21 16 - INSTRUCTIONS TO OFFERORS at the following location, date, and time outlined in the City’s solicitation website. To view pre-proposal invitation log-in to your account at http://dentontx.ionwave.net, and click the ‘Activities’ tab of this solicitation. PRE-PROPOSAL WALKTHROUGH After the pre-proposal conference, interested parties may reconvene at the solid waste administrative building, immediately thereafter for a walkthrough of the project site. CITY'S RIGHT TO ACCEPT OR REJECT PROPOSALS City reserves the right to waive irregularities and to accept or reject proposals. INQUIRIES All inquiries relative to this procurement should be addressed in the City’s solicitations website. To submit and view questions log-in to your account at http://dentontx.ionwave.net, and click the ‘Questions’ tab of this solicitation. The City will not accept or acknowledge any questions submitted view phone call or email. END OF SECTION 00 21 16 INSTRUCTIONS TO OFFERORS Page 1 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 21 16 INSTRUCTIONS TO OFFERORS 1. Defined Terms 1.1. Terms used in these INSTRUCTIONS TO OFFERORS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.1.1. Any reference to the term “Bidder” shall also mean “Offeror” and to “Bid” shall mean “Proposal” in the Proposal Documents. 1.2. Certain additional terms used in these INSTRUCTIONS TO OFFERORS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. OFFEROR: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident OFFEROR: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful OFFEROR: The Offeror that submits the Proposal that offers the Best Value to the City based on the Evaluation of Proposals published in these Instructions to Offerors. 1.2.4. Purchasing Agent: City designated representative to assist in solicitation of proposals from vendors for City contracts. 2. Copies of Proposal Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Offerors use of incomplete sets of Proposal Documents. 2.2. City and Engineer in making Proposal Documents available do so only for the purpose of obtaining Proposals for the Work and do not authorize or confer a license or grant for any other use. 3. Examination of Proposal and Contract Documents, Other Related Data, and Site 3.1. Before submitting a Proposal, each Offeror shall: 3.1.1. Examine and carefully study the Contract Documents and other related data identified in the Proposal Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 00 21 16 INSTRUCTIONS TO OFFERORS Page 2 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 3.1.2. Visit the site to become familiar with and satisfy Offeror as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 3.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 3.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 3.1.5. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 3.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Offeror access to the site to conduct such examinations, investigations, explorations, tests and studies as each Offeror deems necessary for submission of a Proposal. Offeror must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 3.1.7. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Offerors shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima-facie evidence that the Offeror has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 3.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 3.2. Reference is made to Section 00 73 01 – Supplementary Conditions for identification of: 00 21 16 INSTRUCTIONS TO OFFERORS Page 3 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 3.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 3.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 3.2.3. copies of such reports and drawings will be made available by City to any Offeror on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Offeror is entitled to rely as provided in Paragraph 5.03. of the General Conditions has been identified and established in Paragraph SC 5.03 of the Supplementary Conditions. Offeror is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 3.3. The submission of a Proposal will constitute an incontrovertible representation by Offeror (i) that Offeror has complied with every requirement of this Paragraph 4, (ii) that without exception the Proposal is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Offeror has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Offeror, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6, and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 3.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 5.06. of the General Conditions, unless specifically identified in the Contract Documents. 3.5. The Offeror acknowledges and agrees to comply with the requirements of City Ethics Ordinance No. 18-157. 4. Availability of Lands for Work, Etc. 4.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 00 21 16 INSTRUCTIONS TO OFFERORS Page 4 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 4.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 5.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Offeror begins any construction work on the project. 4.3. The Offeror shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 5. Interpretations and Addenda 5.1. All questions about the meaning or intent of the Proposal Documents are to be directed to the City in Ionwave on or before the deadline advertised on this solicitation’s page at http://dentontx.ionwave.net. Questions received after this day WILL NOT be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Proposal Documents or by responding to individual questions via this solicitation’s page at http://dentontx.ionwave.net. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions for this solicitation’s IONWAVE page to the ‘Questions’ tab (dentontx.ionwave.net). 5.2. Addenda may also be issued to modify the Proposal Documents as deemed advisable by City. 5.3. Addenda or clarifications may be posted via the City’s online hosting site, which can be located by visiting and logging-in to the City of Denton’s Purchasing solicitation website at http://dentontx.ionwave.net and clicking on this solicitation’s link. 5.4. A Pre-proposal conference may be held at the time and place indicated in the Advertisement or INVITATION TO OFFERORS. Representatives of City will be present to discuss the Project. Offerors are encouraged to attend and participate in the conference. City will transmit to all prospective Offerors of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 6. Proposal Security 6.1. Each Proposal for projects over $100,000, must be accompanied by Offeror’s Bond made payable to City in an amount of five (5) percent of Offeror's maximum price proposed Proposal Form attached, issued by a surety meeting the requirements of Paragraphs 6.01 of the General Conditions. 00 21 16 INSTRUCTIONS TO OFFERORS Page 5 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 6.2. The Offeror’s Bond of all Offerors will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Offeror fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Offeror to be in default, rescind the Notice of Award, and the Offeror’s Bond of that Offeror will be forfeited. Such forfeiture shall be City's exclusive remedy if Offeror defaults. The Offeror’s Bond of all other Offerors whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 7. Contract Times 7.1. The Contract will be a Calendar Day contract, and the provisions of the Contract Documents related to Calendar Days will apply. 7.2. The Contract Time for Substantial Completion will be the number of Calendar Days specified in the Agreement, together with time extensions authorized in accordance with applicable provisions of the Contract Documents. 7.3. The Contract Time for Final Completion will be the number of Calendar Days specified in the Agreement, together with time extensions authorized in accordance with applicable provisions of the Contract Documents. 8. Incentives and Disincentives 8.1. Provisions for Incentives (if applicable) and Disincentives are defined in the Supplementary Conditions and set forth in the Agreement. 9. Liquidated Damages 9.1. Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items 10.1. The Contract, if awarded, will be on the basis of materials and equipment described in the Proposal Documents without consideration of possible substitute or "or-equal" items. Whenever it is indicated or specified in the Proposal Documents that a "substitute" or "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 7.06 and 7.07 of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Submittal Requirements 00 21 16 INSTRUCTIONS TO OFFERORS Page 6 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 12.1. Bids shall be submitted electronically. Electronic submittals must be submitted using this solicitation’s page in http://dentontx.ionwave.net. Electronic submittals will not be accepted via email. 12.2. In addition to completing all required sections of the Proposal Documents, the Offeror shall provide documentation demonstrating the Offeror’s qualifications and experience. This documentation shall be included with the Offeror’s Ionwave submissions. The Offeror shall address each of the following items in the same order in which they are set forth below. Qualification and experience documentation shall be submitted on letter-size (8-1/2” x 11”) PDF. The qualifications and experience data provided shall include, but may not be limited to the following: 12.2.1. Proposal Form – Provide the information as required in Sections 00 41 01 – Proposal Form, and 00 42 44 – Unit Price Proposal Form, to establish: 12.2.1.1. Offeror’s General Information 12.2.1.2. Proposal Price 12.2.2. Quality, Reputation, and Ability to Complete Similar Projects on Schedule and Within Budget: The Offeror shall demonstrate experience in delivering similar work as expressed in the Proposal Documents on schedule and within budget. Submit details of three (3) similar projects completed within the last ten (10) years. The Offeror should include the following items for each project submitted: 12.2.2.1. Project Name 12.2.2.2. Owner Name 12.2.2.3. Project Owner Contact Name, Phone Number, and Email Address 12.2.2.4. Contract Time and Actual Completion Time 12.2.2.5. Original Contract Cost and Final Contract Cost 12.2.2.6. Detailed Project Description. 12.2.2.7. The Offeror should present projects that demonstrate experience in the following categories: 12.2.2.7.1. Experience with working in enclosed spaces 12.2.3. Offeror’s Key Personnel: The Offeror shall include an organizational chart (maximum of 1 page) and resume (maximum of 1 page per person) of key team members that will be assigned to the Project. The Offeror should, at a minimum, provide personnel experience for the Project Manager, Superintendent, Safety Manager, Scheduler, Manager in charge of Submittals and Requests for Information and the Foreman/Foremen. The Key Personnel resumes should include the following information: 12.2.3.1. Name and Job Title 12.2.3.2. Role and Responsibility 12.2.3.3. Total number of years of experience and total number of years with current firm. 12.2.3.4. Licenses and Certifications. 12.2.3.5. Project Role and Responsibilities. 00 21 16 INSTRUCTIONS TO OFFERORS Page 7 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 12.2.3.6. Relevant experience for the categories listed in 13.1.2.7, specifically within the last 5 years. Identify if projects were completed with current firm or previous firm. 12.2.3.7. List of other active projects Key Personnel will be assigned to for the duration of this project and include percentage of time allocated for each. 12.2.4. Detailed Schedule and Written Plan to Achieve Substantial Completion and Final Acceptance within the Contract Time: The Offeror shall demonstrate means and methods to achieve Substantial Completion and Final Acceptance within the Contract Time. The Offeror shall include the following: 12.2.4.1. Baseline Schedule – The Offeror shall submit a detailed Baseline Schedule in accordance with Section 01 32 16. The schedule should demonstrate the Offeror’s ability to complete the Project within the Contract Time. The Plan should clearly identify the Critical Path Items and the Plan to keep the project on schedule. The Plan should include, but not be limited to: 12.2.4.1.1. Critical Path Plan 12.2.4.1.2. Project Specific Tasks: 12.2.4.1.2.1. Perimeter LFG Header Extension 12.2.4.1.2.2. Perimeter Road Extension 12.2.4.1.2.3. Water Line Extension 12.2.4.1.2.4. Leachate Force Main Pipe 12.2.4.1.3. Equipment and material delivery 12.2.4.1.3.1. As needed for project completion 12.2.4.1.4. Hours of Operation 12.2.4.1.5. Offeror’s Resources to reach Substantial Completion, including the number of shifts or crews working in parallel. 12.2.5. Offeror’s Safety Record: The Offeror shall provide responses and any supporting documentation necessary for the Owner to evaluate the safety record for the Offeror and proposed Subcontractors. The response shall include, but may not be limited to the following: 12.2.5.1. Documentation of any complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC) against the Offeror or a proposed Subcontractor for violation(s) of OSHA regulations within the last five (5) years. 12.2.5.2. Documentation of any citations received by the Offeror or a proposed Subcontractor from any federal, state, or local environmental protection enforcement agency. 12.2.5.3. Provide records showing Total Recordable Incident Rate (TRIR) for each year for the last five (5) years for the Offeror and each proposed Subcontractor. 12.2.5.4. Provide records documenting the Experience Modification Rate (EMR) for the last five (5) years for the Offeror and each proposed Subcontractor. 12.2.5.5. List any fatalities in the safety history for the last ten (10) years for the Offeror and each proposed Subcontractor. 12.2.5.6. Section 00 45 14 – Safety Record Questionnaire. 00 21 16 INSTRUCTIONS TO OFFERORS Page 8 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 12.3. In addition to the information provided above the Offeror shall submit the following forms as part of the Proposal: 12.3.1. Section 00 35 14 – Conflict of Interest Affidavit – CSP 12.3.2. Section 00 41 01 – Proposal Form – CSP 12.3.3. Section 00 42 44 – Unit Price Proposal Form – CSP (.pdf and Excel copy) 12.3.4. Section 00 43 14 – Offeror’s Bond – CSP (Hard copy required; must be submitted prior to deadline) 12.3.5. Section 00 43 38 – Proposed Subcontractors Form – CSP 12.3.6. Section 00 43 39 – Vendor Compliance to State Law Non-Resident Offeror – CSP 12.3.7. Section 00 45 14 – Safety Record Questionnaire – CSP 12.3.8. Section 00 45 27 – Contractors Compliance with Workers Compensation Law – CSP 12.3.9. Section 00 45 44 – Corporate Resolution of Authorized Signatories – CSP 13. Proposal Form 13.1. The Proposal Form is included with the Proposal Documents; additional copies may be obtained from the City. 13.2. All blanks on the Proposal Form must be completed and the Proposal Form signed. Erasures or alterations shall be initialed by the person signing the Proposal Form. A Proposal price shall be indicated for each proposed item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Proposal," "No Change," or "Not Applicable" may be entered. Offeror shall state the prices, in both words and numerals, for which the Offeror proposes to do the work contemplated or furnish materials required. If handwritten, all prices shall be written legibly. In case of discrepancy between price in written/typed words and the price in written/typed numerals, the price in written/typed words shall govern. 13.3. Proposals by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign, as provided herein, Section 00 45 44 – Corporate Resolution of Authorized Signatories – CSP. The corporate address and state of incorporation shall be shown below the signature. 13.4. Proposals by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 13.5. Proposals by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 13.6. Proposals by individuals shall show the Offeror's name and official address. 00 21 16 INSTRUCTIONS TO OFFERORS Page 9 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 13.7. Proposals by joint ventures shall be executed by each joint venturer in the manner indicated on the Proposal Form. The official address of the joint venture shall be shown. 13.8. All names shall be typed below the signature. 13.9. The Proposal shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Proposal Form. 13.10. Postal and e-mail addresses and telephone number for communications regarding the Proposal shall be shown. 13.11. Evidence of authority to conduct business as a Nonresident Offeror in the state of Texas shall be provided in accordance with Section 00 43 39 – Vendor Compliance to State Law Non Resident Offeror. 14. Submission of Proposals 14.1. Proposals may be submitted electronically. Electronic submittals must be submitted using this solicitation’s page in http://dentontx.ionwave.net. Electronic submittals will not be accepted via email. 14.2. Hard copies of Offeror’s bonds shall be submitted for submissions. Bonds must be submitted in a sealed envelope before the due date and time as indicated in http://dentontx.ionwave.net or Section 00 11 19 – Invitation to Offerors. 14.3. Proposals shall be submitted on the prescribed Proposal Form, provided with the Proposal Documents, via this solicitation’s Ionwave page (http://dentontx.ionwave.net) as indicated in the Advertisement or INVITATION TO OFFERORS. 14.4. Address Hard copy Offeror’s Bonds as follows: City of Denton 901-B Texas Street Denton, TX 76209 Attn: Materials Management/Purchasing Division, CSP 7567 / Perimeter LFG Header, Perimeter Road, and Water Line Extension 15. Modification and Withdrawal of Proposals 15.1. Proposals addressed to the Purchasing Agent and filed with the Purchasing Division may be withdrawn prior to the time set for Proposal opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Proposal must be executed and delivered to the place where Proposals are to be submitted at any time prior to the opening of Proposals. After all Proposals not requested for withdrawal are opened and publicly read aloud, the Proposals for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 00 21 16 INSTRUCTIONS TO OFFERORS Page 10 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 15.2. Offerors may modify their Proposal by electronic communication at any time prior to the time set for the closing of Proposal receipt. 16. Opening of Proposals 16.1. Proposals will be opened, and the name of each Offeror will be read aloud publicly at the place where Proposals are to be submitted. The proposed price will be read aloud. An abstract of the amounts of the base price proposals and major alternates (if any) will be made available to Offerors only after Proposals have been evaluated in accordance with this Section. 17. Proposals to Remain Subject to Acceptance 17.1. All Proposals will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Offeror. City may, at City's sole discretion, release any Proposal and nullify the Proposal security prior to that date. 18. Rejection of Proposals 18.1. The City reserves the right to reject any or all Proposals, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced, or conditional Proposals and to reject the Proposal of any Offeror if City believes that it would not be in the best interest of the Project to make an award to that Offeror, whether because the Proposal is not responsive or the Offeror is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. 19. Disqualification of Proposals 19.1. The City reserves the right to waive informalities in a Proposal not involving price. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 19.2. Any of the following shall be cause to disqualify a Proposal: 19.2.1. The Proposal is not signed by a person empowered to bind the Offeror. 19.2.2. The Proposal is not accompanied by an acceptable Offeror’s Bond, with Power of Attorney attached. 19.2.3. The Proposal is submitted by an Offeror that has submitted more than one Proposal. 19.2.4. There is evidence of collusion between the Offeror submitting the Proposal and one or more other Offerors. 19.2.5. The Offeror did not attend or have an authorized agent attend a mandatory Pre- Proposal Conference, if applicable. 19.2.6. The Offeror is under debarment or suspension by the Owner. 00 21 16 INSTRUCTIONS TO OFFERORS Page 11 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 19.2.7. The Offeror or a principal of the Offeror is currently debarred or suspended by a Federal, State or local governmental agency. (Applicable for Proposal amounts equal to or in excess of $25,000.00) 19.2.8. The Offeror is an interested party to any litigation against City, or City or Offeror may have a claim against the other or be engaged in litigation, or Offeror is in arrears on any existing contract or has defaulted on a previous contract. 19.2.9. The Offeror has performed a prior contract in an unsatisfactory manner. 19.2.10. The Offeror has uncompleted work which in the judgement of the City will prevent or hinder the prompt completion of additional work if awarded. 19.2.11. Incompleteness or an omission, alteration of form, or addition, or the inclusion of a qualification or condition not called for or authorized in the Proposal Documents. 19.2.12. Ambiguity or lack of clarity in a Proposal, in which case the City reserves the right to interpret the Proposal in the most advantageous manner for the City, or to reject the Proposal. 19.2.13. Failure to acknowledge receipt of Addenda. 19.2.14. Failure to identify a dollar amount for one or more unit prices required to be provided in the Unit Price Proposal Form. 19.2.15. Failure to submit post-Proposal information within the allotted time(s). 19.2.16. Failure to timely execute and deliver the Contract to the City after award. 20. Evaluation of Proposals 20.1. Proposals will be evaluated by a Selection Team from the relevant City Departments. The Selection Team will score the received Proposals based on the evaluation criteria below to determine the Offeror that provides the Best Value. 20.1.1. In evaluating a Proposal from a Nonresident Offeror, Proposal Prices and/or evaluation scores will be adjusted to the extent practicable to offset the advantage, if any, the Nonresident Offeror would have over a Texas-resident offeror in the Nonresident Offeror’s state. 20.2. The City will process and evaluate the received Proposals expeditiously, based on the evaluation criteria below to determine the Offeror that provides the Best Value for the City. The City will not be liable to any Offeror, however, for any delays in connection with the evaluation, award or execution of the Contract. 20.3. Evaluation shall be based of the highest scoring of the Proposals with a maximum score of 100 points apportioned as follows: Evaluation Criteria Points Requirements Proposal Price 60 12.1.1 & 20.4.1 Quality, Reputation, and Ability to Complete Similar Projects on Schedule and Within Budget 15 12.1.2 & 20.4.2 Offeror’s Key Personnel 10 12.1.3 & 20.4.3 Detailed Schedule and Written Plan to achieve Substantial and Final Acceptance within the Contract Time 10 12.1.4 & 20.4.4 Offeror’s Safety Record 5 12.1.5 & 20.4.5 Maximum Score: 100 00 21 16 INSTRUCTIONS TO OFFERORS Page 12 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 20.4. Evaluation criteria will be as follows: 20.4.1. Proposal Price (60 Points): Points for Proposal Price shall be based on prices submitted by Offerors. The lowest responsible Offeror’s Proposal Price receive the highest score in this category. All other Offeror’s Proposal Prices will receive decreasing points in order of increasing Proposal Price. 20.4.2. Quality, Reputation, and Ability to Complete Similar Projects on Schedule and Within Budget (15 Points): Points will be awarded based on the Offeror’s experience relevant to this Project, the reputation of the Offeror in performance of similar past projects, and overall reputation and experience of the Offeror. The City will evaluate the projects submitted in accordance with the Submittal Requirements Paragraph, to determine relevancy to the specified scope of this Project and review the Offeror’s performance on the submitted projects. The City may contact the references provided by the Offeror, as well as any other additional references, as may be necessary to verify the qualifications, experience, and reputation of the Offeror. 20.4.3. Offeror’s Key Personnel (10 Points): Key Personnel will be awarded points for the listed role and responsibility that the resume demonstrates with a maximum score of ten (10) points for a single team member that demonstrates all desirable characteristics. The scores of the individual team members will then be averaged to determine the score for the Offeror’s Key Personnel. Offeror’s Key Personnel Points Key personnel have previously worked with other team members within the past 5 years. 2 Key personnel have Relevant Experience to the type and scope of work required for this Project. 2 Key personnel have clearly defined role and past experience that demonstrates their ability to effectively fill the role for the specified Project. 2 Key Personnel has been with the company three (3) or more years. 2 Key Personnel clearly shows time commitment to project. 2 Maximum Score:10 20.4.4. Detailed Schedule and Written Plan to achieve Substantial Completion and Final Acceptance within the Contract Time (10 Points): The schedule and plan should clearly show the Critical Path and the means and methods the Offeror will use to achieve Substantial Completion and Final Acceptance within the Contract Time. Scoring will be based on the Offeror’s ability to communicate the plan and schedule. 20.4.5. Offeror’s Safety Record (5 Points): The Owner will award points based on evaluation of the safety documentation provided by the Offeror as required in the Submittal Requirements paragraph. Safety documentation for the Offeror and Subcontractors will be evaluated and considered in awarding points for this item. 00 21 16 INSTRUCTIONS TO OFFERORS Page 13 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 20.5. In the event of a tie in the total summation of Points for the Best Value, the lowest Proposal Price will break the tie and determine the Successful Offeror. 20.6. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 20.7. City may conduct such investigations as City deems necessary to assist in the evaluation of any Proposal and to establish the responsibility, qualifications, and financial ability of Offerors, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 20.8. 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. Contractor shall complete and submit Section 00 43 38 – Proposed Subcontractors Form – CSP. 21. Award of Contract 21.1. If the Contract is to be awarded, it will be awarded to the Offeror whose evaluation by City indicates that the Award will provide the Best Value for the City. 21.2. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Offeror unless the Nonresident Offeror’s Proposal is lower than the lowest Proposal submitted by a responsible Texas Offeror by the same amount that a Texas resident Offeror would be required to underbid a Nonresident Offeror to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 21.3. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 120 days after the day of the Proposal opening unless extended in writing. No other act of City or others will constitute acceptance of a Proposal. Upon the contractor award a Notice of Award will be issued by the City. 21.4. Failure or refusal to comply with the requirements may result in rejection of Proposal. 21.5. Contractor is required to fill out the Certificate of Interested Parties Form 1295 and the form must be submitted to the City Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm. 22. Signing of Agreement 00 21 16 INSTRUCTIONS TO OFFERORS Page 14 of 14 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 22.1. When City issues a Notice of Award to the Successful Offeror, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION 00 35 14 CONFLICT OF INTEREST AFFIDAVIT - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 35 14 CONFLICT OF INTEREST AFFIDAVIT - CSP END OF SECTION 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. 4 I have no Conflict of Interest to disclose. 5 Signature of vendor doing business with the governmental entity Date 00 41 01 PROPOSAL FORM - CSP Page 1 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 41 01 PROPOSAL FORM - CSP TO: Crystal Westbrook c/o: Purchasing Division 901-B Texas Street Denton, Texas 76209 FOR: Perimeter LFG Header, Perimeter Road, and Water Line Extension 1 Enter Into Agreement The undersigned Offeror proposes and agrees, if this Proposal is accepted, to enter into an Agreement with City in the form included in the Proposal Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Unit Price Proposal and within the Contract Time indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents. 2 OFFEROR Acknowledgements and Certification 2.1 In submitting this Proposal, Offeror accepts all of the terms and conditions of the INVITATION TO OFFORERS and INSTRUCTIONS TO OFFORERS, including without limitation those dealing with the disposition of Offeror’s Bond. 2.2 Offeror is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3 Offeror certifies that this Proposal is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4 Offeror has not directly or indirectly induced or solicited any other Offeror to submit a false or sham Proposal. 2.5 Offeror has not solicited or induced any individual or entity to refrain from proposing. 2.6 Offeror has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the proposal process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the proposal process to the detriment of City (b) to establish proposal prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Offerors, with or without the knowledge of City, a purpose of which is to establish proposal prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the proposal process or affect the execution of the Contract. 00 41 01 PROPOSAL FORM - CSP Page 2 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 2.7 The Offeror acknowledges and agrees to comply with the requirements of City Ethics Ordinance No. 18-757. 3 Time of Completion 3.1 The Work will be Substantially Complete as defined in the Supplementary Conditions within 200 Days after the date when the Contract Time commences to run, which is the day indicated in the Notice to Proceed, plus any extension thereof allowed in accordance with Article 11 of the General Conditions. 3.2 The Work will be complete for Final Acceptance within 230 Days after the date when the Contract Time commences to run, which is the day indicated in the Notice to Proceed, plus any extension thereof allowed in accordance with Article 11 of the General Conditions. 3.3 Offeror accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to obtain Milestones (if applicable), Substantial Completion, and Final Acceptance within the times specified in the Agreement. 4 Attached to this Proposal 4.1 The following documents are attached to and made a part of this Proposal: a. Section 00 35 14 – Conflict of Interest Affidavit – CSP b. Section 00 41 01 – This Proposal Form – CSP c. Section 00 42 44 – Unit Price Proposal Form – CSP – Electronic Excel Copy d. Section 00 43 14 – Required Offeror’s Bond – CSP, issued by a surety meeting the requirements of Paragraph 6.01 of the General Conditions. e. Section 00 43 38 – Proposed Subcontractors Form – CSP f. Section 00 43 39 – Vendor Compliance to State Law Non-Resident Offeror – CSP g. Section 00 45 14 – Safety Record Questionnaire – CSP h. Section 00 45 27 – Contractor’s Compliance with Workers Compensation Law – CSP i. Section 00 45 44 – Corporate Resolution of Authorized Signatories – CSP j. Any additional documents required by Paragraph 12 of Section 00 21 16 – Instructions to Offerors 5 Total Proposal Amount 5.1 Offeror will complete the Work in accordance with the Contract Documents for the following proposal amount. In the space provided below, please enter the total proposed amount for this project. This figure will be read publicly by the City at the proposal opening. 5.2 It is understood and agreed by the Offeror in signing this proposal that the total proposed amount entered below is subject to verification and/or modification by multiplying the unit prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 5.3 Evaluation of Alternate Proposal Items<use this if applicable, otherwise delete> Total Base Bid Amount With Pavement Option 1: $____________________________ Total Base Bid Amount With Pavement Option 2: $____________________________ 00 41 01 PROPOSAL FORM - CSP Page 3 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 Total Proposal Amount: $____________________________ 6 Proposal Submittal 6.1 It is understood by Offeror that submission of the total proposal amount is only one of the factors for the City’s evaluation process, and that any award of contract will be based on the complete evaluation of the Proposal and Offeror by City under the terms provided in the Instructions to Offerors or any validly issued amendments or addenda. 6.2 This Proposal is submitted on _____________________________, 20___ by the entity named below. Respectfully submitted, By: ______________________________ (Signature) _________________________________ (Printed Name) Title: _____________________________ Company: _________________________ Address: __________________________ ___________________________ State of Incorporation: _______________ Email: ____________________________ Phone: ____________________________ END OF SECTION Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: To:From: PROJ.: RFP:7567 ENG PMO:<ENG PMO No. if applicable> Item No. Spec. Section No.Description of work UOM BID QTY Unit Price Extended Price 1 2-inch HDPE SDR 9 Air Supply Line (Commom Pipe Trench)LF 4,630 $0.00 2 3-inch (SDR 11) x 6-inch (SDR 17) HDPE Condensate Forcemain LF 4,630 $0.00 3 18-inch HDPE SDR 17 Header LF 4,500 $0.00 4 24-inch HDPE SDR 17 Header LF 130 $0.00 5 Trench Depth Between 5 feet and 7 feet LF 1,267 $0.006 Trench Depth Between 7 and 10 feet LF 2,328 $0.00 7 Trench Depth Between 10 and 12 feet LF 537 $0.00 8 Tie-in to Existing 18-inch Blind Flange (Below-Grade)EA 1 $0.00 9 Tie-in to Existing 18-inch Header, 2-inch Air Supply Line, and 3-inch x 6-inch Condensate Forcemain (Below-Grade)EA 2 $0.00 10 2-inch Air Line Isolation and Blowoff Valves Assembly EA 8 $0.00 11 3-inch Condensate Forcemain Isolation Valve Assembly EA 8 $0.0012 3-inch x 6-inch Condensate Forcemain Cleanout Assembly EA 5 $0.00 13 18-inch Dual-Contained Condensate Sump and Pump EA 4 $0.00 14 18-inch Header Isolation Valve (Gear-Operated, Below-Grade)EA 3 $0.00 15 48-inch Corrugated metal Pipe (CMP) Road Crossing LF 350 $0.00 16 18-inch Header Access Riser EA 6 $0.0017 Leachate Cleanout and Sump Connections (Below-Grade) and EA 1 $0.00 18 Bollard Installation EA 16 $0.00 19 Concrete Collar EA 6 $0.00 20 Existing Pipe Abandonment and Salvage (Above-Grade)LS 1 $0.00 21 Existing Pipe Abandonment (Below-Grade)LS 1 $0.0022 Mobilization/Demobilization LS 1 $0.00 SUBTOTAL: $0.00 23 4-inch (SDR 11) x 8-inch (SDR 17) HDPE Leachate Forcemain LF 950 $0.00 24 Tie-in to existing 4-inch x 8-inch Leachate Forcemain (Below- EA 1 $0.0025 Leachate Forcemain Air Release Valve EA 2 $0.00 26 Mobilization/Demobilization LS 1 $0.00 SUBTOTAL: $0.00 27 6-inch PVC SCH 80 Water Line LF 2,400 $0.0028 Tie-in to Existing 6-inch Water Line EA 1 $0.00 29 6-inch Stainless Steel Gate Valve EA 1 $0.00 30 12-inch Corrugated metal Pipe (CMP) Road Crossing LF 50 $0.00 31 Thrust Block EA 18 $0.00 32 Waterline Tee for Future Tie-in EA 2 $0.0033 Mobilization/Demobilization LS 1 $0.00 SUBTOTAL: $0.00 34 3-inch Superpave Hot Mix Asphalt SY 12,333 $0.0035 9-inch Hot Mix Asphalt (HMA) Base Course SY 12,333 $0.00 36 Coarse Surface Aspahlt Mix for Speed Bump - 15-foot Width EA 6 $0.00 37 Mobilization/Demobilization LS 1 $0.00 38 10-inch Reinforced Concrete Pavement SY 12,333 $0.0039 Concrete Pavement for Speed Bumps - 15-foot Width EA 6 $0.00 40 Mobilization/Demobilization LS 1 $0.00 41 Layout of Work and SurveysLS1 $0.00 42 12-inch Road Base (Road Shoulder)SY 2,317 $0.0043 12-oz/sy. Non-Woven Geotextile SY 14,650 $0.00 44 Lime Treated Stabilized Structural Fill SY 14,650 $0.00 45 Structural Fill CY 13,000 $0.00 46 Excavation CY 3,900 $0.00PAVEMENT OPTION 1 (WITH COMMON ITEMS) SUBTOTAL: $0.00PAVEMENT OPTION 2 (WITH COMMON ITEMS) SUBTOTAL: $0.00 47 Angled connection of 6' x 6' and 5' x 10' box culverts LS 1 $0.00 48 6' x 6' Box Culvert LF 230 $0.00 49 12-inch Corrugated Metal Pipe (CMP) Culvert LF 520 $0.0050 Removal and Salvage of Existing 2, 36-inch Culverts LS 1 $0.00 51 4' x 5' Box Culvert LF 560 $0.00 52 4' x 5' Box Culvert Wing Walls LS 1 $0.00 53 30-inch Corrugated Metal Pipe (CMP) Culvert LF 80 $0.00 54 Rip-rap and 12 oz/sy Non-Woven Geotextile CY 125 $0.0055 TXDOT GF(31) 19 Guardrail LF 1,100 $0.00 56 Existing Concrete Pad Repair LS 1 $0.00 57 Erosion Control Blanket with Seed and Fertilizer SF 26,600 $0.00 58 Seed, Mulch, and Fertilizer (Areas Disturbed During Construction)LS 1 $0.00 59 Wheel Wash Demolition LS 1 $0.0060 Mobilization/Demobilization LS 1 $0.00 SUBTOTAL: $0.00 $0.00 $0.00 EMAIL OFFEROR'S APPLICATION - UNIT PRICE PROPOSAL SECTION 00 42 44 - UNIT PRICE PROPOSAL FORM - CSP COMPANY NAME STREET ADDRESS CITY, STATE Crystal Westbrook/Purchasing Dept.CONTACT City of Denton - Capital Projects 901-B Texas Street Denton, TX 76209 GENERAL Perimeter LFG Header, Perimeter Road, and Water Line Extension PHONE I. LANDFILL GAS CONTROL AND COLLECTION SYSTEM EXPANSION BID ITEMS II. LEACHATE FORCEMAIN EXTENSION BID ITEMS III. WATER LINE BID ITEMS TOTAL BASE BID AMOUNT WITH PAVEMENT OPTION 1: TOTAL BASE BID AMOUNT WITH PAVEMENT OPTION 2: IV. PERIMETER ROAD EXPANSION BID ITEMS OPTION 1 - ASPHALT PAVEMENT OPTION 2 - REINFORCED CONCRETE PAVEMENT ITEMS COMMON TO BOTH PAVEMENT OPTIONS (TO BE INCLUDED IN EACH OPTION) V. STORMWATER IMPROVEMENT AND MISCELLANEOUS BID ITEMS 00 43 14 OFFEROR'S BOND - CSP Page 1 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 43 14 OFFEROR'S BOND - CSP KNOW ALL BY THESE PRESENTS: That we, (Offeror Name)___________________________________________________, known as “Principal” herein, and (Surety Name)_____________________________________, a corporate surety duly authorized to do business in the State of Texas, known as “Surety” herein, are held and firmly bound unto the City of Denton, a Texas home-rule municipal corporation created pursuant to the laws of Texas, known as “City” herein, in the penal sum of five percent (5%) of Offeror’s maximum proposal price, in lawful money of the United States, to be paid in Denton, Denton County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project designated as Perimeter LFG Header, Perimeter Road, and Water Line Extension NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal’s total proposal amount and the next selected offeror’s total proposal amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in the state district court of Denton County, Texas. 00 43 14 OFFEROR'S BOND - CSP Page 2 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the _______ day of ____________________, 20___. By: ___________________________________________________________________________ (Principal Name) ______________________________________________________________________________ (Signature and Title of Principal) *By: __________________________________________________________________________ (Surety Name) ______________________________________________________________________________ (Signature of Attorney-in-Fact) *Attach Power of Attorney (Surety) for Attorney-in-Fact END OF SECTION Impressed Surety Seal Only 00 43 38 PROPOSED SUBCONTRACTORS FORM - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 43 38 PROPOSED SUBCONTRACTORS FORM - CSP Each Offeror for a City procurement is required to complete the information below by identifying the proposed subcontractors whom they intend to utilize and the approximate percentage of the overall contract that will be allocated to each entity. Offeror is reminded that a minimum of 35% of the Contract must be performed by Offeror’s company. Company Name Type of Work to be Performed Overall Contract Percentage (%) General Contractor: Subcontractors: The undersigned hereby certifies that the subcontractors described in the table above will be utilized for this project at the approximate percentage levels indicated above. OFFEROR: _____________________________________ By: ___________________________________ Company (Please Print) _____________________________________ Signature: ______________________________ Address _____________________________________ Title: __________________________________ City/State/Zip (Please Print) Date: __________________________________ END OF SECTION 00 43 39 VENDOR COMPLIANCE TO STATE LAW NON-RESIDENT OFFEROR - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 43 39 VENDOR COMPLIANCE TO STATE LAW NON-RESIDENT OFFEROR - CSP Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident offerors. This law provides that, in order to be awarded a best value contract where the offeror also offered the lowest proposal price, nonresident offerors (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) propose on projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident offeror by the same amount that a Texas resident offeror would be required to underbid a nonresident offeror in order to obtain a comparable contract in the State which the nonresident’s principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident offerors in order for your proposal to meet specifications. The failure of nonresident offerors to do so will automatically disqualify that offeror. Resident offerors must check the box in Section B. A. Nonresident offerors in the State of ______________________, our principal place of business, are required to be ________________ percent lower than resident offerors by State Law. A copy of the statute is attached. Nonresident offerors in the State of _____________________, our principal place of business, are not required to underbid resident Offerors. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. OFFEROR: _____________________________________ By: ___________________________________ Company (Please Print) _____________________________________ Signature: ______________________________ Address _____________________________________ Title: __________________________________ City/State/Zip (Please Print) Date: __________________________________ END OF SECTION 00 45 14 SAFETY RECORD QUESTIONNAIRE - CSP Page 1 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 45 14 SAFETY RECORD QUESTIONNAIRE - CSP The City of Denton desires to avail itself of the benefits of Section 252.0435 of the Local Government Code, and consider the safety records of potential contractors prior to award of City contracts. Pursuant to Section 252.0435 of the Local Government Code, the City of Denton has adopted the following written definition and criteria for accurately determining the safety record of a Offeror prior to awarding City contracts. The definition and criteria for determining the safety record of a Offeror for this consideration shall be: The City of Denton shall consider the safety record of the Offeror in determining the responsibility thereof. The City may consider any incidence involving worker safety or safety of the citizens of the City of Denton, be it related or caused by environmental, mechanical, operational, supervision or any other cause or factor. Specifically, the City may consider, among other things: A. Complaints to, or final orders entered by, the Occupational Safety and Health Review Commission (OSHRC), against the Offeror for violations of OSHA regulations within the past three (3) years. B. Citations (as defined below) from an Environmental Protection Agency (as defined below) for violations within the past five (5) years. Environmental Protection Agencies include, but are not necessarily limited to, the U.S. Army Corps of Engineers (USACOE), the U.S. Fish and Wildlife Service (USFWS), the Environmental Protection Agency (EPA), the Texas Commission on Environmental Quality (TCEQ), the Texas Natural Resource Conservation Commission (TNRCC) (predecessor to the TCEQ), the Texas Department of Health (TDH), the Texas Parks and Wildlife Department (TPWD), the Structural Pest Control Board (SPCB), agencies of local governments responsible for enforcing environmental protection or worker safety related laws or regulations, and similar regulatory agencies of other states of the United States. Citations include notices of violation, notices of enforcement, suspension/revocations of state or federal licenses or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. C. Convictions of a criminal offense within the past ten (10) years, which resulted in bodily harm or death. D. Any other safety related matter deemed by the City Council to be material in determining the responsibility of the Offeror and his or her ability to perform the services or goods required by the solicitation documents in a safe environment, both for the workers and other employees of Offeror and the citizens of the City of Denton. 00 45 14 SAFETY RECORD QUESTIONNAIRE - CSP Page 2 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 In order to obtain proper information from Offerors so that City of Denton may consider the safety records of potential contractors prior to awarding City contracts, City of Denton requires that Offerors answer the following three (3) questions and submit them with their submissions: QUESTION ONE Has the Offeror, or the firm, corporation, partnership, or institution represented by the Offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of OSHA within the past three (3) years? YES NO If the Offeror has indicated YES for question number one above, the Offeror must provide to City of Denton, with its submission, the following information with respect to each such citation: Date of offense, location of establishment inspected, category of offense, final disposition of offense, if any, and penalty assessed. QUESTION TWO Has the Offeror, or the firm, corporation, partnership, or institution represented by the Offeror, or anyone acting for such firm, corporation, partnership or institution, received citations for violations of environmental protection laws or regulations, of any kind or type, within the past five years? Citations include notice of violation, notice of enforcement, suspension/revocations of state or federal licenses, or registrations, fines assessed, pending criminal complaints, indictments, or convictions, administrative orders, draft orders, final orders, and judicial final judgments. YES NO If the Offeror has indicated YES for question number two above, the Offeror must provide to City of Denton, with its submission, the following information with respect to each such conviction: Date of offense or occurrence, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. QUESTION THREE Has the Offeror, or the firm, corporation, partnership, or institution represented by Offeror, or anyone acting for such firm, corporation, partnership, or institution, ever been convicted, within the past ten (10) years, of a criminal offense which resulted in serious bodily injury or death? YES NO 00 45 14 SAFETY RECORD QUESTIONNAIRE - CSP Page 3 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 If the Offeror has indicated YES for question number three above, the Offeror must provide to City of Denton, with its submission, the following information with respect to each such conviction: Date of offense, location where offense occurred, type of offense, final disposition of offense, if any, and penalty assessed. END OF SECTION 00 45 27 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 45 27 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW - CSP Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker’s compensation insurance coverage for all of its employees employed on Perimeter LFG Header, Perimeter Road, and Water Line Extension. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor’s certificates of compliance with worker’s compensation coverage. CONTRACTOR: _____________________________________ By: ___________________________________ Company (Please Print) _____________________________________ Signature: ______________________________ Address _____________________________________ Title: __________________________________ City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF DENTON § BEFORE ME, the undersigned authority, on this day personally appeared ___________________________________, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of ____________________________________ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____________day of _______________________, 20__. __________________________________ Notary Public in and for the State of Texas END OF SECTION 00 45 44 CORPORATE RESOLUTION AUTHORIZING SIGNATORIES - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 45 44 CORPORATE RESOLUTION AUTHORIZING SIGNATORIES - CSP END OF SECTION 00 52 44 AGREEMENT - CSP Page 1 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 52 44 AGREEMENT - CSP THIS AGREEMENT, authorized on ______________is made by and between the City of Denton, a Texas home rule municipal corporation, acting by and through its duly authorized City Manager, (“City”), and ______________________________________________________________, authorized to do business in Texas, acting by and through its duly authorized representative, (“Contractor”). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Perimeter LFG Header, Perimeter Road, and Water Line Extension CSP 7567 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of __________________________________Dollars ($___________________). Article 4. CONTRACT TIME 4.1 Time is of the essence. All time limits for Milestones, if any, Substantial Completion and Final Acceptance as stated in the Contract Documents are of the essence to this Contract. 4.2 Substantial Completion. The Work will be Substantially Complete, as defined in the Supplementary Conditions, within 200 Days after the date when the Contract Time commences to run, which is the day indicated in the Notice to Proceed, plus any extension thereof allowed in accordance with Article 11 of the General Conditions. 4.3 Final Acceptance. The Work will be complete for Final Acceptance within 230 Days after the date when the Contract Time commences to run, which is the day indicated in the Notice to Proceed, plus any extension thereof allowed in accordance with Article 11 of the General Conditions. 00 52 44 AGREEMENT - CSP Page 2 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 4.5 Liquidated Damages: A. Contractor recognizes that time is of the essence to achieve Milestones, Substantial Completion, and Final Acceptance of the Work, and City will suffer financial and other losses if the Work is not completed within the times specified in the Contract Documents. The Contractor also recognizes the delays, expense and difficulties involved in proving, in a legal or arbitration proceeding, the actual loss suffered by the City if the Work related to the Milestones, Substantial Completion, or Final Acceptance is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that liquidated damages for delay (but not as a penalty): 1. Substantial Completion: If the Contractor neglects, refuses, or fails to achieve Substantial Completion, as defined in the Supplementary Conditions, within the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.2, Contractor shall pay City One Thousand Five Hundred Dollars ($1,500.00) for each day that expires after such time, until Substantial Completion is achieved. 2. Final Acceptance: If Contractor neglects, refuse, or fails to complete the Work within the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.3, for completion and readiness for Final Payment, Contractor shall pay City One Thousand Five Hundred Dollars ($1,500.00) for each day that expires after such time, until the date determined by City as stated in the City-issued Letter of Final Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract comprises the entire agreement between City and Contractor concerning the Work and consists of this Agreement and the items set forth below. The Contract Documents consist of all items below other than this Agreement: 1. Attachments to this Agreement: a. Proposal Form 1) Proposal Form 2) Unit Price Proposal Form 3) Vendor Compliance to State Law Non-Resident Offeror 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Worker’s Compensation Affidavit d. General Conditions. e. Supplementary Conditions. 2. The following located in File 7567 at: https://lfpubweb.cityofdenton.com/MaterialsManagement/Browse.aspx?startid=19&row=1&dbid=0: a. Specifications described in the Table of Contents (Section 00 00 00) of the Project’s Contract Documents. b. North Central Texas Council of Governments Standard Specifications for Public Works Construction – Fourth Edition, Divisions 200-800, and as amended by City, and described in the Table of Contents of the Project’s Contract Documents. c. Drawings. d. Addenda. e. Documentation submitted by Contractor prior to Notice of Award. 00 52 44 AGREEMENT - CSP Page 3 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 3. The following which shall be issued after the Effective Date of this Agreement and delivered to the City within ten (10) days of the Effective Date and before beginning Work: a. Payment Bond b. Performance Bond c. Maintenance Bond d. Power of Attorney for the Bonds e. Form 1295 – Certificate of Interested Parties (email to City’s Materials Management department) f. Insurance Certificate 4. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents. 5. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. 00 52 44 AGREEMENT - CSP Page 4 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own EXPENSE, THE CITY, ITS OFFICERS, ELECTED AND APPOINTED OFFICIALS, AND EMPLOYEES, FROM AND AGAINST ANY AND ALL CLAIMS FOR PERSONAL INJURY OR DEATH, ARISING OUT OF, OR ALLEGED TO ARISE OUT OF, RELATED TO OR IN CONNECTION WITH 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. THIS INDEMNITY PROVISION IS INTENDED TO INCLUDE, WITHOUT LIMITATION, INDEMNITY FOR ANY AND ALL COSTS, EXPENSES AND LEGAL FEES INCURRED BY THE CITY IN DEFENDING AGAINST SUCH CLAIMS AND CAUSES OF ACTIONS. 6.2 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 FOR, LOSS OF, DAMAGE TO, OR DESTRUCTION OF, PROPERTY OF THE CITY OR OF A THIRD PARTY, ARISING OUT OF, OR ALLEGED TO ARISE OUT OF, RELATED TO OR IN CONNECTION WITH 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. THIS INDEMNITY PROVISION IS INTENDED TO INCLUDE, WITHOUT LIMITATION, INDEMNITY FOR ANY AND ALL COSTS, EXPENSES AND LEGAL FEES INCURRED BY THE CITY IN DEFENDING AGAINST SUCH CLAIMS AND CAUSES OF ACTIONS. Article 7. MISCELLANEOUS 7.1 Capitalized Terms. Unless otherwise stated herein, capitalized terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advance express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 00 52 44 AGREEMENT - CSP Page 5 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. 7.5 Venue and Waiver of Sovereign Immunity. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be in the state district courts of Denton County, Texas. The City’s sovereign immunity is waived only to the extent set forth and in accordance with the provisions of Subchapter I, Chapter 271 of the Texas Local Government Code or as otherwise specifically waived by law. The City does not waive its sovereign immunity to suit in federal court. 7.6 Authority to Sign. Contractor hereby certifies that the person signing the Agreement on its behalf is the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor’s signature provides written verification to the City that Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 00 52 44 AGREEMENT - CSP Page 6 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the Project or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible to Contractor or any other entity for those duties that belong to the City, and do not relieve Contractor or any other entity of its obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for performing, coordinating and completing all portions of the Work in accordance with the Contract Documents and any health or safety precautions required by such Work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW 00 52 44 AGREEMENT - CSP Page 7 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City’s City Manager or his designee (“Effective Date”). ADD OPERATIONAL APPROVAL HERE ATTEST: ROSA RIOS, CITY SECRETARY _______________________________________ APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY _______________________________________ _______________________________________ CITY OF DENTON BY: ___________________________________ TITLE: ________________________________ DATE:_________________________________ CONTRACTOR [CONTRACTOR’S CORPORATE NAME HERE] BY: ___________________________________ AUTHORIZED AGENT _______________________________________ NAME _______________________________________ TITLE _______________________________________ PHONE NUMBER _______________________________________ EMAIL ADDRESS 00 61 15 PERFORMANCE BOND - CSP Page 1 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 61 15 PERFORMANCE BOND - CSP THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF DENTON § That we, _____________________________________________________, known as “Principal” herein and ____________________________________________, a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as “Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a Texas home-rule municipal corporation created pursuant to the laws of Texas, known as “City” herein, in the penal sum of, ___________________________________________ Dollars ($_______________________), lawful money of the United States, to be paid in Denton, Denton County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the _____ day of ________________, 20___, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Perimeter LFG Header, Perimeter Road, and Water Line Extension. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in the state district courts of Denton County, Texas. 00 61 15 PERFORMANCE BOND - CSP Page 2 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 20 . PRINCIPAL: ____________________________________ ____________________________________ BY: ________________________________ Signature ATTEST: ______________________________ ____________________________________ (Principal) Secretary Name and Title Address: ____________________________ ____________________________ ____________________________ _____________________________ Witness as to Principal SURETY: ____________________________________ ____________________________________ BY: ________________________________ Signature ____________________________________ Name and Title Address: ____________________________ ____________________________ ____________________________ _____________________________ Witness as to Surety Telephone Number: ___________________ *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety’s physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 00 61 16 PAYMENT BOND - CSP Page 1 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 61 16 PAYMENT BOND - CSP THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF DENTON § That we, _____________________________________________________, known as “Principal” herein, and _________________________________________________________, a corporate surety (sureties), duly authorized to do business in the State of Texas, known as “Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a Texas home-rule municipal corporation created pursuant to the laws of the State of Texas, known as “City” herein, in the penal sum of___________________________________________ Dollars ($_______________________), lawful money of the United States, to be paid in Denton, Denton County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, Principal has entered into a certain written Contract with City, awarded the _____ day of ______________________, 20_____, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Perimeter LFG Header, Perimeter Road, and Water Line Extension. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in the state district courts of Denton County, Texas. 00 61 16 PAYMENT BOND - CSP Page 2 of 2 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the _________ day of ___________________, 20_____. PRINCIPAL: _________________________________ _________________________________ ATTEST: BY: _____________________________ Signature ___________________________________ _____________________________ (Principal) Secretary Name and Title Address: _________________________ _________________________ ___________________________________ _________________________ Witness as to Principal SURETY: _________________________________ _________________________________ ATTEST: BY: _____________________________ Signature __________________________________ _____________________________ (Surety) Secretary Name and Title Address: _________________________ _________________________ __________________________________ _________________________ Witness as to Surety Telephone Number: ________________ Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety’s physical address is different from its mailing address, both must be provided. THE DATE OF THE BOND SHALL NOT BE PRIOR TO THE DATE THE CONTRACT IS AWARDED. END OF SECTION 00 61 20 MAINTENANCE BOND - CSP Page 1 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 61 20 MAINTENANCE BOND - CSP THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we_____________________________________________________, known as “Principal” herein and ____________________________________________, a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as “Surety” herein (whether one or more), are held and firmly bound unto the City of Denton, a Texas home-rule municipal corporation created pursuant to the laws of the State of Texas, known as “City” herein, in the sum of_________________________________________ Dollars ($_______________________), lawful money of the United States, to be paid in Denton, Denton County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the_____ day of , 20 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the “Work”) as provided for in said contract and designated as Perimeter LFG Header, Perimeter Road, and Water Line Extension.; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. 00 61 20 MAINTENANCE BOND - CSP Page 2 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in the state district courts of Denton County, Texas; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. 00 61 20 MAINTENANCE BOND - CSP Page 3 of 3 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 20 __. PRINCIPAL: ____________________________________ ____________________________________ BY: ________________________________ Signature ATTEST: ______________________________ ____________________________________ (Principal) Secretary Name and Title Address: ____________________________ ____________________________ ____________________________ _____________________________ Witness as to Principal SURETY: ____________________________________ ____________________________________ BY: ________________________________ Signature ____________________________________ ATTEST: Name and Title _____________________________ Address: ____________________________ (Surety) Secretary ____________________________ ____________________________ _____________________________ Witness as to Surety Telephone Number: ___________________ *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety’s physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. 00 61 26 CERTIFICATE OF INSURANCE - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 61 26 CERTIFICATE OF INSURANCE - CSP END OF SECTION 00 72 00 GENERAL CONDITIONS Page i of vi CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 00 72 00 GENERAL CONDITIONS Page ii of vi CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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 Delivery of Performance and Payment Bonds; Evidence of Insurance ....................................... 7 2.02 Copies of Documents ............................................................................................................... 7 2.03 Before Starting Construction .................................................................................................... 7 2.04 Preconstruction ConferenceMeeting ......................................................................................... 8 2.05 Public Meeting ......................................................................................................................... 8 2.06 Initial Acceptance of Schedules ................................................................................................ 8 2.07 Electronic Submittals and Transmittals ..................................................................................... 8 ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE .............................. 8 3.01 Intent ....................................................................................................................................... 8 3.02 Reference Standards ................................................................................................................. 9 3.03 Reporting and Resolving Discrepancies .................................................................................... 9 3.04 Requirements of the Contract Documents ............................................................................... 10 3.05 Reuse of Documents .............................................................................................................. 10 ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK.............................................. 11 4.01 Commencement of Contract Time; Notice to Proceed ............................................................. 11 4.02 Starting the Work ................................................................................................................... 11 4.03 Delays in Contractor’s Progress.............................................................................................. 11 ARTICLE 5 – SITE; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS .................................................................................................... 12 5.01 Availability of Lands .............................................................................................................. 12 5.02 Use of Site and Other Areas ................................................................................................... 13 5.03 Subsurface and Physical Conditions ....................................................................................... 14 5.04 Differing Subsurface or Physical Conditions .......................................................................... 15 5.05 Underground Facilities ........................................................................................................... 16 5.06 Hazardous Environmental Conditions at Site .......................................................................... 17 00 72 00 GENERAL CONDITIONS Page iii of vi CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 6 – BONDS AND INSURANCE .......................................................................................... 18 6.01 Licensed Sureties and Insurers................................................................................................ 18 6.02 Performance, Payment, and Maintenance Bonds ..................................................................... 18 6.03 Certificates of Insurance ......................................................................................................... 19 6.04 Contractor’s Insurance ........................................................................................................... 21 6.05 Acceptance of Bonds and Insurance; Option to Replace.......................................................... 22 ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES ....................................................................... 22 7.01 Contractor’s Means and Methods of Construction .................................................................. 22 7.02 Supervision and Superintendence ........................................................................................... 22 7.03 Labor; Working Hours ........................................................................................................... 23 7.04 Services, Materials, and Equipment ........................................................................................ 23 7.05 Project Schedule..................................................................................................................... 24 7.06 “Or Equals”............................................................................................................................ 24 7.07 Substitutions .......................................................................................................................... 25 7.08 Concerning Subcontractors and Suppliers ............................................................................... 27 7.09 Wage Rates ............................................................................................................................ 28 7.10 Patent Fees and Royalties ....................................................................................................... 29 7.11 Permits and Utilities ............................................................................................................... 29 7.12 Taxes ..................................................................................................................................... 30 7.13 Laws and Regulations ............................................................................................................ 30 7.14 Record Documents ................................................................................................................. 31 7.15 Safety and Protection ............................................................................................................. 31 7.16 Hazard Communication Programs .......................................................................................... 32 7.17 Emergencies and/or Rectification ........................................................................................... 32 7.18 Submittals .............................................................................................................................. 33 7.19 Continuing the Work .............................................................................................................. 34 7.20 Contractor’s General Warranty and Guarantee ........................................................................ 34 7.21 Indemnification ...................................................................................................................... 35 7.22 Delegation of Professional Design Services ............................................................................ 36 7.23 Right to Audit ........................................................................................................................ 36 7.24 Nondiscrimination .................................................................................................................. 37 ARTICLE 8 – OTHER WORK AT THE SITE ...................................................................................... 37 8.01 Other Work ............................................................................................................................ 37 8.02 Coordination .......................................................................................................................... 38 00 72 00 GENERAL CONDITIONS Page iv of vi CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 8.03 Legal Relationships ................................................................................................................ 38 ARTICLE 9 – CITY’S RESPONSIBILITIES ........................................................................................ 39 9.01 Communications to Contractor ............................................................................................... 39 9.02 Furnish Data .......................................................................................................................... 39 9.03 Pay When Due ....................................................................................................................... 39 9.04 Lands and Easements; Reports, Tests, and Drawings .............................................................. 39 9.05 Change Orders ....................................................................................................................... 39 9.06 Inspections, Tests, and Approvals ........................................................................................... 39 9.07 Limitations on City’s Responsibilities .................................................................................... 39 9.08 Undisclosed Hazardous Environmental Condition .................................................................. 39 9.09 Compliance with Safety Program ........................................................................................... 39 ARTICLE 10 – CITY’S OBSERVATION DURING CONSTRUCTION .............................................. 40 10.01 City’s Project Manager or Duly Authorized Representative ................................................ 40 10.02 Visits to Site ....................................................................................................................... 40 10.03 Determinations for Work Performed ................................................................................... 40 10.04 Decisions on Requirements of Contract Documents and Acceptability of Work .................. 40 ARTICLE 11 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK ............................................. 41 11.01 Amending and Supplementing the Contract ........................................................................ 41 11.02 Execution of Change Orders ............................................................................................... 41 11.03 Field Orders ....................................................................................................................... 41 11.04 Authorized Changes in the Work – Extra Work .................................................................. 41 11.05 Unauthorized Changes in the Work .................................................................................... 41 11.06 Dispute of Extra Work........................................................................................................ 42 11.07 Contract Claims Process ..................................................................................................... 42 11.08 Change of Contract Price .................................................................................................... 43 11.09 Change of Contract Time.................................................................................................... 44 11.10 Notification to Surety ......................................................................................................... 44 ARTICLE 12 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT ................................................................................................................................ 45 12.01 Cost of the Work ................................................................................................................ 45 12.02 Allowances ........................................................................................................................ 48 12.03 Unit Price Work ................................................................................................................. 48 12.04 Plans Quantity Measurement for Unclassified Excavation or Embankment ......................... 49 00 72 00 GENERAL CONDITIONS Page v of vi CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK ............................................................................................................................ 50 13.01 Access to Work .................................................................................................................. 50 13.02 Tests, Inspections ............................................................................................................... 50 13.03 Defective Work .................................................................................................................. 51 13.04 Rejecting Defective Work .................................................................................................. 51 13.05 Acceptance of Defective Work ........................................................................................... 52 13.06 Uncovering Work ............................................................................................................... 52 13.07 City May Stop the Work ..................................................................................................... 52 13.08 City May Correct Defective Work ...................................................................................... 53 ARTICLE 14 – PAYMENTS TO CONTRACTOR; COMPLETION; CORRECTION PERIOD............ 53 14.01 Progress Payments ............................................................................................................. 53 14.02 Contractor’s Warranty of Title ............................................................................................ 56 14.03 Partial Utilization ............................................................................................................... 56 14.04 Final Inspection .................................................................................................................. 57 14.05 Final Acceptance ................................................................................................................ 57 14.06 Final Payment .................................................................................................................... 57 14.07 Final Completion Delayed and Partial Retainage Release.................................................... 58 14.08 Waiver of Claims ............................................................................................................... 58 14.09 Correction Period ............................................................................................................... 58 ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION....................................................... 59 15.01 City May Suspend Work .................................................................................................... 59 15.02 City May Terminate for Cause ............................................................................................ 60 15.03 City May Terminate for Convenience ................................................................................. 61 ARTICLE 16 – FINAL RESOLUTION OF DISPUTES ........................................................................ 63 16.01 Methods and Procedures ..................................................................................................... 63 ARTICLE 17 – MISCELLANEOUS ..................................................................................................... 64 17.01 Giving Notice ..................................................................................................................... 64 17.02 Computation of Times ........................................................................................................ 64 17.03 Cumulative Remedies ......................................................................................................... 64 17.04 Limitation of Damages ....................................................................................................... 64 17.05 No Waiver .......................................................................................................................... 65 17.06 Survival of Obligations ....................................................................................................... 65 17.07 Assignment of Contract ...................................................................................................... 65 00 72 00 GENERAL CONDITIONS Page vi of vi CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 17.08 Successors and Assigns ...................................................................................................... 65 17.09 Headings ............................................................................................................................ 65 00 72 00 GENERAL CONDITIONS Page 1 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in the Contract 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. 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 titled “Agreement”, “Agreement – CSP”, or “Agreement – Unit Price Bid” executed by the City and Contractor for the Work, setting forth the name of the Project, Contract Price, Contract Time and the items included in the Contract. 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. 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. The term “Bid” shall be defined to include the term “Proposal” in those instances where the City utilizes a Request for Proposal rather than an Invitation for Bid. 7. Bidder—The individual or entity that submits a Bid directly to City. The term “Bidder” shall be defined to include the terms “Proposer” or “Offeror” in those instances where the City utilizes a Request for Proposal rather than an Invitation for Bid. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). The term “Bidding Documents” shall be defined to include the terms “Proposal Documents” in those instances where the City utilizes a Request for Proposal rather than an Invitation for Bid. 9. Bidding Requirements—The Advertisement or Invitation to Bid, Instructions to Bidders, Bid Bond or other Bid security, if any, the Bid Form, and the Bid with any attachments. The term “Bidding Requirements” shall be defined to include the terms “Proposal Requirements” in those instances where the City utilizes a Request for Proposal rather than an Invitation for Bid and will include the Request for Proposal or Invitation to Offerors, Instructions to Offerors, Offerors Bond or other Proposal security, if any, the Proposal Form, and the Proposal with any attachments. 00 72 00 GENERAL CONDITIONS Page 2 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 10. Business Day—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. 12. Change Order—A document which is prepared by the Contractor or City, approved by the City, and signed by Contractor and City, authorizing 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 or her designee. 14. City Attorney—The officially appointed City Attorney of the City of Denton or his or her designee. 15. City Council—The duly elected and qualified governing body of the City of Denton. 16. City Manager—The officially appointed authorized City Manager of the City of Denton. 17. Contract—The entire and integrated set of written instruments between the City and Contractor concerning the Work comprised of the Agreement and all Contract Documents, which written instruments supersede all prior negotiations, representations, or agreements, whether written or oral, concerning the Work. 18. 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. 19. Contract Documents—Those items so designated as “Contract Documents.” in the Agreement at Paragraph 5.1.A. 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 12.03 in the case of Unit Price Work). The Contract Price does not include any “Incentive”, if applicable. 21. Contract Time—The number of days or the dates stated in the Agreement to: (a) achieve Milestones, if any and (bb) 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 12.01 of these General Conditions for definition. 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—The part of the Contract Documents prepared or approved by an Engineer that graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals, as defined, are not considered Drawings as so defined here. 00 72 00 GENERAL CONDITIONS Page 3 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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 City. 28. Electronic Document—Any Project-related correspondence, attachments to correspondence, text, data, documents, drawings, information, or graphics, including but not limited to Shop Drawings and other Submittals, that are in an electronic or digital format. 29. Electronic Means—Electronic mail (email), upload/download from a secure Project website, or other communications methods that allow: (a) the transmission or communication of Electronic Documents; (b) the documentation of transmissions, including sending and receipt; (c) printing of the transmitted Electronic Document by the recipient; (d) the storage and archiving of the Electronic Document by sender and recipient; and (e) the use by recipient of the Electronic Document for purposes permitted by the Contract. Electronic Means does not include the use of text messaging, or of Facebook, Twitter, Instagram, or similar social media services for transmission of Electronic Documents. 30. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 31. Extra Work—Additional work made necessary by City-approved changes or alterations to the Contract Documents. Extra Work shall be part of the Work. 32. Field Order—A written directive issued by City that requires changes in the Work but does not involve a change to the Contract Price, Contract Time, or Drawings, Plan, or Shop Drawings. 33. 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. 34. Final Inspection—The inspection performed by the City to determine whether the Contractor has completed each and every part or appurtenance of the Work fully, entirely, and in conformance with the Contract Documents. 35. General Requirements—Sections of The information set forth in “Division 101 – General Requirements” of the Standard Construction Specification Documents. 36. Hazardous Environmental Condition—The presence at the Site of Asbestos, P C B s , Petroleum, Hazardous Waste, Radioactive Material, or any other substance, product, waste or materials, in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 37. Hazardous Waste—Any solid waste listed as hazardous or which possesses one or more hazardous characteristics as defined in applicable Laws and Regulations. 38. Incidental or 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. 39. Laws and Regulations—Any and all applicable laws, statutes, rules, regulations, ordinances, codes, and binding decrees, resolutions, and orders of any and all 00 72 00 GENERAL CONDITIONS Page 4 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 governmental bodies, agencies, authorities, and courts having jurisdiction over the Site or any portion or part of the Work to be performed. 40. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 41. 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. 42. Milestone—A principal event specified in the Contract Documents relating to the performance of an identified portion of the Work by an intermediate Contract Time prior to Final Acceptance of the Work. 43. 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 in such notice, City will sign and deliver the Agreement. 44. 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. 45. PCBs—Polychlorinated biphenyls. 46. 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), and including but not limited to oil, fuel oil, oil sludge, oil refuse, gasoline, diesel fuel, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 47. Plans—This term will have the same definition of as “Drawings”. 48. Project —The Work to be performed under the Contract. 49. Project Manager—The authorized representative of the City who will be assigned to the Project. 50. Project Manual—The documentary information prepared for bidding or proposing and furnishing the Work. 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising Contractor’s plan to achieve each Milestone and accomplish the Work within the Contract Time. 52. 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. 53. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and that 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 toto support scheduled performance of related construction activities. 00 72 00 GENERAL CONDITIONS Page 5 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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. Shop Drawings—All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 57. 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. 58. Specifications or Technical Specifications —The part of the Contract that consists of written requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 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 (Section 00 00 00) of the Project. 59. 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. 60. Submittal—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 the City to illustrate some portion of the Work. 61. Subsidiary or subsidiary—These terms will have the same definition as “Incidental. or incidental”. 62. Successful Bidder—The Bidder to whom City issues a Notice of Award. The term “Bidder” shall be defined to include the terms “Proposer” or “Offeror” in those instances where the City utilizes a Request for Proposal rather than an Invitation for Bid and is the Proposer or Offeror submitting the proposal or offer that provides the best value to the City and to whom the City issues a Notice of Award. 63. 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. 64. Supplementary Conditions—The part of the Contract set forth at Division 00 73 00 that amends or supplements these General Conditions. 65. 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 a Subcontractor. 66. Underground Facilities—All underground lines, pipelines, conduits, ducts, encasements, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or systems at the Site, including but not limited to those facilities or systems that produce, transmit, distribute, or convey telephone or other communications, cable television, fiber optic transmissions, power, electricity, light, heat, gases, oil, crude oil products, liquid 00 72 00 GENERAL CONDITIONS Page 6 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 petroleum products, water, steam, waste, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 67. Unit Price Work—Work for which the Contract Price is determined by multiplying the unit price for the item by the estimated quantity of the item. 68. Weekend Working Hours—Those hours between 8:00 a.m. and 8:30 p.m. on Saturday, and between 1:00 p.m. and 8:30 p.m. on Sunday or on a federal or state holiday observed by the City, as approved in advance by the City for performing Work. 69. 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. 70. Working Day—Defined as a Business Day but excluding any days that weather or other conditions beyond the reasonable control of the Contractor prevents the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7:00 a.m. and 8:00 p.m. 1.02 Terminology A. The words and terms discussed in Paragraphs 1.02.B, C, D, and E are not defined terms that require initial capital letters, but, when used in the Bidding Requirements or Contract, have the indicated meaning. B. Intent of Certain Terms or Adjectives: The Contract includes the terms “as allowed,” “as approved,” “as ordered,” “as directed” or terms of like effect or import to authorize an exercise of judgment by CityCity. 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 judgment, action, or determination will be 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). C. Defective: The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: 1. does not conform to the Contract Documents; or 2. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or 3. has been damaged prior to City’s written notice of Final Acceptance. D. Furnish, Install, Perform, Provide 1. The word “furnish,” when used in connection with services, materials, or equipment, means to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. 00 72 00 GENERAL CONDITIONS Page 7 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 2. The word “install,” when used in connection with services, materials, or equipment, means to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words “perform” or “provide,” when used in connection with services, materials, or equipment, means to execute, carry out, furnish and install said services, materials, or equipment complete and ready for intended use. 4. If the Contract Documents establish an obligation of Contractor with respect to specific services, materials, or equipment, but do not expressly use any of the four words “furnish,” “install,” “perform,” or “provide,” then Contractor shall furnish and install said services, materials, or equipment complete and ready for intended use. E. Unless stated otherwise in the Contract, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract in accordance with such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Performance and Payment Bonds; Evidence of Insurance A. Performance and Payment Bonds: When Contractor delivers the signed counterparts of the Agreement to City, Contractor shall also deliver to City the performance bond , payment bond and maintenance bond that comply with the provisions of Chapter 2253 of the Texas Government Code. Work will not be allowed to begin until the performance and payment bonds have been provided by the Contractor to the City. B. Evidence of Contractor’s Insurance: When Contractor delivers the signed counterparts of the Agreement to City, Contractor shall also deliver to City, with copies to each additional insured (as identified in the Contract), the certificates, endorsements, and other evidence of insurance required to be provided by Contractor in accordance with Article 6. Work will not be allowed to begin until the evidence of insurance has been provided by the Contractor to the City. 2.02 Copies of Documents A. City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract, and three (3) additional copies of the Drawings. Additional printed copies will be furnished upon request at the cost of reproduction. 2.03 Before Starting Construction Baseline starting Work, Contractor shall submit for review by City the following in accordance with the Contract Documents: A. Baseline Schedules in accordance with General Requirements, Section 01 32 16. B. Preliminary Schedule of Submittals. C. Preliminary Schedule of Values: For lump sum contracts, a Schedule of Values for all of the Work that includes quantities and prices of items that when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 00 72 00 GENERAL CONDITIONS Page 8 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 2.04 Preconstruction Meeting A. Before any Work at the Site is started, the Contractor shall attend a Preconstruction Meeting as specified in Section 01 31 19. 2.05 Public Meeting A. Contractor may not mobilize any equipment, materials, or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.06 Initial Acceptance of Schedules A. No progress payment shall be made to Contractor until acceptable Project Schedules are submitted to City in accordance with the Contract Documents. 2.07 Electronic Submittals and Transmittals A. Except as otherwise stated elsewhere in the Contract, the City and Contractor may send, and shall accept, Electronic Documents transmitted by Electronic Means. B. If the Contract does not establish protocols for Electronic Means, then City and Contractor shall jointly develop such protocols. C. Subject to any governing protocols for Electronic Means, when transmitting Electronic Documents by Electronic Means, the transmitting party makes no representations as to long-term compatibility, usability, or readability of the Electronic Documents 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 Electronic Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one Contract Document is as binding as if required by all. B. It is the intent of the Contract to describe a functionally complete Project 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. City will issue clarifications and interpretations of the Contract Documents as provided herein. D. The Specifications may vary in form, forma and style. Some Specification sections may be written in varying degrees of streamlined or declarative style, and some sections may be 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 or Damage Claims. 00 72 00 GENERAL CONDITIONS Page 9 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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 cross-referencing is provided in each section or whether the cross-referencing is complete or accurate. 3.02 Reference Standards A. Standards Specifications, Codes, Laws and Regulations 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, means the standard specification, manual, reference standard, 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, reference standard, or code, and no instruction of a Supplier, will be effective to change the duties or responsibilities of CityCity, 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, elected or appointed officials, 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 Verification of Figures and Field Measurements: Before undertaking each part of the Work, Contractor shall carefully study the Contract Documents, and check and verify pertinent figures and dimensions therein, particularly with respect to applicable field measurements, and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy that 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: If, before or during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) actual field conditions, (c) any standard specification, manual, reference standard, or code, or (d) 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 7.1717) until the conflict, error, ambiguity, or discrepancy is resolved, by a clarification or interpretation by City, or by an amendment or supplement to the Contract issued pursuant to Paragraph 11.01. 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. 00 72 00 GENERAL CONDITIONS Page 10 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 B. Resolving Discrepancies 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents take precedence in resolving any conflict, error, ambiguity, or discrepancy between such provisions of the Contract Documents and: a. the provisions of any standard specification, manual, reference standard, or code, or the instruction of any Supplier; or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 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 Requirements of the Contract Documents A. During the performance of the Work and until final payment, Contractor shall submit to the City in writing all matters in question concerning the requirements of the Contract Documents (sometimes referred to as requests for information or interpretation—RFIs), or relating to the acceptability of the Work under the Contract Documents, as soon as possible after such matters arise. City will be the interpreter of the requirements of the Contract Documents, and judge of the acceptability of the Work. B. City will, with reasonable promptness, render a written clarification, interpretation, or decision on the issue submitted, or initiate an amendment or supplement to the Contract Documents. City’s written clarification, interpretation, or decision will be final and binding on Contractor, unless Contractor appeals by filing a Contract Claim. 3.05 Reuse of Documents A. Contractor and its Subcontractors and Suppliers 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 or its consultants, including electronic media versions, or reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of CityCity and specific written verification or adaptation by Engineer; or 2. have or acquire any title or ownership rights in any other Contract Documents, reuse any such Contract Documents for any purpose without City’s express written consent, or violate any copyrights pertaining to such Contract Documents. B. The prohibitions of this Paragraph 3.05 05 will survive final payment, or termination of the Contract. Nothing herein precludes Contractor from retaining copies of the Contract Documents for record purposes. 00 72 00 GENERAL CONDITIONS Page 11 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Time; Notice to Proceed A. 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 Contract. 4.02 Starting the Work A. Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work may be done at the Site prior to the date on which the Contract Time commences to run. 4.03 Delays in Contractor’s Progress A. 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. The City shall be liable only to the extent allowed by the provisions of the Contract and as allowed by Subchapter I, Chapter 271 of the Texas Local Government Code. B. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delay, disruption, or interference caused by or within the control of Contractor. Delay, disruption, and interference attributable to and within the control of a Subcontractor or Supplier shall be deemed to be within the control of Contractor. C. 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, that the Contract specifies is to be furnished by the City. D. If Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of City, Contractor, and those for whom they are responsible, then Contractor shall be entitled to an equitable adjustment in Contract Time. Such an adjustment will be Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this Paragraph 4.03. D. The Contractor is responsible for the prompt submission of a request for an adjustment to the Contract Time under this Paragraph to the City. Causes of delay, disruption, or interference that may give rise to an adjustment in Contract Time under this Paragraph include but are not limited to the following: 1. Severe and unavoidable natural catastrophes such as fires, floods, epidemics, and earthquakes; 2. Abnormal weather conditions; 3. Acts or failures to act of third-party utility owners or other third-party entities (other than those third-party utility owners or other third-party entities performing other work at or adjacent to the Site as arranged by or under contract with City, as contemplated in Article 8); and 00 72 00 GENERAL CONDITIONS Page 12 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 4. Acts of war or terrorism. E. Contractor’s entitlement to an adjustment of Contract Time or Contract Price is limited as follows: 1. Contractor’s entitlement to an adjustment of the Contract Time is conditioned on the delay, disruption, or interference adversely affecting an activity on the critical path to completion of the Work, as of the time of the delay, disruption, or interference. 2. Contractor shall not be entitled to an adjustment in Contract Price for any delay, disruption, or interference if such delay is concurrent with a delay, disruption, or interference caused by or within the control of Contractor. Such a concurrent delay by Contractor shall not preclude an adjustment of Contract Time to which Contractor is otherwise entitled. 3. Adjustments of Contract Time or Contract Price are subject to the provisions of Article 11. F. Each Contractor request or Change Order seeking an increase in Contract Time or Contract Price must be supplemented by supporting data that sets forth in detail the following: 1. The circumstances that form the basis for the requested adjustment; 2. The date upon which each cause of delay, disruption, or interference began to affect the progress of the Work; 3. The date upon which each cause of delay, disruption, or interference ceased to affect the progress of the Work; 4. The number of days’ increase in Contract Time claimed as a consequence of each such cause of delay, disruption, or interference; and 5. The impact on Contract Price, in accordance with the provisions of Paragraph 11.08. 6. Contractor shall also furnish such additional supporting documentation as City may require including, where appropriate, a revised Project Schedule indicating all the activities affected by the delay, disruption, or interference, and an explanation of the effect of the delay, disruption, or interference on the critical path to completion of the Work. G. Delays, disruption, and interference to the performance or progress of the Work resulting from the existence of a differing subsurface or physical condition, an Underground Facility that was not shown or indicated by the Contract Documents, or not shown or indicated with reasonable accuracy, and those resulting from undisclosed Hazardous Environmental Conditions, are governed by Article 5, together with the provisions of Paragraphs 4.03.F and 4.03.G. ARTICLE 5 – SITE; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor in writing of any encumbrances or restrictions not of general application but specifically related to use of the Site with which 00 72 00 GENERAL CONDITIONS Page 13 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 Contractor must comply in performing the Work. City will be responsible for obtaining any necessary 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. Unless otherwise specified in the Contract Documents, the City has or anticipates moving and/or relocating utilities, and obstructions to the Site. Any outstanding movement 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 moved and/or relocated by others. B. Upon reasonable written request of Contractor, 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. C. Contractor shall provide for any additional lands and access thereto not included in the Site that may be required for construction facilities or storage of materials and equipment. The cost of such shall be part of the Contract Price. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas 1. Contractor shall confine construction equipment, temporary construction facilities, the storage of materials and equipment, worker car parking and the operations of workers to the Site, to adjacent areas that Contractor has arranged to use through construction easements or otherwise, and to other adjacent areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and such other adjacent areas with worker car parking, construction equipment or other materials or equipment. Contractor shall assume full responsibility for (a) damage to the Site; (b) damage to any such other adjacent areas used for Contractor’s operations; (c) damage to any other adjacent land or areas, or to improvements, structures, utilities, or similar facilities located at such adjacent lands or areas; and (d) for injuries, including death, and damage to or losses of property sustained by the owners or occupants of any such land or areas; provided that such damage, losses, injuries or deaths arose out of or result from the performance of the Work or arose out of or resulted from any other actions or conduct of the Contractor or those for whom Contractor is responsible. 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 reduce the area impacted to only that necessary for proper execution of the Work and/or to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 00 72 00 GENERAL CONDITIONS Page 14 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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 adversely impacted because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 5. PURSUANT TO PARAGRAPH 7.21, CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS CITY AND ITS OFFICERS, ELECTED AND APPOINTED OFFICIALS, AND EMPLOYEES, 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 ADVERSELY IMPACTED OWNER OR OCCUPANT AGAINST CITY. B. Removal of Debris During Performance of the Work: During the progress of the Work the Contractor shall keep the Site and other adjacent areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris will conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: If 24 hours after written notice is given to the Contractor that the clean-up at the Site is insufficient or occurring in a manner unsatisfactory to the City, the Contractor fails to correct the unsatisfactory condition and/or procedures, 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, and the costs of such direct corrective action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor under the Contract. 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 and any adjacent property owners, if applicable. At the completion of the Work, Contractor shall remove from the Site and adjacent areas all tools, appliances, construction equipment and machinery, surplus materials, waste materials, rubbish and other debris and shall restore to original condition or better all areas impacted or disturbed by the Work. E. Loading of 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 structures or land to stresses or pressures that will endanger them. 5.03 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 existing physical conditions at or contiguous to the Site, including those drawings known to City depicting existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities.). B. Underground Facilities: Underground Facilities are shown or indicated on the Drawings, pursuant to Paragraph 5.05, and not in the drawings referred to in Paragraph 5.03.A. 00 72 00 GENERAL CONDITIONS Page 15 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 Information and data regarding the presence or location of Underground Facilities are not intended to be categorized, identified, or defined as technical data. C. Reliance by Contractor on Technical Data: Contractor is provided certain technical data identified in the Supplementary Conditions with respect to such reports and drawings for its use, but the City does not warrant or guarantee the accuracy of the information, and such information including reports and drawings are not Contract Documents. Contractor may not make any Contract Claim against City, or any of theirits officers, elected or appointed officials, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness or accuracy 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. the contents of other Site-related documents made available to Contractor, such as record drawings from other projects at or adjacent to the Site, or City’s archival documents concerning the Site; or 4. any Contractor interpretation of or conclusion drawn from any “technical data” or any such other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notice by Contractor: If Contractor believes that any subsurface or physical condition that is uncovered or revealed at the Site either: 1. is of such a nature as to establish that any “technical data” 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 subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 7.17), notify City in writing about such condition. B. Possible Price and Time Adjustments 1. Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: a. Contractor knew of the existence of such condition 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 the Contract; or 00 72 00 GENERAL CONDITIONS Page 16 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 b. The existence of such condition reasonably could have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or c. Contractor failed to give the written notice required by Paragraph 5.04.A. C. Underground Facilities; Hazardous Environmental Conditions: Paragraph 5.05 governs rights and responsibilities regarding the presence or location of Underground Facilities. Paragraph 5.06 governs rights and responsibilities regarding Hazardous Environmental Conditions. The provisions of Paragraphs 5.03 and 5.04 are not applicable to the presence or location of Underground Facilities, or to Hazardous Environmental Conditions. 5.05 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to 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 are included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all information and data; b. verifying the actual location of those Underground Facilities shown or indicated in the Contract Documents as being within the area affected by the Work, by exposing such Underground Facilities during the course of construction; c. coordination and adjustment of the Work with the owners (including City) of such Underground Facilities, during construction; and d. the safety and protection of all existing Underground Facilities at the Site, and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility that is uncovered or revealed at the Site was not shown or indicated on the Drawings or otherwise indicated in the Contract Documents, or was not shown or indicated on the Drawings or in the Contract Documents with reasonable accuracy, then 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 7.17), identify the owner of such Underground Facility and give notice to that owner and to City. 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, subject to the provisions of Article 11. 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. 00 72 00 GENERAL CONDITIONS Page 17 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 5.06 Hazardous Environmental Conditions at Site A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City relating to Hazardous Environmental Conditions that have been identified at the Site; or 2. drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Reliance by Contractor on Technical Data: Contractor is provided certain technical data identified in the Supplementary Conditions with respect to such reports and drawings for its use, but the City does not warrant or guarantee the accuracy of the information, and such information including reports and drawings are not Contract Documents. Contractor may not make any Contract Claim against City, or any of its officers, elected or appointed officials, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness or accuracy 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. the contents of other Site-related documents made available to Contractor, such as record drawings from other projects at or adjacent to the Site, or City’s archival documents concerning the Site; or 4. 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 a Hazardous Environmental Condition uncovered or revealed at the Site if such Hazardous Environmental Condition was not shown or indicated in Drawings or Specifications or identified if the removal or remediation of such Hazardous Environmental Condition was not identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created by the actions of or with any materials brought to the Site by Contractor, Subcontractors, Suppliers or anyone else for whom Contractor is responsible and the costs associated with the same. D. If Contractor encounters, uncovers, or reveals a Hazardous Environmental Condition whose removal or remediation is not expressly identified in the Contract Documents as being within the scope of the Work, or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, then Contractor shall immediately: (1) secure or otherwise isolate such condition; (2) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 7.17); and (3) 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. 00 72 00 GENERAL CONDITIONS Page 18 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 E. Contractor shall not be required to resume Work in connection with a Hazardous Environmental Condition identified pursuant to Paragraph 5.06.D or in any affected area until after City has obtained any required permits related thereto, and delivered written notice to Contractor either (1) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (2) 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 and the Contract Price. 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, AND ITS OFFICERS, ELECTED AND APPOINTED OFFICIALS, DIRECTORS, MEMBERS, PARTNERS, EMPLOYEES, AGENTS, CONSULTANTS, AND SUBCONTRACTORS OF EACH AND ANY OF THEM, 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 ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) FOR PERSONAL INJURY, DEATH OR PROPERTY DAMAGE 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 5.06.CityG OBLIGATES 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 5.03, 5.04, and 5.05 do not apply to the presence of a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 6 – BONDS AND INSURANCE 6.01 Licensed Sureties and Insurers A. 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 required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 6.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish a performance bond and a payment bond, in accordance with the provisions of the Texas Government Code Chapter 2253 or successor statute and as required by the City, each in an amount at least equal to the Contract Price, as security for the faithful performance and payment of all of Contractor’s obligations under the Contract. The performance and payment bonds must be provided by the Contractor to the City prior to the Contractor beginning any Work. 00 72 00 GENERAL CONDITIONS Page 19 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security 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. The maintenance bond(s) shall be provided as directed by the City as part of the close-out of the Contract and shall be provided prior to the final payment being made. C. All bonds shall be in the form prescribed by the Contract Documents, except as provided otherwise by Laws and Regulations, and must be issued and signed by a surety named in “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Department Circular 570 (as amended and supplemented) by the Bureau of the Fiscal Service, U.S. Department of the Treasury. A bond signed by an agent or attorney-in-fact must be accompanied by a certified copy of that individual’s authority to bind the surety. The evidence of authority must show that it is effective on the date the agent or attorney-in-fact signed the accompanying bond. D. If the surety on a bond furnished by Contractor is declared bankrupt or becomes insolvent, or the surety ceases to meet the requirements above, or its right to do business is terminated in the State of Texas, then Contractor shall promptly notify City in writing and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which must comply with the bond and surety requirements above. E. If Contractor has failed to obtain a required bond, City may refuse to allow the Contractor to begin Work, exclude the Contractor from the Site and exercise City’s termination rights under Article 15. F. Upon request to Contractor from any Subcontractor, Supplier, or other person or entity claiming to have furnished labor, services, materials, or equipment used in the performance of the Work, Contractor shall provide a copy of the payment bond to such person or entity. 6.03 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 endorsements (and other evidence of insurance requested by City or any other additional insured) establishing that Contractor has obtained and is maintaining the policies and coverages required by these General Conditions and the Supplementary Conditions prior to beginning any Work. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “additional insureds” on all liability policies. 2. The Contractor’s general liability insurance shall include a “per project” or “per location” endorsement, that 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 00 72 00 GENERAL CONDITIONS Page 20 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 financial strength and solvency to the satisfaction City. 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 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 or to provide such certificates or other evidence of full compliance with the insurance requirements. 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 If City agrees in writing that coverage is underwrittenmay be written 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 or for the warranty period provided for 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 that either nullify or amend the required lines of coverage, nor or decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Notice of an Award has been issued or the Agreement executed, and the policy exclusions are determined to be unacceptable or the City desires that the Contractor obtain additional insurance coverage the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. For any proposed self-insured retention (SIR),) in excess of $25,000.00, affecting insurance coverage, Contractor must obtain the written approval of the City in regard to asset value and stockholders' equity. In lieu of traditional insurance, proposed alternative coverage maintained through insurance pools or, risk retention groups, or self-funding will also require the written approval of the 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 in writing by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverages and 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 will provide prior notice of 90 days and the insurance adjustments shall be incorporated into the Work by Change Order. 00 72 00 GENERAL CONDITIONS Page 21 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 13. City shall be entitled, upon written request to Contractor and without expense to City, to receive copies of policies and endorsements thereto and. City 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 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. 6.04 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 employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury, including death, or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury including death, 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 or nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, that 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 of bodily injury or death of any person and/or property damage arising out of or related to the work, maintenance or use of any motor vehicle by the Contractor, any 00 72 00 GENERAL CONDITIONS Page 22 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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. 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 delays or days not worked pursuant to this section. 6.05 Acceptance of Bonds and Insurance; Option to Replace A. 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 6 or the Supplementary Conditions 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. Such failure to provide bonds or insurance as required by the Contract Documents is a breach of the terms of the Contract and the City may terminate the Contractor in accordance with the provisions of the Contract Documents. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Contractor’s Means and Methods of Construction A. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. If the Contract Documents note, or Contractor determines, that professional engineering or other design services are needed to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures, or for Site safety, then Contractor shall cause such services to be provided by a properly licensed design professional, at Contractor’s expense. Such services are not City-delegated professional design services under this Contract, and neither City nor Engineer has any responsibility with respect to (1) Contractor’s determination of the need for such services, (2) the qualifications or licensing of the design professionals retained or employed by Contractor, (3) the performance of such services, or (4) any errors, omissions, or defects in such services. 7.02 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. B. At all times during the progress of the Work, Contractor shall identify and assign a competent superintendent, who is proficient in English, and who shall not be replaced without written 00 72 00 GENERAL CONDITIONS Page 23 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 notice to City of the name of the replacement superintendent. 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 ofconstruction. 7.03 Labor; Working Hour A.Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at alltimes maintain good discipline and order at the Site. B.Contractor shall be fully responsible to City for all acts and omissions of Contractor’semployees; of Suppliers and Subcontractors, and their employees; and of any other individualsor entities performing or furnishing any of the Work, just as Contractor is responsible forContractor’s own acts and omissions. C.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, allWork at the Site shall be performed during regular working hours on Business Days.Contractor will not permit the performance of Work outside of regular working hours onBusiness Days without City’s prior written consent (which will not be unreasonablywithheld)). Contractor’s written request (by letter or electronic communication) for City’swritten consent must be made as follows: 1.for Work beyond regular working hours on Business Days, request must be made bynoon at least two (2) Business Days prior; 2.for Work during Weekend Working Hours, request must be made by noon of thepreceding Wednesday; and 3.for Work on state or federal holidays observed by the City, request must be made sufficiently in advance of the holiday, to satisfy requirements for City Council approval. 7.04 Services, Materials, and Equipment A.Unless otherwise specified in the Contract Documents, Contractor shall provide and assumefull responsibility for all services, materials, equipment, labor, transportation, constructionequipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitaryfacilities, temporary facilities, and all other facilities and incidentals necessary for theperformance, Contractor required testing, start up, and completion of the Work, whether ornot 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 notspecified, shall be of sufficient quality to complete the Work, and must be new and of good quality, except as otherwise provided in the Contract Documents. All special warranties andguarantees required by the Specifications shall expressly run to the benefit of City. If requiredby City, Contractor shall furnish satisfactory evidence (including reports of required tests) asto 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 00 72 00 GENERAL CONDITIONS Page 24 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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. 7.05 Project Schedule A.Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.06and the General Requirements as it may be adjusted from time to time as provided below. 1.Contractor shall submit to the City for acceptance (to the extent indicated in Paragraph2.06 and the General Requirements) proposed adjustments in the Project Schedule thatwill not result in changing the Contract Time. Such adjustments must comply with anyprovisions of the General Requirements applicable thereto. 2.Contractor shall submit to City a monthly Project Schedule with a monthly progresspayment request for the duration of the Contract in accordance with the ConstructionProgress Schedule, General Requirements 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 11. Adjustments in ContractTime may only be made by a Change Order. 7.06 “Or Equals” A.Contractor’s Request; Governing Criteria: Whenever an item of equipment or material isspecified or described in the Contract Documents by using the names of one or moreproprietary items or specific Suppliers, the Contract Price has been based upon Contractorfurnishing such item as specified. The specification or description of such an item is intendedto establish the type, function, appearance, and quality required. Unless the specification ordescription contains or is followed by words reading that no like, equivalent, or “or equal”item is permitted, Contractor may request that City permit the use of other items of equipment or material, or items from other proposed Suppliers, under the circumstances described below. 1.If City in its sole discretion determines that an item of equipment or material proposedby Contractor is functionally equal to that named and sufficiently similar so that nochange in related Work will be required, it may be considered by City as an “or equal”item. For the purposes of this Paragraph, a proposed item of equipment or material willbe 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 resultsimposed by the design concept of the completed Project as a functioning whole; 3)it has a proven record of performance and availability of responsive service;and 4)it is not objectionable to City. 00 72 00 GENERAL CONDITIONS Page 25 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 b.Contractor certifies that, if the proposed item is approved and incorporated into theWork: 1)there will be no increase in cost to the City or increase in Contract Time; and 2)the item will conform substantially to the detailed requirements of the itemnamed in the Contract Documents. B.Contractor’s Expense: Contractor shall provide all data in support of any proposed “or equal”item at Contractor’s expense. C.City’s Evaluation and Determination: City will be allowed a reasonable time to evaluate each “or-equal” request. City may require Contractor to furnish additional data about the proposed“or-equal” item. City will be the sole judge of acceptability. No “or-equal” item will beordered, furnished, installed, or utilized until City’s review is complete and City determines that the proposed item is an “or-equal.” City.” City will advise Contractor in writing of itsdetermination. D.Effect of City’s Determination: Neither approval nor denial of an “or-equal” request will resultin any change in Contract Price. The City’s denial of an “or-equal” request will be final and binding, and may not be reversed through an appeal under any provision of the Contract. E.Treatment as a Substitution Request: If City determines that an item of equipment or materialproposed by Contractor does not qualify as an “or-equal” item, Contractor may request that City consider the item a proposed substitution pursuant to Paragraph 7.07. 7.07 Substitutions A.Contractor’s Request; Governing Criteria: Unless the specification or description of an itemof equipment or material required to be furnished under the Contract Documents contains or is followed by words reading that no substitution is permitted, Contractor may request thatCity permit the use of other items of equipment or material under the circumstances describedbelow. To the extent possible such requests must be made before commencement of related Work at the Site. 1.Contractor shall submit sufficient information as provided below to allow City todetermine if the item of material or equipment proposed is functionally equivalent to thatnamed and an acceptable substitution therefor. City will not accept requests for review ofproposed substitute items of equipment or material from anyone other than Contractor. 2.The requirements for review by City will be as set forth in Paragraph 7.07.B, assupplemented by the Specifications, and as City may decide is appropriate under the circumstances. 3.Contractor shall make written application to City for review of a proposed substitute itemof equipment or material that Contractor seeks to furnish or use. The application shallcomply with Section 01 25 00 and: a.will certify that the proposed substitute item will: 1)perform adequately the functions and achieve the results called for by thegeneral design; 2)be substantially similar in substance to the item specified; and 00 72 00 GENERAL CONDITIONS Page 26 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 3)be well-suited to the same use as the item specified. b.will state: 1)the extent, if any, to which the use of the proposed substitute item will adverselyimpact Contractor’s achievement of Final Acceptance on or before the ContractTime; 2)whether use of the proposed substitute item in the Work will require a changein any of the Contract Documents (or in the provisions of any other directcontract with City for other work on the Project) to adapt the design to theproposed substitute item; and 3)whether incorporation or use of the proposed substitute item in connection withthe Work is subject to payment of any license fee or royalty. c.will identify: 1)all variations of the proposed substitute item from the item specified; and 2)available engineering, sales, maintenance, repair, and replacement services. d.will contain an itemized estimate of all costs or credits that will result directly orindirectly from use of such substitute item, including but not limited to changes in Contract Price, shared savings, costs of redesign, and Damage Claims of othercontractors affected by any resulting change. B.City’s Evaluation and Determination: City will be allowed a reasonable time to evaluate eachsubstitution request. City may require Contractor to furnish additional data about the proposed substitute item. City will be the sole judge of acceptability. No substitute will be ordered,furnished, installed, or utilized until City’s review is complete and City determines that theproposed item is an acceptable substitution. City’s approval determination will be evidenced by a Change Order accounting for the substitution itself and all related impacts, includingchanges in Contract Price or Contract Time. City will advise Contractor in writing of anydenial determination. C.Special Guarantee: City may require Contractor to furnish at Contractor’s expense a specialperformance guarantee or other surety with respect to any substitution. Contractor shallindemnify and hold harmless City and its officers, elected and appointed officials, employees, agents, consultants and subcontractors and anyone directly or indirectlyemployed by them from and against any and all claims, damages, losses and expenses(including attorney’s fees) arising out of or relateds to the use of substituted materials or equipment. D.Reimbursement of City’s Cost: City will record City’s costs in evaluating a substitutionproposed or submitted by Contractor. Whether or not City approves a substitute so proposedor submitted by Contractor, Contractor shall reimburse City for evaluating each such proposedsubstitute. Contractor shall also reimburse City for the charges for making changes in theContract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. E.Contractor’s Expense: Contractor shall provide all data in support of any proposed substituteat Contractor’s expense. 00 72 00 GENERAL CONDITIONS Page 27 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 F. City Substitution Reimbursement: Cost savings attributable to acceptance of a substitution shall be paid to City by Contractor by an appropriate Change Order decreasing the Contract Price. G. Effect of City’s Determination: If City approves the substitution request, Contractor shall execute the proposed Change Order and proceed with the substitution. The City’s denial of a substitution request will be final and binding, and may not be reversed through an appeal under any provision of the Contract. Contractor may challenge the scope of reimbursement costs imposed under Paragraph 7.07.D, by timely submittal of a Change Order. 7.08 Concerning Subcontractors and Suppliers A. Contractor shall perform with its own organization, and with the assistance of workmen under its immediate superintendence, work of a value not less than 35% of the Contract Price, unless otherwise approved by the City. B. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. 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, except as provided in Paragraph 7.08.C. The Contractor’s retention of a Subcontractor or Supplier for the performance of parts of the Work will not relieve Contractor’s obligation to City to perform and complete the Work in accordance with the Contract. C. The City may require the use of specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work , and will provide such requirements in the Supplementary Conditions. D. Contractor shall provide to City as part of the Bid, the identity of all proposed Subcontractors and Suppliers. Such proposed Subcontractor or Supplier shall be deemed acceptable to City unless City raises a substantive, reasonable objection prior to execution of the Agreement. E. 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 under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract: 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. F. No acceptance by City of any such Subcontractor or Supplier, whether initially or as a replacement, will constitute a waiver of the right of City to the completion of the Work in accordance with the Contract Documents, Contract Price and Contract Time. G. Contractor shall be solely responsible for scheduling and coordinating the tasks of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. 00 72 00 GENERAL CONDITIONS Page 28 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 H.All Work performed for Contractor by a Subcontractor or Supplier must be pursuant to anappropriate contractual agreement that specifically binds the Subcontractor or Supplier to theapplicable terms and conditions of the Contract for the benefit of City. Contractor must comply with all applicable federal, state, and local laws, statutes, ordinances or regulations, includingbut not limited to immigration laws, workers compensation laws and wage laws, in the hiringof any Subcontractor or Supplier and shall ensure that each Subcontractor or Supplier has the same obligations. I.Contractor shall restrict all Subcontractors and Suppliers from communicating with City,except through Contractor or in case of an emergency, or as otherwise expressly allowed in this Contract. 7.09 Wage Rates A.Duty to pay Prevailing Wage Rates: The Contractor shall comply with all requirements ofChapter 2258, Texas Government Code (as amended), including the payment of not less thanthe rates determined by the City Council of the City of Denton to be the prevailing wage ratesin accordance with Chapter 2258. The then current prevailing wage rates at the time ofexecution of the Agreement are included in these Contract Documents. B.Penalty for Violation: A Contractor or any Subcontractor who does not pay the prevailingwage shall, upon demand made by the City, pay to the City $60 for each worker employed foreach calendar day or part of the day that the worker is paid less than the prevailing wage ratesstipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code Section 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 Section 2258.023, TexasGovernment Code, by a Contractor or Subcontractor, the City shall make an initialdetermination, before the 31st day after the date the City receives the information, as towhether 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 orSubcontractor 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 theprevailing wage rates, such amounts being retained from successive progress paymentspending a final determination of the violation. D.Arbitration Required if Violation Not Resolved: An issue relating to an alleged violation ofSection 2258.023, Texas Government Code, including a penalty owed to the City or anaffected worker, shall be submitted to binding arbitration in accordance with the TexasGeneral Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor orSubcontractor and any affected worker does not resolve the issue by agreement before the 15thday after the date the City makes its initial determination pursuant to Paragraph 7.09.C. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11thday after the date that arbitration is required, a district court shall appoint an arbitrator on thepetition 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 ofcompetent jurisdiction. 00 72 00 GENERAL CONDITIONS Page 29 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 E. Records to be Maintained: The Contractor and each Subcontractor shall, for a period of three (3) years following the date of Final Acceptance, 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 available in Denton County, Texas at all reasonable hours for inspection by the City. The provisions of Paragraph 7.23, Right to Audit, shall pertain to this inspection. F. Progress Payments: With each progress payment request 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 the Site 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 7.09.A through 7.09.G. 7.10 Patent Fees and Royalties A. Contractor shall pay all patent or license fees and royalties and pay 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 an 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 patent or license fee or royalty to others, the existence of such rights will be disclosed in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay said fees or, royalties or costs to others. B. TO THE FULLEST EXTENT PERMITTED BY LAWS AND REGULATIONS, CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS CITY, AND ITS OFFICERS, ELECTED AND APPOINTED OFFICIALS, DIRECTORS, MEMBERS, PARTNERS, EMPLOYEES, AGENTS, CONSULTANTS AND SUBCONTRACTORS OF EACH AND ANY OF THEM, 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. 7.11 Permits and Utilities A. Contractor obtained permits and licenses. Unless otherwise expressly provided in the Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. City shall provide reasonable assistance to Contractor, if necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work applicable at the time the Notice of Award is issued, except for permits provided by the City as specified in Paragraph 7.11.B. City shall pay the charges of utility service providers for connections for providing permanent service to the Work. 00 72 00 GENERAL CONDITIONS Page 30 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 B.City obtained permits and licenses. City will obtain and pay for those permits and licensesidentified as City’s responsibility in the Supplementary Conditions or Contract Documents. Itwill be the Contractor’s responsibility to comply with and 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 appropriateregulatory agency. relating to the changes. The City will not reimburse the Contractor for any cost associated with the requirements of any City acquired permit. The following are permitsthe 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. Any outstanding permits and licenses are anticipated to beacquired in accordance with the schedule set forth in the Supplementary Conditions. TheProject Schedule submitted by the Contractor in accordance with the Contract Documentsmust consider any outstanding permits and licenses. 7.12 Taxes A.On issuance of a Notice of Award by the City, an organization which qualifying for exemption pursuant to Texas Tax Code, Subchapter H (as amended), the Contractor may purchase, rentor lease all materials, supplies and equipment used or consumed in the performance of thiscontract by issuing to hisits 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 shallbe 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 AccountsSales Tax Division Capitol StationAustin, TX 78711; or 2.http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 7.13 Laws and Regulations 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 byapplicable Laws and Regulations, City shall not be responsible for monitoring Contractor’scompliance with any Laws and Regulations. B.If Contractor performs any Work or takes any other action knowing or having reason to knowthat it is contrary to Laws and Regulations, Contractor shall be liable for all resulting claims,costs losses, and damages, and shall indemnify and hold harmless City, and its officers, elected 00 72 00 GENERAL CONDITIONS Page 31 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 and appointed officials, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, 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 such Work or other action. C.Changes in Laws and Regulations not known at the time of the City’s issuance of a Notice of Award having an effect on the cost or time of performance of the Work may be the subject ofan adjustment in Contract Price or Contract Time. 7.14 Record Documents A.Contractor shall maintain in a safe place at the Site one printed record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, written interpretations andclarifications, and approved Shop Drawings. Contractor shall keep such record documents ingood order and annotate them to show changes made during construction. Contractor shall include accurate locations for buried and imbedded items. These record documents, togetherwith all approved Samples, will be available to City for reference. Upon completion of theWork, Contractor shall deliver these record documents to City prior to Final Inspection. 7.15 Safety and Protection A.As between City and Contractor, Contractor shall be responsible for the safety of persons andproperty in the performance of the Work, for initiating, maintaining, and supervising all safetyprecautions and programs in connection with the Work and for compliance with applicable safety Laws and Regulations. B.Contractor shall designate a qualified and experienced safety representative whose duties andresponsibilities are the prevention of Work-related accidents and the maintenance andsupervision of safety precautions and programs. Contractor shall inform the City in writing ofContractor’s designated safety representative at the Site. C.Contractor shall take all necessary precautions for the safety of, and shall provide the necessaryprotection 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 storageon or off the Site; and 3.other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,pavements, roadways, structures, other work in progress, utilities, and UndergroundFacilities not designated for removal, relocation, or replacement in the course ofconstruction. D.All damage, injury, or loss to any property referred to in Paragraph 7.1515.C.2 or 7.1515.C.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 anyof the Work, or anyone for whose acts any of them may be liable, shall be the responsibilityof and remedied by Contractor at its expense. E.Contractor shall comply with all applicable Laws and Regulations relating to the safety ofpersons or property, or to the protection of persons or property from damage, injury, or loss; 00 72 00 GENERAL CONDITIONS Page 32 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 and shall implement, erect and maintain all necessary safeguards for such safety and protection. F.Contractor shall notify City; the owners of adjacent property; the owners of Underground Facilities and other utilities (if the identity of such owners is known to Contractor); and other contractors and utility owners performing work at or adjacent to the Site, in writing, when Contractor knows that prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. G.Contractor shall comply with the applicable requirements of City’s safety programs, if any. H.Contractor shall inform City in advance in writing of the specific requirements of Contractor’s safety program with which City’s and Engineer’s employees and representatives must comply while at the Site. I.Contractor’s duties and responsibilities for safety and protection will continue until all the Work is completed and City has issued a Letter of Final Acceptance. J.Contractor’s duties and responsibilities for safety and protection will resume whenever Contractor or any Subcontractor or Supplier returns to the Site to fulfill warranty or correction obligations, or to conduct other tasks arising from the Contract Documents. 7.16 Hazard Communication Programs A.Contractor shall be responsible for coordinating any exchange of safety data sheets (formerlyknown as material safety data sheets) or other hazard communication information required tobe made available to or exchanged between or among employers at the Site in accordance with Laws and Regulations. 7.17 Emergencies and/or Rectification A.In the event of threatened or actual emergencies affecting the safety or protection of personsor the Work or property at the Site or adjacent thereto, Contractor is obligated toimmediately act to prevent damage, injury, or loss. Contractor shall give City prompt writtennotice if Contractor believes that any significant changes in the Work or variations from theContract Documents have been caused by an emergency or are required as a result ofContractor’s response to an emergency. If City determines that a change in the ContractDocuments is required because of an emergency or Contractor’s response, a Change Ordermay 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 ContractDocuments, the City shall give the Contractor written notice that such work or changes areto be performed. The written notice shall direct attention to the discrepant condition andrequest the Contractor to take remedial action to correct the condition. In the event theContractor does not take proper action within 24 hours to fulfill this written request or fails to show just cause for not taking the proper action, within 24 hours, the City may take suchremedial action with City resources or by contract. The City shall deduct an amount equal tothe entire cost for such remedial action, plus 25% from any funds due or to become due the Contractor on the Project. 00 72 00 GENERAL CONDITIONS Page 33 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 7.18 Submittals A.Submittal Procedures for Shop Drawings and Samples: Contractor shall submit requiredSubmittals to City for review and acceptance in accordance with the accepted Schedule ofSubmittals (as required by Paragraph 2.03). 1.Contractor shall submit the Submittals in accordance with Section 01 33 00 of the GeneralRequirements. 2.Data shown on the Submittals must be complete with respect to quantities, dimensions,specified performance and design criteria, materials, and similar data to demonstrate toCity the services, materials, and equipment Contractor proposes to provide, and to enableCity to review the information for the limited purposes required by Paragraph 7.18.C. 3.Submittals reviewed and accepted by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required byCity. 4.When Submittals are submitted for the purpose of showing the installation in greaterdetail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5.For-Information-Only submittals upon which the City is not expected to conduct a reviewor take responsive action may be so identified in the Contract Documents. 6.Contractor shall submit the required number of Samples specified in the Specifications. 7.Contractor shall clearly identify each Sample as to material, Supplier, pertinent data suchas catalog numbers, the use for which it is intended and other data as City may require toenable City to review the Submittal for the limited purposes set forth in Paragraph 7.18.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 willbe at the sole risk, expense and responsibility of Contractor. C.City’s Review 1.City will provide timely review of Submittals in accordance with the accepted Scheduleof Submittals. City’s review and acceptance will be to determine if the items covered bythe Submittals will, after installation or incorporation in the Work, comply with therequirements of 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 theContract Documents), or to safety precautions or programs incident thereto. 3.City’s review and acceptance of a separate item as such will not indicate approval of theassembly in which the item functions. 4.City’s review and acceptance of a Submittal will not relieve Contractor fromresponsibility for any variation from the requirements of the Contract Documents unlessContractor has complied with the requirements of Section 01 33 00 of the General 00 72 00 GENERAL CONDITIONS Page 34 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 Requirements, and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. 5.City’s review and acceptance of a Submittal will not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.City’s review and acceptance of a Submittal, or of a variation from the requirements ofthe Contract Documents, will not, under any circumstances, change the Contract Time orContract Price, unless such changes are included in a Change Order. 7.Neither City’s receipt, review, or acceptance of a Submittal will result in such itembecoming a Contract Document. 8.Contractor shall perform the Work in compliance with the requirements andcommitments set forth in accepted Submittals, subject to the provisions of Section 01 33 00 of the General Requirements. 7.19 Continuing the Work A.Except as otherwise provided, Contractor shall carry on the Work and adhere to the ProjectSchedule 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 Contractormay otherwise agree in writing. 7.20 Contractor’s General Warranty and Guarantee A.Contractor warrants and guarantees to City that all Work will be in accordance with theContract Documents and will not be defective. City and its officers, elected and appointedofficials, directors, members, partners, employees, agents, consultants, and subcontractorsshall be entitled to rely on Contractor’s warranty and guarantee. B.Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1.abuse, or improper modification, maintenance, or operation, by persons other thanContractor, Subcontractors, Suppliers, or any other individual or entity for whomContractor 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 ContractDocuments is absolute. None of the following will constitute an acceptance of Work that isnot in accordance with the Contract Documents, a release of Contractor’s obligation toperform the Work in accordance with the Contract Documents, or a release of Contractor’swarranty and guarantee under this Paragraph 7.20: 1.Observations by Engineer or City; 2.Recommendation by Engineer or payment by City of any progress or final payment; 3.The issuance of a letter or certificate of Final Acceptance by City or any payment relatedthereto 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; 00 72 00 GENERAL CONDITIONS Page 35 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 6.Any inspection, test, or acceptance 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 toother work or property resulting therefrom which shall appear within a period of two (2) yearsfrom the date of Final Acceptance of the Work unless a longer period is specified. Contractorshall furnish a good and sufficient maintenance bond, complying with the requirements ofParagraph 6.02.B. The City will give notice of observed defects with reasonable promptness. 7.21 Indemnification A.CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY, HOLDHARMLESS, AND DEFEND, AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS,ELECTED AND APPOINTED OFFICIALS, EMPLOYEES, AGENTS,CONSULTANTS AND SUBCONTRACTORS AND ANYONE DIRECTLY ORINDIRECTLY EMPLOYED BY THEM , FROM AND AGAINST ANY AND ALLCLAIMS FOR PERSONAL OR BODILY INJURY OR DEATH, ARISING OUT OFOR RELATED TO, OR ALLEGED TO ARISE OUT OF OR BE RELATED TO, THEWORK AND SERVICES TO BE PERFORMED BY THE CONTRACTOR, ITSOFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES ORINVITEES UNDER THESE CONTRACT DOCUMENTS. THIS INDEMNIFICATIONPROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVEEVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGESBEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT,OMISSION OR NEGLIGENCE OF THE CITY. OR ITS OFFICERS, ELECTED ORAPPOINTED OFFICIALS, EMPLOYEES, AGENTS, CONSULTANTS ORSUBCONTRACTORS OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BYTHEM. THIS INDEMNITY PROVISION IS INTENDED TO INCLUDE, WITHOUTLIMITATION, INDEMNITY FOR COSTS, EXPENSES AND LEGAL FEESINCURRED IN DEFENDING AGAINST SUCH CLAIMS AND CAUSES OFACTIONS. B.CONTRACTOR COVENANTS AND AGREES TO INDEMNIFY AND HOLD HARMLESS, AT ITS OWN EXPENSE, THE CITY, ITS OFFICERS, ELECTED ANDAPPOINTED OFFICIALS, EMPLOYEES, AGENTS, CONSULTANTS ANDSUBCONTRACTORS AND ANYONE DIRECTLY OR INDIRECTLY EMPLOYEDBY THEM FROM AND AGAINST ANY AND ALL LOSS, DAMAGE ORDESTRUCTION OF PROPERTY OF THE CITY, ARISING OUT OF OR RELATEDTO, OR ALLEGED TO ARISE OUT OF OR BE RELATED TO, THE WORK ANDSERVICES TO BE PERFORMED BY THE CONTRACTOR, ITS OFFICERS,AGENTS, EMPLOYEES, SUBCONTRACTORS, LICENSEES OR INVITEESUNDER THIS CONTRACT. THIS INDEMNIFICATION PROVISION ISSPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT ISALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEINGSOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION ORNEGLIGENCE OF THE CITY OR ITS OFFICERS, ELECTED OR APPOINTEDOFFICIALS, EMPLOYEES, AGENTS, CONSULTANTS OR SUBCONTRACTORSOR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY THEM. 00 72 00 GENERAL CONDITIONS Page 36 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 7.22 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 pursuant to the professional standard of care by a properly licensed design professional, whose signature and seal must appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such design professional. Such design professional must issue all certifications of design required by Laws and Regulations. C. If a Submittal related to the requirements indicated in Paragraph 7.22.B is prepared by Contractor, a Subcontractor, or others for submittal to City, then such Submittal must bear the written approval of Contractor’s design professional when submitted by Contractor to City. D. City shall be entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, and approvals performed or provided by the design professionals retained or employed by Contractor under the conditions indicated in Paragraph 7.22.B, subject to the professional standard of care and the performance and design criteria stated in the Contract Documents. E. Pursuant to this Paragraph 7.22, City’s review, acceptance, and other determinations regarding design drawings, calculations, specifications, certifications, and other Submittals furnished by Contractor pursuant to the conditions indicated in Paragraph 7.22.B, will be only for the following limited purposes: 1. Checking for conformance with the requirements of this Paragraph 7.22; 2. Confirming that Contractor (through its design professionals) has used the performance and design criteria specified in the Contract Documents; and 3. Establishing that the design furnished by Contractor is consistent with the design concept expressed in the Contract Documents. 7.23 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 during the term of the Contract and for 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 made available, in Denton County, Texas within ten (10) Business Days of City’s 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 Denton County, Texas. Except as otherwise provided herein, the cost of the audit will be borne by the City 00 72 00 GENERAL CONDITIONS Page 37 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 unless the audit reveals an overpayment of 1% or greater. If the City is undertaking an audit or inspection pursuant to Paragraph 7.09 or if an overpayment of 1% or greater occurs, the City’s reasonable cost of the audit, including any travel costs, must be paid by the Contractor within five (5) Business Days of receipt of City’s invoice for such costs. B.Failure to comply with the provisions of this section shall be a material breach of the Contractand 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 beconstrued to include drafts and electronic files, even if such drafts or electronic files aresubsequently used to generate or prepare a final printed document. 7.24 Nondiscrimination A.The City is responsible for operating Public Transportation Programs and implementingtransit-related projects, 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 nationalorigin. B.Contractor shall comply with the requirements of Title VI, Civil Rights Act of 1964 as amendedand the regulations promulgated thereunder, as may be further defined in the SupplementaryConditions, for any project receiving Federal assistance. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A.In addition to and apart from the Work under the Contract Documents, the City may perform other work at or adjacent to the Site. Such other work may be performed by City’s employees,or through contracts between the City and third parties. City may also arrange to have third-party utility owners perform work on their utilities and facilities at or adjacent to the Site. B.If City performs other work at or adjacent to the Site with City’s employees, or throughcontracts for such other work, then City shall give Contractor written notice thereof prior tostarting any such other work, if such other work is not noted in the Contract Documents. C.Contractor shall afford proper and safe access to the Site to each contractor that performs suchother work, each utility owner performing other work, and City, if City is performing otherwork with City’s employees, and provide a reasonable opportunity for the introduction andstorage of materials and equipment and the execution of such other work. D.Contractor shall do all cutting, fitting, and patching of the Work that may be required toproperly connect or otherwise make its several parts come together and properly integrate withsuch other work. Contractor shall not endanger any work of others by cutting, excavating, orotherwise altering such work; provided, however, that Contractor may cut or alter others' workwith the written consent of City and the others whose work will be affected. E.If the proper execution or results of any part of Contractor’s Work depends upon workperformed by others, Contractor shall inspect such other work and promptly report to City inwriting any delays, defects, or deficiencies in such other work that render it unavailable orunsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure toso report will constitute an acceptance of such other work as fit and proper for integration with 00 72 00 GENERAL CONDITIONS Page 38 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 Contractor’s Work except for latent defects and deficiencies in such other work that could not have been discovered through a proper inspection. F.The provisions of this Article 8 are not applicable to work that is performed by third-party utilities or other third-party entities without a contract with City, or that is performed withouthaving been arranged by City. If such work occurs, then any related delay, disruption, orinterference incurred by Contractor is governed by the provisions of Paragraph 4.03.D.3. 8.02 Coordination A.If City intends to contract with others for the performance of other work at or adjacent to theSite, to perform other work at or adjacent to the Site with City’s employees, or to arrange tohave utility owners perform work at or adjacent to the Site, the following will be set forth in the Supplementary Conditions or provided to Contractor prior to the start of any such otherwork: 1.The identity of the individual or entity that will have authority and responsibility forcoordination of the activities among the various contractors; 2.An itemization of the specific matters to be covered by such authority and responsibility;and 3.The extent of such authority and responsibilities. B.Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. 8.03 Legal Relationships A.Contractor shall take reasonable and customary measures to avoid damaging, delaying,disrupting, or interfering with the work of City, any other contractor, or any utility owner performing other work at or adjacent to the Site. 1.When City is performing other work at or adjacent to the Site with City’s employees,Contractor shall be liable to City for damage to such other work, and for the reasonabledirect delay, disruption, and interference costs incurred by City as a result of Contractor’sfailure to take reasonable and customary measures with respect to City’s other work. B.If Contractor damages, delays, disrupts, or interferes with the work of any other contractor, orany utility owner performing other work at or adjacent to the Site, through Contractor’s failure to take reasonable and customary measures to avoid such impacts, or if any Damage Claimarising out of Contractor’s actions, inactions, or negligence in performance of the Work at oradjacent to the Site is made by any such other contractor or utility owner against Contractor, City, or Engineer, then Contractor shall (1) promptly attempt to settle the claim as to all partiesthrough negotiations with such other contractor or utility owner, or otherwise resolve the claimby arbitration or other dispute resolution proceeding or at law, and (2) indemnify, defend and hold harmless City and Engineer, and the officers, elected and appointed officials, directors,members, partners, employees, agents, consultants and subcontractors of each and any of themfrom and against any such claims, and against all costs, losses, and damages (including butnot limited to all fees and charges of engineers, architects, attorneys, and other professionalsand all court or arbitration or other dispute resolution costs) arising out of or relating to suchdamage, delay, disruption, or interference. 00 72 00 GENERAL CONDITIONS Page 39 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 9 – CITY’S RESPONSIBILITIES 9.01 Communications to Contractor A. Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 9.02 Furnish Data A. City shall promptly furnish the data required of City under the Contract Documents. 9.03 Pay When Due A. City shall make payments to Contractor when they are due in accordance with and subject to the provisions of Article 14. 9.04 Lands and Easements; Reports, Tests, and Drawings A. City’s duties with respect to providing lands and easements are set forth in Paragraph 5.01. B. Article 5 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions at the Site, 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. 9.05 Change Orders A. City’s responsibilities with respect to Change Orders are set forth in Article 11. 9.06 Inspections, Tests, and Approvals A. City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.02.DD. 9.07 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. 9.08 Undisclosed Hazardous Environmental Condition A. City’s responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 5.06. 9.09 Compliance with Safety Program A. 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 in advance in writing pursuant to Paragraph 7.15. 00 72 00 GENERAL CONDITIONS Page 40 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 10 – CITY’S OBSERVATION DURING CONSTRUCTION 10.01 City’s Project Manager or Duly Authorized Representative A.City will provide a Project Manager or duly authorized representative during the constructionperiod. The duties and responsibilities and the limitations of authority of City’s ProjectManager or duly appointed representative during construction are set forth in the ContractDocuments. B.City’s Project Manager for these Contract Documents is as set forth in the SupplementaryConditions. City will establish a duly authorized representative at the Preconstruction Meetingin accordance with Section 01 31 19 of the General Requirements. 10.02 Visits to Site A.City will make visits to the Site at intervals appropriate to the various stages of constructionas 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 duringsuch visits and observations, City will determine, in general, if the Work is proceeding inaccordance 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 effortswill 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 City’s responsibility set forthin Paragraph 99.07. Particularly, but without limitation, during or as a result of City’s visits orobservations 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 proceduresof construction, or the safety precautions and programs incident thereto, or for any failure ofContractor to comply with Laws and Regulations applicable to the performance of the Work. 10.03 Determinations for Work Performed A.As applicable, Contractor will determine the actual quantities and classifications of Workperformed.. City’s Project Manager or duly authorized representative will review withContractor the preliminary determinations on such matters before rendering a writtenrecommendation. City’s written decision will be final (except as modified to reflect changedfactual conditions or more accurate data). 10.04 Decisions on Requirements of Contract Documents and Acceptability of Work A.City will be the interpreter of the requirements of the Contract Documents and judge 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, subjectto the provisions of Paragraph 11.07. 00 72 00 GENERAL CONDITIONS Page 41 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 11 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK 11.01 Amending and Supplementing the Contract A.The Contract may be amended toto provide for additions, deletions, and revisions in the Workor to modify the terms and conditions thereof, including in the Contract Price or ContractTime, but such amendment will be made by Change Order only. B.The requirements of the Contract Documents may be supplemented, and minor variations anddeviations in the Work not involving a change in Contract Price or Contract Time, may beauthorized, by one of the following ways: 1.A Field Order; or 2.City’s review of a Submittal (subject to the provisions of Paragraph 7.18.C); or 3.City’s written interpretation or clarification. 11.02 Execution of Change Orders A.City and Contractor shall execute appropriate Change Orders covering: 1.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.. 2.Changes in the Work which are: (a) ordered by City pursuant to Paragraph 11.04,(b)required because of City’s acceptance of defective Work under Paragraph 13.05 orCity’s correction of defective Work under Paragraph 13.08, or (c) as otherwise agreed toby the parties. 11.03 Field Orders A.City may authorize minor variations and deviations in changes in the Work if the changes donot 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 ContractDocuments. Such changes will be accomplished by a Field Order and will be binding on boththe City and Contractor, which shall perform the Work involved promptly. 11.04 Authorized Changes in the Work – Extra Work A.Without invalidating the Contract and without notice to any surety, City may, at any time orfrom time to time, order Extra Work. Upon notice of such Extra Work, Contractor shallproceed with the Work involved only upon receiving written notice from City. Extra Workwill be performed under the applicable conditions of the Contract Documents (except asotherwise specifically provided). Extra Work shall be memorialized by a Change Order whichmay 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 FieldOrder may be issued by City. 11.05 Unauthorized Changes in the Work A.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 00 72 00 GENERAL CONDITIONS Page 42 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 Documents, as amended, modified, or supplemented as allowed herein, except in certain cases of an emergency as provided in Paragraph 7.17.A. 11.06 Dispute of Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment for such Extra Work, and the City requires its performance, the Contractor shall proceed with the Extra Work after making written request for a Change Order and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 11.07. B. The Contractor shall furnish the City such 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 work performed. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be the full, complete and final payment for all charges, fees and costs Contractor incurs as a result of or relating to the Extra Work, whether said charges, fees or costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any charges, fees or costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the Extra Work. 11.07 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.08, 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 no later than 45 days after the start of the event giving rise thereto (unless the City notifies Contractor in writing that City will allow 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 11.08. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 11.09. 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. 00 72 00 GENERAL CONDITIONS Page 43 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 6.The City shall submit any response to the Contractor within 30 days after receipt of theContractor’s last submittal (unless in connection with the Contract Claim (unlessContractor allows the City additional time to submit a response). C.City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor unless action by City’s Council is required, take one of thefollowing 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’ssole discretion, it would be inappropriate for the City to do so. For purposes of furtherresolution of the Contract Claim, such notice shall be deemed a denial. D.City’s written action under this Paragraph 11.07 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days ofsuch action or denial. E.No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if notsubmitted in accordance with this Paragraph 11.07. F.If the City fails to take any action pursuant to this Paragraph 11.07, the Contract Claim isconsidered to have been denied by the City. 11.08 Change of Contract Price A.The Contract Price may only be changed by a Change Order. B.TheThe 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,then by application of such unit prices to the quantities of the items involved (subject tothe provisions of Paragraph 12.03); 2.Where the Work involved is not covered by unit prices contained in the ContractDocuments, then by a mutually agreed lump sum or unit price (which may include anallowance for overhead and profit not necessarily in accordance with Paragraph 11.08.C.2), and shall include the cost of any secondary impacts that areforeseeable 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 ContractDocuments and the parties do not reach mutual agreement to a lump sum or unit price, then on the basis of the Cost of the Work (determined as provided in Paragraph 12.01)plus a Contractor’s fee for overhead and profit (determined as provided inParagraph 11.08.C). C.Contractor’s Fee: The Contractor’s fee for overhead and profit will 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 thevarious portions of the Cost of the Work: 00 72 00 GENERAL CONDITIONS Page 44 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 a.For costs incurred under Paragraphs 12.01.B.1, 12.01.B.2, and 12.01.B.3, theContractor’s fee will be 15 percent except for: 1)rental fees for Contractor’s own equipment; and 2)bonds and insurance; b.For costs incurred under Paragraph 12.01.B.4, the Contractor’s fee will be 5 percent; 1)Where one or more tiers of subcontracts are on the basis of Cost of the Workplus a fee and no fixed fee is agreed upon, the intent of Paragraphs 11.08.C.2.aand 11.08.C.2.b is that the Contractor’s fee will be based on: (1) a fee of 15 percent of the costs incurred under Paragraphs 12.01.B.1, 12.01.B.2, and12.01.B.3 by the Subcontractor that actually performs the Work, at whatevertier, and (2) with respect to Contractor itself and to any Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work, a fee of5 percent of the amount (fee plus underlying costs incurred) attributable to thenext lower tier Subcontractor; provided, however, in no case shall the cumulative total of fees paid be in excess of 25% of the Cost of the Work; c.No fee will be payable on the basis of costs itemized under Paragraphs 12.01.B.5,12.01.B.6, and 12.01.C; d.The amount of credit to be allowed by Contractor to City for any change which results in a net decrease in Cost of the Work will be the amount of the actual netdecrease in Cost of the Work and a deduction of an additional amount equal to5 percent of such actual net decrease in Cost of the Work; and 11.09 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 under a Change Order for Extra Work orfor claimed delay unless the Extra Work contemplated or claimed delay is shown to be on thecritical path of the Project Schedule or Contractor can show by critical path method analysishow the Extra Work or claimed delay adversely affects the critical path. C.Delay, disruption, and interference in the Work, and any related changes in Contract Time, areaddressed in and governed by Paragraph 4.03. 11.10 Notification to Surety A.If the provisions of any bond require notice to be given to a surety of any change affecting thegeneral scope of the Work or the provisions of the Contract Documents (including, but notlimited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’sresponsibility. The amount of each applicable bond will be adjusted by the Contractor to reflectthe effect of any such change. 00 72 00 GENERAL CONDITIONS Page 45 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 ARTICLE 12 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 12.01 Cost of the Work A.Purposes for Determination of Cost of the Work: The term “Cost of the Work” means the sumof all costs necessary for the proper performance of the Work at issue, as further definedbelow. The provisions of this Paragraph 12.01 are used for two distinct purposes: 1.To determine Cost of the Work when Cost of the Work is a component of the ContractPrice, under cost-plus-fee, time-and-materials, or other cost-based terms; or 2.When needed to determine the value of a Change Order. When the value of any suchadjustment is determined on the basis of Cost of the Work, Contractor is entitled only tothose additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment. B.Costs Included: The term, “Cost of the Work” means the sum of all costs, except thoseexcluded in Paragraph 12.01.C, necessarily incurred and paid by Contractor in the properperformance of the Work. When the value of any Work is covered by a Change Order, the costs reimbursed to Contractor will be only those additional or incremental costs requiredbecause of the change in the Work. Such costs shall be in amounts no higher than those calculated based on the prevailing wage rates contained in the Contract Documents, shall notinclude any of the costs itemized in Paragraph 12.01.C, and may include as applicable, but notbe 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. Suchemployees shall include, without limitation, superintendents, foremen, safety managers,safety representatives, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work will be apportioned on the basis oftheir time spent on the Work. Payroll costs shall include, salaries and wages plus the costof fringe benefits, which include social security contributions, unemployment, excise,and payroll taxes, workers’ compensation, health and retirement benefits, sick leave, andvacation and holiday pay applicable thereto. The expenses of performing Work outsideof regular working hours on Business Days, during Weekend Working Hours, or on astate or federal holiday observed by the City, shall be included in the above to the extentauthorized 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 inconnection therewith. 3.Rentals of all construction equipment and machinery and the parts thereof, whether rentedfrom Contractor or others, in accordance with rental agreements approved in writing byCity, and the costs of transportation, loading, unloading, assembly, dismantling, andremoval thereof. All such costs shall be in accordance with the terms of said rental agreements. and the Contract Documents. The rental of any such equipment, machinery,or parts shall cease when the use thereof is no longer necessary for the Work. 00 72 00 GENERAL CONDITIONS Page 46 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 4.Payments made by Contractor to Subcontractors for Work performed by Subcontractors.If required by City, Contractor shall obtain competitive bids from subcontractorsacceptable to City . Contractor shall deliver such bids to City, which will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractoris to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of theWork and fee will be determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 12.01 and Paragraph 11.08.C. 5.Costs of special consultants (including but not limited to engineers, architects, testinglaboratories, surveyors, attorneys, and accountants) employed or retained for services specifically related to the Work and specifically included in the agreed upon schedule ofjob classifications referred to in Paragraph 12.01.B.1 or otherwise specifically includedin the Contract. 6.Supplemental costs consisting of 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, and temporary office or facilities at the Site,which are consumed in the performance of the Work, and cost, less market value, ofsuch 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 whichContractor is liable, as imposed by Laws and Regulations, excluding those taxes forwhich an exemption is available as described in Paragraph 7.12. d.Deposits lost for causes other than the negligence or willful misconduct ofContractor, 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 forpermits 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 withthe performance of the Work, provided such losses and damages have resulted fromcauses other than the negligence or willful misconduct of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or forwhose acts any of them may be liable. Such losses include settlements made withthe written consent and approval of CityCity. No such losses, damages, and expenses will be included in the Cost of the Work for the purpose of determining Contractor’sfee. f.The cost of utilities, fuel, and sanitary facilities at the Site. g.Minor expenses such as communication service 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 that Contractor is required by theContract Documents to purchase and maintain. C.Costs Excluded: The term Cost of the Work does not include any of the following items: 00 72 00 GENERAL CONDITIONS Page 47 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 1.Payroll costs and other compensation of Contractor’s officers, executives, principals,general managers, engineers, architects, estimators, attorneys, auditors, accountants,purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch officefor general administration of the Work and not specifically included in the agreed uponschedule of job classifications referred to in Paragraph 12.01.B.1 or otherwise specifically covered in the Contract. The payroll costs and other compensation excludedhere 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 capitalemployed for the Work and charges against Contractor for delinquent payments. 4.Costs due to the acts, omissions, negligence or willful misconduct of Contractor, anySubcontractor, or anyone directly or indirectly employed by any of them or for whoseacts any of them may be liable, including but not limited to, the correction of defectiveWork, disposal of materials or equipment wrongly supplied, and making good anydamage to property. 5.Other overhead or general expense costs of any kind. D.Contractor’s Fee 1.When the Work as a whole is performed on the basis of cost-plus-a-fee, then: a.Contractor’s fee for the Work set forth in the Contract Documents as of the Effective Date of the Agreement will be determined as set forth in the Contract. b.for any Work covered by a Change Order for an adjustment in Contract Price on the basis of Cost of the Work, Contractor’s fee will be determined as set forth in Paragraph 11.08.C. 2.When the Work as a whole is performed on the basis of a stipulated sum, or any other basis other than cost-plus-a-fee, then Contractor’s fee for any Work covered by a Change Order for an adjustment in Contract Price on the basis of Cost of the Work will be determined in accordance with Paragraph 11.08.C.2. DI.Documentation and Audit: Whenever the Cost of the Work for any purpose is to be determined pursuant to this Article 12, Contractor and pertinent Subcontractors will establish and maintain records of the costs in accordance with generally accepted accounting practices, and submit in a form acceptable to City an itemized cost breakdown together with supporting data. Subject to prior written notice, City will be afforded reasonable access, during normal business hours, to all Contractor’s accounts, records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and Contractor’s fee. Contractor shall preserve all such documents for a period of three years after the final payment by City. Contractor will be responsible for ensuring that pertinent Subcontractors will afford such access to City, and preserve such documents, to the same extent as is required of Contractor. 00 72 00 GENERAL CONDITIONS Page 48 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 12.02 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: Contractor agrees that: 1. 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 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances, have been included in the Contract Price and not in the allowances, and no demand for additional payment for 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 for Work covered by allowances, and the Contract Price will be correspondingly adjusted. 12.03 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 multiplied by 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 City subject to the provisions of Paragraph 10.03. 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. Adjustments in Contract Price 1. City may make an adjustment in the Contract Price in accordance with Paragraph 11.08 if: a. the quantity of the item of Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and b. there is no corresponding adjustment with respect to any other item of Work. 2. Adjusted unit prices will apply to all units of that item. 00 72 00 GENERAL CONDITIONS Page 49 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 11.04. 1. If the changes in quantities or the alterations do not significantly change the character of the 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 materially and significantly change the character of the Work, the Contract will be amended by a Change Order. 3. If no unit prices exist, thisany increase or decrease in quantities will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 11. 4. A significant change in the character of Work occurs when: a. the character of work for any Item as altered differs materially or significantly 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. 12.04 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 term of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised in accordance with the Contract. B. If the total actual quantity measured for an individual item 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 11. 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 identified in the approved change, and the 25% variance provisions of Paragraph 12.04.B 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. 00 72 00 GENERAL CONDITIONS Page 50 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Access to Work A. City and its Engineer, consultants, representatives, employees, and independent testing laboratories, and authorities having jurisdiction shall 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 with such procedures and programs as applicable. 13.02 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work (or specific parts thereof) for all required inspections and tests and shall cooperate with inspection and testing personnel to facilitate required inspections and tests. B. If the Contract Documents or any Laws and Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection, testing or approval, except that those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall will be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging, obtaining, and paying for all inspections, tests, re-tests, and approvals required: 1. by the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to City; 2. to attain City’s acceptance of materials or equipment to be incorporated in the Work; 3. by manufacturers of equipment furnished under the Contract Documents; 4. for testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; and 5. for acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections and tests will be performed by independent inspectors, testing laboratories, or other qualified individuals or entities 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; 00 72 00 GENERAL CONDITIONS Page 51 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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 13.02.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 the Contract Documents require the Work (or part thereof) to be approved by City or another designated individual or entity, then Contractor shall assume full responsibility for seeking and obtaining such approvals. F. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without the written approval of City, Contractor shall, if requested by City, uncover such Work for observation. Such uncovering and the recovering of such Work will be at Contractor’s expense. 13.03 Defective Work A. Contractor’s Obligation: It is Contractor’s obligation to assure that the Work is not defective. B. City’s Authority: City has the authority to determine whether Work is defective, and to reject defective Work. C. Notice of Defects: Written notice of all defective Work of which City has actual knowledge will be given to Contractor. D. Correction, or Removal and Replacement: Promptly after receipt of written notice of defective Work, Contractor shall correct all such defective Work, whether or not fabricated, installed, or completed, or, if City has rejected the defective Work, shall remove the defective Work from the Project and replace it with Work that is not defective. Failure to require the removal of any defective Work shall not constitute acceptance of such Work. E. Preservation of Warranties: When correcting defective Work, Contractor shall take no action that would void or otherwise impair City’s warranty and guarantee, if any, on said Work. F. Costs and Damages: In addition to its correction, removal, and replacement obligations with respect to defective Work, Contractor shall pay all claims, costs, losses, and damages arising out of or relating to defective Work, including but not limited to the cost of the inspection, testing, correction, removal, replacement, or reconstruction of such defective Work, fines levied against Contractor or City by governmental authorities because the Work is defective, and the costs of repair, replacement or reconstruction of work of others resulting from defective Work. 13.04 Rejecting Defective Work A. City will have authority to reject Work which City 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 00 72 00 GENERAL CONDITIONS Page 52 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 of the Work as provided in this Article 13, whether or not the Work is fabricated, installed, or completed. 13.05 Acceptance of Defective Work A. 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 arbitration 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 the Work so accepted. 13.06 Uncovering Work A. City has the authority to require additional inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. If any Work is covered contrary to the Contract Documents or specific instructions of City and if requested by City, Contractor shall uncover such Work for City’s observation, inspection or testing and then replace the covering, all at Contractor’s expense. C. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, then 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, and provide all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall be responsible for 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 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). City shall be entitled to accept defective Work in accordance with Paragraph 13.05 and in such case Contractor shall still be responsible for all costs associated with exposing, observing, and testing defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an extension of the Contract Time to the extent directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.07 City May Stop the Work A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or Contractor fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, then City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been corrected or eliminated; however, this right of City to stop the Work will 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 any employee or agent of, any of them. 00 72 00 GENERAL CONDITIONS Page 53 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 13.08 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 defective Work as required by City, 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, then City may, after providing 7 days’ advance written notice to Contractor, correct or remedy any such deficiency. B. 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 stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow CityCity, City’s representatives, agents and employees, and City’s other contractors access to the Site to enable City to exercise the rights and remedies under this Paragraph 13.08. 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 arbitration or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.08 will be the responsibility of and will be charged against Contractor. 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. Such claims, costs, losses and damages will include, but not be limited to, all costs of repair or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s defective Work. 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 by City of City’s rights and remedies under this Paragraph 13.08. ARTICLE 14 – PAYMENTS TO CONTRACTOR; COMPLETION; CORRECTION PERIOD 14.01 Progress Payments A. Basis for Progress Payments: The Schedule of Values established as provided in Paragraph 2.03 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments for Unit Price Work will be based on the number of units completed during the pay period, as determined under the provisions of Paragraph 12.03. Progress payments for cost-based Work will be based on Cost of the Work completed by Contractor during the pay period. B. 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 (but not more often than once a month), Contractor shall submit to City for review an Application for Payment 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. 00 72 00 GENERAL CONDITIONS Page 54 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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 must also be accompanied by: (a) bill of sale, invoice, or purchase order payments, copies of cancelled checks or other documentation establishing full payment by Contractor for the materials and equipment; (b) at City’s request, documentation warranting that City has received the materials and equipment free and clear of all Liens; and (c) evidence that the materials and equipment are covered by appropriate property 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 must include an affidavit of Contractor stating that all previous progress payments received on account of the Work by Contractor have been applied 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. C. Review of Applications 1. City will, after receipt of each Application for Payment, either indicate in writing it will proceed to process the Application for 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 based City’s actual knowledge: a. the Work has progressed to the point indicated; and b. the quality and/or quantity of the Work is generally in accordance with the Contract Documents (subject to any subsequent evaluations of the Work, an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests or inspections called for in the Contract Documents, a final determination of quantities and classifications for Unit Price Work under Paragraphs 10.05 and 12.03, and any other qualifications stated). 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; or b. there are no 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 hashas complied with Laws and Regulations applicable to Contractor’s performance of the Work. 4. City may refuse to process or pay the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and 00 72 00 GENERAL CONDITIONS Page 55 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 may 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. there are 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 in accordance with Paragraph 1313.08, or has accepted defective Work pursuant to Paragraph 13.05; e. City has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; or f. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents. D. Retainage: 1. For all contracts, retainage shall be five percent (5%). E. 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 paid by the Contractor to the City, not as a penalty, but as liquidated damages suffered by the City. If feasible, the parties may agree to have the liquidated damages deducted from any amounts owned to Contractor by City instead of being paid directly to City by Contractor. F. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. G. Reduction in Payment 1. City may refuse to make payment of the of the amount requested because: a. Claims have been made against City based on Contractor’s performance or furnishing of the Work, or City has incurred costs, losses, or damages resulting from Contractor’s performance or furnishing of the Work, including but not limited to claims, costs, losses, or damages from workplace injuries, adjacent property damage, non-compliance with Laws and Regulations, or patent infringement; b. Contractor has failed to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site; c. Contractor has failed to provide and maintain required bonds or insurance; d. City has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; e. City has incurred extra charges or engineering costs related to submittal reviews, evaluations of proposed substitutes, tests and inspections, or return visits to manufacturing or assembly facilities; f. The Work is defective, requiring correction or replacement; 00 72 00 GENERAL CONDITIONS Page 56 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 g. City has been required to correct defective Work in accordance with Paragraph 13.08, or has accepted defective Work pursuant to Paragraph 13.05; h. The Contract Price has been reduced by Change Orders; i. An event has occurred that would constitute a default by Contractor and therefore justify a termination for cause; j. Liquidated or other damages have accrued as a result of Contractor’s failure to achieve Milestones or Final Acceptance of the Work; k. 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; l. Other items entitle City to a set-off against the payment amount requested; or m. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and promptly 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, within a reasonable time after Contractor remedies the reasons for such action to the satisfaction of City and City has confirmed such action. 14.02 Contractor’s Warranty of Title A. 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. 14.03 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 of any such part of the Work which City determines to be ready for its intended use. In addition, City may request in writing that Contractor permit City to use or occupy any such part of the Work that City believes to be substantially complete, subject to the following conditions: 1. At any time, Contractor may notify City 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 14.03, 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 by City will not constitute Final Acceptance by City. 00 72 00 GENERAL CONDITIONS Page 57 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 14.04 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. 14.05 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any and all Work in accordance with the Contract Documents, including any corrections or additional Work identified in the Final Inspection and delivery of all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurances, certificates of inspection, annotated record documents and other required documents in accordance with the Contract Documents, City will issue to Contractor a letter of Final Acceptance. 14.06 Final Payment A. Application for Payment 1. Upon receipt of a letter of Final Acceptance from City, Contractor may make application for Final Payment following the procedures for requesting payments in accordance with the Contract Documents. 2. The final Application for Payment must 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 6.03; b. consent of the surety, if any, to final payment; c. satisfactory evidence that all title issues have been resolved such that title to all Work, materials, and equipment has passed to City free and clear of any Liens or other title defects or will so pass upon final payment. d. a list of all Contract Claims or Damage Claims against City that Contractor believes are unsettled; and e. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of the Work, and of Liens filed in connection with the Work. B. Payment Becomes Due: The final payment requested by Contractor, less previous payments made and less any sum to which City is entitled, including but not limited to liquidated damages, will become due and payable: 1. After City’s acceptance of the Application for Payment and accompanying documentation; and 00 72 00 GENERAL CONDITIONS Page 58 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 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. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract that continue thereafter. 14.07 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 14.01.D, and if bonds have been furnished as required in Paragraph 6.02, 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 governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. If the Contract provides for separate establishment and maintenance periods and/or 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. 14.08 Waiver of Claims A. The acceptance of final payment will constitute a waiver and release by Contractor of all claims, rights, causes of action, or liabilities, including Contract Claims, against City arising out of, related to or under the Contract or for any act, omission or neglect of City. 14.09 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 Contract Documents) any Work has been found to be defective, or Contractor’s repair of any damages to the Site, adjacent areas, or areas made available for Contractor’s use by City has been found to be defective, then after receipt of City’s written notice of defect, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. correct the defective repairs to the Site or such adjacent areas, or areas made available for Contractor’s use by City; 2. correct such defective Work; 3. remove the defective Work from the Project and replace it with Work that is not defective, if the defective Work has been rejected by City, and 00 72 00 GENERAL CONDITIONS Page 59 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others, or to other land or areas resulting from the corrective measures. 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. Contractor shall pay all 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 correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others). 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 Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected, repaired or removed and replaced under this Paragraph 14.09, the correction period hereunder with respect to such Work may be extended for an additional period of one year after the end of the initial correction period. E. Contractor’s obligations under this paragraph are in addition to all other obligations and warranties. The provisions of this Paragraph 14.09 are not to be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 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. City may fix the date on which Work will be resumed in such notice, and Contractor shall resume the Work on the date so fixed. During a 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; Contractor shall take every precaution to prevent damage or deterioration of the work performed; and Contractor shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving its 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 00 72 00 GENERAL CONDITIONS Page 60 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 equipment and no profit or overhead 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 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, or failure to adhere to the Project Schedule established under Paragraph 2.06 as adjusted from time to time pursuant to Paragraph 7.05); 2. Failure of Contractor to perform or otherwise to comply with a material term of the Contract; or 3. Contractor’s disregard of Laws and Regulations of any public body having jurisdiction; or 4. Contractor’s repeated disregard of the authority of City; 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 indication that the Contractor has become insolvent or bankrupt, or otherwise financially unable to perform 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 15.02.A occurs, 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. The conference shall be held not later than 15 days after receipt of notice. by both Contractor and surety. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the 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 the 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 stored at the Site 00 72 00 GENERAL CONDITIONS Page 61 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 or for which City has paid Contractor, but which are stored elsewhere, and 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 completed. If the unpaid balance of the Contract Price exceeds the cost to complete the Work, including all related claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals) sustained by City, such excess will be paid to Contractor. If the cost to complete the Work including such related claims, costs, losses, and damages exceeds 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 15.02, 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, elected or appointed officials, 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, counterclaim or offset 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 under the Contract or prescribed by law. C. Notwithstanding Paragraph 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, or any rights or remedies of City against Contractor or Surety. Any retention or payment of money 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 6.02, the termination procedures of that bond shall not supersede the provisions of this Article 15. 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, in whole or in part. Any termination shall be affected by giving notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Notice shall be deemed validly given if given in accordance with Paragraph 17.01.A. 00 72 00 GENERAL CONDITIONS Page 62 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 B. After a notice of termination, has been given, 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 the Contract that is in the possession of the Contractor and in which the City 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 in accordance with the Contract, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days after Contractor’s submission of the certified list to City pursuant to Paragraph 15.03.C, the City shall accept title to such items, subject to verification of the list by the City upon removal of the items or,. If the items are stored, then City shall have 45 days after submission of the list, to verify the list submitted and accept title to such items. 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 has been given, the Contractor shall submit hisits termination claim to the City in the form and with the certification prescribed by the City. Unless an extension request is made in writing within such 60-day period by the Contractor, and granted by the City, any and all such claims of Contractor that are not submitted to City within such 60-day period shall be conclusively deemed waived. F. Should a termination claim be timely submitted to the City, 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 00 72 00 GENERAL CONDITIONS Page 63 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 and profit on such Work calculated and determined in accordance with the Contract Documents; 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 calculated and determined in accordance with the Contract Documents; and 3. reasonable expenses directly attributable to reasonable and necessary wind-down and termination activities, without any overhead or profit. 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 submitted and available to it, the amount, if any, due to the Contractor by reason of the termination and City shall pay to the Contractor the amounts so determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of, related to or resulting from such termination. ARTICLE 16 – RESOLUTION OF DISPUTES 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 11.07 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 11.07.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 calendar days of filing of the request. C. The parties shall agree on a mediator; however, if they cannot agree within 14 calendar days then the Denton County Alternative Dispute Resolution Program (“DCAP”) shall appoint a mediator. The mediation session shall be held within 45 days of the retention of the mediator, and last for at least one full mediation day, before any party has the option to withdraw from the process. The parties may agree to continue the mediation process beyond one day, until there is a settlement agreement, or one party, or the mediator, states that there is no reason to continue because of an impasse that cannot be overcome and sends a “notice of termination of mediation.” All reasonable efforts will be made to complete the mediation within 30 days of the first mediation session. All costs of mediation shall be borne equally by the parties. D. All communications, both written and oral, during Phases A and B are confidential and shall be treated as settlement negotiations for purposes of applicable rules of evidence; however, documents generated in the ordinary course of business prior to the Dispute, that would otherwise be discoverable, do not become confidential simply because they are used in the Negotiation and/or Mediation process. E. The process shall be confidential based on terms acceptable to the mediator and/or mediation service provider. 00 72 00 GENERAL CONDITIONS Page 64 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 F. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 11.07.C or a denial pursuant to Paragraphs 11.07.C.3 or 11.07.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 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 as set forth within the Contract Documents. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract requires the giving of written notice, it will be deemed to have been validly given if delivered: 1. in person, by a commercial courier service or otherwise, if to City, to the duly authorized representative of City identified in the Contract Documents or to City’s Project Manager or, if to Contractor, to a member of the firm or to an officer of the corporation for whom it is intended; or 2. by registered or certified mail, postage prepaid, to the recipient’s place of business; or 3. by e-mail to the recipient. 17.02 Computation of Time A. When any period of time is referred to in the Contract 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 that is a state or federal holiday observed by the City, the next Business Day shall become the last day of the period. 17.03 Cumulative Remedies A. 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 and Regulations, in equity, by special warranty or guarantee, or by other provisions of the Contract. The provisions of this Paragraph 17.03 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. 17.04 Limitation of Damages A. With respect to any and all claims, disputes subject to final resolution, and other matters at issue, neither City, nor any of its officers, directors, elected or appointed officials, members, partners, employees, agents, consultants, or subcontractors, shall be liable to Contractor for any claims, costs, losses, or damages sustained by Contractor on or in connection with any other project or anticipated project. Further, the Contractor may only claim and the City may only be liable for those damages that are set forth in Subchapter I, Chapter 271 of the Texas 00 72 00 GENERAL CONDITIONS Page 65 of 65 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 20, 2020 Local Government Code and the City shall not be liable for any consequential damages, exemplary damages or damages for unabsorbed home office overhead. 17.05 No Waiver A. A party’s non-enforcement of any provision will not constitute a waiver of that provision, nor will it affect the enforceability of that provision or of the remainder of this Contract. B. The City has not waived its sovereign immunity except as expressly set forth in Subchapter I, Chapter 271 of the Texas Local Government Code or as expressly waived by other statute. 17.06 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract, as well as all continuing obligations indicated in the Contract, will survive final payment, completion, and Final Acceptance of the Work or termination of the Contract or of the services of Contractor. 17.07 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party to this Contract of any rights under or interests in the Contract will be binding on the other party without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract. 17.08 Successors and Assigns A. City and Contractor each binds itself, its successors, assigns, and legal representatives to the other party hereto, its successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 17.09 Governing Law A. The Contract shall be construed in accordance with the laws of the State of Texas without regard to conflicts of law principles. 17.10 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 1 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 73 01 SUPPLEMENTARY CONDITIONS - CSP TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-1.01 “Defined Terms” The following Terms listed in the General Conditions are modified as follows: Bid – See Proposal. Bidder – See Offeror. Bidding Documents – See Proposal Documents. Bidding Requirements – See Proposal Requirements. The following Terms are added to the General Conditions as follows: Competitive Sealed Proposals – A procurement method by which a governmental entity requests proposals, evaluates and ranks the Offerors, and negotiates a contract with a general contractor for the construction, rehabilitation, alteration, or repair of a facility. Daily Value – The City-determined value in dollars as indicated in the Proposal Form as the value of one Day for the purposes of determining the Incentive (if applicable) for Substantial Completion relative to the Contract Time and achievement of Substantial Completion. Offeror – The individual or entity that submits a Proposal directly to City. Proposal – The offer or proposal of an Offeror submitted in accordance with the requirements set forth in the Instructions to Offerors. Proposal Documents – The Proposal Requirements and the Proposed Contract Documents. 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 2 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 Proposal Requirements – The Advertisement or Invitation to Offerors, Instructions to Offerors, Offeror’s Bond or other Proposal security, if any, the Proposal Form, and the Proposal with any attachments. Substantial Completion – The completion of the Work necessary for the project to function as it was intended pursuant to the Contract Documents and as specified below, to the reasonable satisfaction of the City. The date of Substantial Completion shall be memorialized by written notice given by the City to the Contractor. SC-3.03 B.2, “Resolving Discrepancies” Plans govern over Specifications and Specifications shall govern over City standard details. SC-5.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for proposals. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-5.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-5.01A.2, “Availability of Lands” Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 3 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SC-5.03A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: Soil Testing and boring information are provided with this project manual. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: G3 – Site Plan/Existing conditions (Topography), G4 – Site Plan/Existing conditions (Aerial). SC-5.05 A., “Underground Facilities The following are additional resources for identification of Underground Facilities which are at or contiguous to the site of the Work, and which are not necessarily shown in the Drawings: None. SC-5.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmental conditions known to the City: None. SC-6.02, “Performance, Payment, and Maintenance Bonds” The “Contract Price” for Performance, Payment, and Maintenance Bonds will be the same as indicated in Article 3 as listed in the Agreement. SC-6.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: SCS Engineers (3) Other: None SC-6.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-6.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 6.04A. Workers' Compensation, under Paragraph GC-6.04A. STATE STATUTORY Employer's liability: Each accident $100,000.00 Disease - each employee $100,000.00 Disease - policy limit $500,000.00 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 4 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SC-6.04B., “Contractor’s Insurance” 6.04B. Commercial General Liability, under Paragraph GC-6.04B. Contractor's Liability Insurance under Paragraph GC-6.04B., which shall be on a per project basis covering the Contractor with minimum limits of: Each Occurrence (bodily injury and property damage) $1,000,000.00 General Aggregate $2,000,000.00 The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 6.04C., “Contractor’s Insurance” 6.04C. Automobile Liability, under Paragraph GC-6.04C. Contractor’s Liability Insurance under Paragraph GC-6.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. Bodily Injury: Each person $ 250,000.00 Each accident $ 500,000.00 Property Damage: Each accident $ 100,000.00 OR Combined single limit of $1,000,000.00 SC-6.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks, or perform work within 25 feet of the center line of tracks: None The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: None (2) Each Occurrence: None Required for this Contract X Not required for this Contract 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 5 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-7.08C., “Concerning Subcontractors and Suppliers” The following subcontractors shall be required to be utilized by the Contractor for specific portions of the Work as indicated below: Required Subcontractors SUBCONTRACTOR COMPANY NAME DESCRIPTION OF WORK TO BE PERFORMED None SC-7.11., “Permits and Utilities” SC-7.11A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. TCEQ MSW Permit No. 1590A. SC-7.11B. “City obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the City: None 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 6 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SC-7.11C. “Outstanding permits and licenses” The following is a list of known outstanding permits and/or licenses to be acquired, if any as of March 2021: 1. TCEQ MSW Permit No. 1590B. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION TCEQ MSW Permit No. 1590B. SC-8.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: None SC-9.01, “Communications to Contractor” Contractor to coordinate road crossings with Owner at least 48 hours prior to performing them. Contractor to coordinate various testing with Owner and Engineer as specified in Contract Documents. SC-10.01B., “City’s Project Manager” The City’s Project Manager for this Contract is Arturo Garcia, or his/her successor pursuant to written notification from the City Engineer. SC-13.02B., “Tests and Inspections” As required by Contract Documents. SC-14.01G, “Reduction in Payment” Add Paragraph 14.01G.3: 3. City may reduce payments to the Contractor, if the number of Days that have passed after the date listed on the Notice to Proceed exceeds the Contract Time for Substantial Completion. SC-16.01C.1, “Methods and Procedures” None. END OF SECTION 00 73 01 SUPPLEMENTARY CONDITIONS - CSP Page 7 of 7 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 Revision Log DATE NAME SUMMARY OF CHANGE 00 73 74 FORM 1295 - CERTIFICATE OF INTERESTED PARTIES - CSP Page 1 of 1 CITY OF DENTON CSP 7567 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 23, 2020 SECTION 00 73 74 FORM 1295 - CERTIFICATE OF INTERESTED PARTIES - CSP [Contractor: Replace this page with Form 1295 for this Contract, which can be obtained at www.ethics.state.tx.us] END OF SECTION Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 12/22/2017 FORM 1295CERTIFICATE OF INTERESTED PARTIES OFFICE USE ONLOFFICE USE ONLOFFICE USE ONLOFFICE USE ONLOFFICE USE ONLYYYYY 6 UNSWORN DECLARATION My name is _______________________________________________________, and my date of birth is _______________________________. My address is ________________________________________________, ___________________, _______, __________, ______________. (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in ___________________ County, State of ______________ , on the _______ day of _______________, 20______. (month) (year) Signature of authorized agent of contracting business entity(Declarant) ADD ADDITIONAL PAGES AS NECESSARY Name of Interested Party Nature of Interest (check applicable)City, State, Country (place of business)Controlling Intermediary 4 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. 2 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 5 Check only if there is NO Interested Party.Must file online at www.ethics.state.tx.us/File Technical Specifications City of Denton Municipal Landfill Perimeter LFG Header, Perimeter Road, and Water line Extension Table of Contents Section Description Page Division 01 - General Requirements 01010 Summary of Work 01010-1 to 01010-4 01025 Measurement and Payment 01025-1 to 01025-10 01052 Layout of Work and Surveys 01052-1 to 01052-2 01190 Health and Safety 01190-1 to 01190-6 01200 Construction Meetings and Schedules 01200-1 to 01200-4 01300 Submittals 01300-1 to 01300-3 01400 Quality Control and Quality Assurance 01400-1 to 01400-3 01500 Construction Facilities 01500-1 to 01500-5 01560 Environmental Protection and Special Controls 01560-1 to 01560-5 01600 Material and Equipment 01600-1 to 01600-3 01700 Contract Closeout 01700-1 to 01700-3 Division 02 – Site Work 02222 Excavating, Trenching, Backfilling, and Grading 02222-1 to 02222-12 02231 Aggregate 02231-1 to 02231-3 02270 Soil Erosion and Sediment Control 02270-1 to 02270-2 02271 Seed, Mulch, and Fertilizer 02271-1 to 02271-2 02272 Erosion Control Blankets 02272-1 to 02272-4 02740 Asphalt Pavement 02740-1 to 02740-3 02778 Non-woven Geotextile 02278-1 to 02278-4 Division 03 – Concrete 03150 Concrete Pavement 03150-1 to 03150-2 03200 Concrete Reinforcement 03200-1 to 03200-2 03330 Cast-in-place Concrete 03330-1 to 03330-4 Division 11 – Equipment 11200 Condensate Management System 11200-1 to 11200-3 Division 15 – Mechanical 15050 HDPE Pipe, Fittings, and Valves 15050-1 to 15050-7 15051 PVC Pipe, Fittings, and Valves 15051-1 to 15051-7 Attachment A – Soil Testing Results Revision 0 01010-1 SECTION 01010 SUMMARY OF WORK SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.1 SECTION INCLUDES A. This section includes the following information: 1. Project location, access, and hours of construction. 2. Scope of work. 3. Construction sequence. 4. Existing site conditions. 5. Access to Work. B. The individual technical specifications provided herein supplement the requirements specified in the Division 01 Specifications, General Information, Conditions, and Requirements. If the requirements of this section and the General Information, Conditions, and Requirements conflict, the Contractor shall adhere to the more stringent requirement as determined by the Owner and Engineer. C. The definitions, authorities, duties, and responsibilities below apply to the technical specifications provided herein: 1. Owner – City of Denton. 2. Contractor – A person, firm or corporation with whom the contract is made by the Owner. a. The Contractor shall become familiar with the project conditions. The Contractor is responsible for controlling all aspects of Work, including construction, the quality of materials, and construction on the jobsite according to the technical specifications. b. Quality Assurance inspections by the Engineer or CQA Consultant and visits by other representatives of the Owner shall not relieve the Contractor from complying with the requirements of the Contract. 3. Engineer – The term Engineer shall apply to consultants hired by the Owner (i.e. Stearns, Conrad and Schmidt Consulting Engineers, Inc. d/b/a SCS Engineers), who will perform inspections or provide guidance, information, or direction concerning the project. a. All work shall be done to the satisfaction of the Engineer. Engineer shall make decisions on all questions which arise as to quality and acceptability of materials furnished and work performed, rate of progress of the Work, interpretation of the construction plans and technical specifications, acceptable fulfillment of the contract, compensation, mutual rights between contractors under these specifications, and the suspension of Work. Engineer shall determine the amount and quality of the Work performed and materials furnished and Engineer’s decisions and estimates shall be final. Revision 0 01010-2 SECTION 01010 SUMMARY OF WORK 4. CQA Consultant – References to CQA Consultant throughout the technical specifications shall be defined as either the SCS Engineers or on-site CQA Technician who is a representative of the Engineer. a. The CQA Technician, designated by and acting under the direction of the Owner and/or Engineer, shall have the authority to inspect all work done and all materials furnished. Such inspection may extend to all or any part of the Work and to the preparation, fabrication or manufacture of the materials to be used. The CQA Technician is authorized to call to the attention of the Contractor any failure of the Work or materials to conform to the Construction Plans, Technical Specifications, and Contract Documents, and shall have the authority to reject materials until any situation at issue can be referred to and decided by the Engineer. These inspections are for assurance on behalf of the Owner and do not relieve the Contractor from the responsibility of controlling the quality of Work or materials furnished under this contract. b. The CQA Technician is not authorized to revoke, alter or waive any requirements of the construction plans and technical specifications. The CQA Technician shall not act as foreman, perform other duties for the Contractor, or interfere with the management of the Contractor's Work. Any advice that the CQA Technician may give the Contractor shall not be construed as binding the Owner/Engineer in any way nor waiving any of the terms of the Contract. 1.2 PROJECT LOCATION, ACCESS, AND HOURS OF CONSTRUCTION A. Project Location: The Landfill (may also referred to in the Contract Documents as Project Site) is the City of Denton Landfill (referred herein as Landfill), owned and operated by the City of Denton. The Landfill is located at 1527 S Mayhill Road, Denton, TX 76208 B. Access: Access to the Work areas for equipment and materials is via the Landfill’s existing site entrance, which is accessed from S. Mayhill Road. 1. The Contractor and their subcontractors, vendors, and suppliers shall not interfere with Landfill operations and shall obey traffic safety personnel and signs at all times. C. Contractor may perform Work between the hours of sunrise and sunset, Monday through Saturday. The landfill operating hours are 7:00 am to 4:00 pm, Monday through Saturday. Work outside these hours will have to be approved by Owner with at least a 48 hour notice. Contractor shall make appropriate arrangements for storage of any municipal solid waste (i.e. solid waste shall not be left uncovered overnight) excavated outside of the landfill’s operating hours. 1.3 SCOPE OF WORK A. General: The Work included in the contract consists of extension of an existing landfill gas collection system, perimeter road, and waterline, including but not limited to the following: 1. Installation of approximately 4,600 feet of 18-inch high-density polyethylene (HDPE) below-grade perimeter header from the existing termination, near the existing scales and scalehouse located on the southeast corner of Cell 5, to the existing blower/flare facility on the north side of Unit 0 of the landfill. 2. Installation of approximately 130 feet of 24-inch high-density polyethylene (HDPE) below-grade header pipe near the existing flare station for future LFG expansion. 3. Supply, installation, and testing of approximately 4,730-feet below-grade LFG header and valves (outside of waste), including installation of pipe stub-outs for future connections; Revision 0 01010-3 SECTION 01010 SUMMARY OF WORK 4. Supply, installation, and testing of approximately 4,730 feet of condensate management system, including supply and installation of condensate forcemain, air supply line and associated valves; fabrication and installation of five condensate sumps, supply and installation of pumps; and connection to existing condensate management system; 5. Installation of approximately 4,200 feet of either asphalt paved or reinforced Portland cement concrete paved perimeter road between existing wheel wash facility and the northeast corner of Cell 5. 6. Installation of approximately 2,400 feet of 6-inch polyvinylchloride (PVC) waterline/service between connection at existing wheel wash facility and relocated wheel wash facility. 7. Installation of approximately 1,100 feet of guardrail. 8. Demolition of existing wheel wash facility, including, but not limited to, removal of concrete, hauling of material, and abandoning of approximately 30-feet of non-potable water line. Contractor shall protect existing water line valve on the south side of the facility for future connection. 9. Installation of approximately 1,000 feet of 4” x 8” dual-contained HDPE leachate containment forcemain pipe. 10. Retrofitting existing 18” leachate sump and cleanout riser pipes at Cell 5 condensate sump to collect landfill gas. 11. Installation of drainage improvements, including, but not limited to, extension of existing double barreled 6’ x 6’ concrete box culvert to join it with an existing 5’ x 10’ box culvert, and installation of new double barreled 4’ x 5’ concrete box culvert. B. The Work is more fully detailed in the Technical Specifications and Construction Plans included herein. 1. The above description of the Work is for general information only, and does not limit the responsibility of the Contractor to accomplish the Work in strict accordance with the General Conditions of the contract, Construction Plans and these Technical Specifications. The Work is more fully detailed in the Technical Specifications and Construction Plans included herein. 2. Environmental Observations: The Work shall be performed in strict accordance with the applicable requirements of the state and local agencies having jurisdiction, and in accordance with the requirements of the General Conditions of the Contract and these Technical Specifications. 3. The Contractor shall note that other construction projects or operations may be occurring onsite. As such, Contractor shall use appropriate coordination concerning daily activities during construction to avoid interference with other Contractors or landfill operations. 1.4 CONSTRUCTION SEQUENCE, MEETINGS, AND SCHEDULE A. The Contractor shall provide a detailed construction schedule describing the construction sequence for the project, as described in Section 01200. The construction sequence detailed in the construction schedule shall be prepared to limit the interference with landfill operations, as approved by the Owner and Engineer. B. Meetings will be conducted between the Owner, Engineer and Contractor prior to commencement of construction and periodically throughout construction, as requested by the Owner or Engineer, as Revision 0 01010-4 SECTION 01010 SUMMARY OF WORK specified in Section 01200. The intent of these meetings is to review and discuss specification requirements for that particular sequence of construction. C. At least monthly or more often as requested by Owner or Engineer, the Contractor shall present an updated construction schedule outlining and detailing the equipment, personnel, and materials required, including source, transportation, handling, and placement of proposed materials. The Contractor shall cooperate fully and coordinate his activities with other activities and Owner’s staff to ensure adequate notification and suitable access for the Work. 1.5 EXISTING SITE CONDITIONS A. The Contractor is advised that the construction of this project at the Landfill will entail working in, on and adjacent to buried solid wastes, groundwater monitoring wells, gas monitoring probes, pre-subtitle D landfill slurry wall, power poles and transformer, stormwater culverts, channels, and pond. As buried organic materials decompose anaerobically, they generate landfill gas (LFG). This LFG (or biogas) normally consists of about 50 percent carbon dioxide (CO2), 50 percent methane (CH4) and other gases, depending on the composition of the buried materials. Occasionally hydrogen sulfide (H2S) or other toxic gases have been encountered at some landfills even though this Landfill was not classified as a hazardous waste disposal site. B. The Landfill is permitted for the disposal of "nonhazardous solid waste", including but not limited to, municipal solid waste resulting from or incidental to municipal, community, institutional, recreational, and construction and demolition activities; certain industrial solid wastes; and special wastes, in accordance with the landfill permit and municipal solid waste regulations. Notwithstanding the above, the Owner cannot guarantee that toxic or hazardous materials or vapors will not be encountered by the Contractor during the performance of the Work. C. The Contractor is further advised that the landfill has an existing LFG collection system, which includes but is not limited to, wellheads and other above-grade and below-grade LFG collection piping. 1.6 ACCESS TO WORK A. The authorized representatives of the following agencies will also have the right of access to inspect the Work covered by these Contract Documents during the performance of this Contract: 1. Owner and Owner’s representatives. 2. CQA Consultant 3. Texas Commission on Environmental Quality (TCEQ). 4. Other Local, State, and Federal Agencies. B. These inspections will be performed in the presence of the Owner, Engineer, and/or CQA Consultant. PART 2 – PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION Revision 0 01190-1 SECTION 01190 HEALTH AND SAFETY SECTION 01190 HEALTH AND SAFETY PART 1 - GENERAL 1.1 SECTION INCLUDES A. This section describes the site conditions, potential for hazards, and general requirements for health and safety of personnel involved in the execution of the Work. B. This section describes the general requirements for trench safety systems, and requires the inclusion of trench safety within the Health and Safety Plan required by the Contractor. C. General requirements for furnishing services of a Safety Monitor. D. This section requires that the Contractor submit a Health and Safety Plan prior to the commencement of Work. E. Earthwork in the vicinity of a LFG collection system. 1.2 RELATED SECTIONS A. General and Supplementary Information, Conditions, and Requirements B. Section 01010 – Summary of Work C. Section 01300 – Submittals D. Section 02222 – Excavating, Trenching, Backfilling, and Grading E. Section 01560 – Environmental Protection and Special Controls 1.3 SUBMITTALS A. Contractor shall prepare a Health and Safety Plan (H&S Plan) addressing worker safety during excavation, trenching, and backfill; and relocation of waste (if required). This H&S Plan shall be provided to Owner and Owner’s CQA Consultant within 14 days following award of the contract or prior to commencement of construction, whichever comes first. However, the Owner or Engineer will not be responsible for the adequacy of the H&S Plan in providing worker protection, or execution of the measures set forth in the Plan. This H&S Plan will also include trench safety, as specified herein. B. No measurement and payment will be made for work required in this Section. 1.4 DESCRIPTION OF WORK A. This section supplements the requirements specified in the General Conditions. If the requirements of this Section and General Conditions conflict, the Contractor shall adhere to the more stringent requirement as determined by the Owner and Engineer. B. The provisions of this Section are supplementary to other provisions specified elsewhere in the Contract Documents. Revision 0 01190-2 SECTION 01190 HEALTH AND SAFETY C. The Contractor should be familiar with the Safety Guidelines as prepared by the Solid Waste Association of North America (SWANA) National Landfill Gas Committee. Copies may be obtained by writing to SWANA, 8750 Georgia Avenue, Suite 140, Silver Spring, Maryland 20910, telephone number (800) 467-9262. Neither Owner nor Engineer make representation regarding the adequacy or completeness of these guidelines in addressing the issues associated with working in or near waste or landfills. D. Nothing in this Section shall preclude the Contractor from complying with the more stringent requirements of applicable Federal, State, County, or Owner rules and regulations. 1.5 HAZARDOUS SITE CONDITIONS A. The Contractor is advised that the construction of this project is being performed near buried wastes and refuse. As these buried materials decompose anaerobically, they will generate landfill gas (LFG), which normally consists of carbon dioxide (CO2), methane (CH4), and occasionally hydrogen sulfide (H2S) and other gases, depending on the composition of the buried materials. These gases usually vent to the atmosphere through the cover soil, but may migrate laterally over 1,000 feet to adjacent areas depending on site and weather conditions. B. The Site is a municipal solid waste landfill. Waste streams may include incidental hazardous substances, medical wastes, asbestos, and other hazards. Although most of the work will be performed outside of waste limits, care shall be taken in protecting workers from exposure to hazards, and executing the work using procedures that provide worker protection. 1.6 POTENTIAL FOR HAZARDS A. The following landfill and LFG related information is included to assist the Contractor in developing its Health and Safety Plan and is not intended to encompass all steps that may be necessary to protect the workers or to comply with applicable regulations. 1. Landfill gases usually vent to the atmosphere through the cover soils, but may migrate laterally to adjacent areas depending on site and weather conditions. 2. Landfill gases have the potential to create hazardous conditions if not controlled or recognized. Some of the hazards are: a. Fires may start spontaneously from exposed and/or decomposing refuse. b. Fires and explosions may occur from the presence of methane gas. Methane is explosive in approximate concentrations of 5 to 15 percent by volume in air. c. Landfill gases may cause an oxygen deficiency in underground trenches, vaults, conduits, and structures. d. Hydrogen sulfide, a highly toxic and flammable gas, or other toxic gas may be present. e. Possible caving of trenches and excavations when working over or in refuse fills. 3. Landfill materials (solids and liquids) have the potential to contain pathogens, fungus, viruses, infectious materials; sharp, puncturing, and cutting objects; and other hazards. Dust control during waste excavation is important to controlling dust-borne transmission of harmful elements. Preventing dermal contact with waste by workers, including preventing walking over or in exposed waste, also will reduce the risks of worker exposure. Dust control and worker exposure during excavation shall be addressed in the Health and Safety Plan. Revision 0 01190-3 SECTION 01190 HEALTH AND SAFETY 4. The landfill has an existing LFG collection system, which includes but is not limited to, wellheads and other above-grade and below-grade LFG piping in areas where the Contractor may be performing Work. 1.7 SAFETY PROGRAM AND PRECAUTIONS A. Supplemental to the Contractor's regular safety program, the Contractor shall develop and institute procedures to inform all workers and site visitors of the potential for the presence of methane and other landfill gases emanating from the natural decomposition of refuse buried at or near the job site and the importance of safety precautions to ensure the safety of workers and the public. The Contractor shall also instruct all workers and maintain strict control of construction activities to protect and maintain the integrity of the Work features as they are installed. B. In addition to conforming to the safety rules and regulations of governmental authorities having jurisdiction, the Contractor shall take the following precautionary measures: 1. Personnel, when in an open excavation or in the presence of landfill gas, shall be fully clothed with non-sparking cloth, wear shoes with non-metallic soles, and wear a hard hat and safety goggles or glasses. 2. Excavations and the workspace shall be monitored continuously in a manner satisfactory to the Safety Monitor for the presence of methane, hydrogen sulfide, and oxygen for the duration that personnel are in an excavation. a. All personnel shall have appropriate instruments (detector[s]) to test for oxygen deficiency and for the presence of methane gas and hydrogen sulfide gas during the performance of work when in an open excavation or in the presence of landfill gas. A personal gas monitor (such as Lumidor Safety Products PGM13, GasTech GX-82, GasTech Model 1641, or similar unit[s]) should be available for this purpose. b. Workers should immediately vacate an excavation if methane, hydrogen sulfide, or oxygen deficiency is detected therein, and shall not be permitted to re-enter the excavation unless satisfactory precautionary measures for a safe work environment are implemented. c. Workers shall not be permitted to enter a workspace where there is an oxygen deficiency or a combustible mixture of gases without appropriate protection. d. Positive fan-forced ventilation to dilute gas mixtures and avoid oxygen deficiency should be provided when work is necessary in any confined workspace. 3. Smoking shall be prohibited at all times on the landfill property. 4. In the event toxic gases are present at concentrations hazardous to the workers and the general public, the Contractor shall immediately evacuate all persons from the area until the area is determined safe by the Safety Monitor. 5. Soil shall be stockpiled adjacent to workspace in areas of exposed refuse for firefighting purposes. 6. The use of explosives or firearms shall not be permitted on the site.If refuse is exposed during construction activities, it shall be covered as soon as possible after exposure with at least a 6-inch layer of soil. In no event shall the refuse remain exposed overnight, unless otherwise approved by the Owner/Engineer and the Texas Commission on Environmental Quality (TCEQ). Revision 0 01190-4 SECTION 01190 HEALTH AND SAFETY 7. It is the Contractor’s responsibility to dispose of refuse uncovered during the trenching or excavation process and dispose of refuse at the working face of the active landfill (if encountered), as directed by the Owner. Refuse shall be disposed of each day. 8. Care shall be taken not to track waste outside of the Work area on construction equipment. 9. No welding shall be permitted in trenches, enclosed areas, or over refuse unless performed in areas of the site tested and approved by the Safety Monitor. 10. Combustion engine-powered construction equipment shall be equipped with vertical exhaust and spark arrestors. 11. Electric motors and controls utilized in excavation areas and in below ground workspaces shall be explosion-proof. 12. Workers shall not be allowed to work alone at any time in an excavation. Work parties of at least three workers shall be mandatory with one worker outside of the hazard area and another worker within hailing distance to assist in an emergency. 13. Inhalation of landfill gases shall be avoided. Such gases or oxygen-deficient air may cause nausea and dizziness, which could lead to accidents. Work upwind of the excavation where possible, unless the excavation is constantly monitored and declared safe by the Safety Monitor. 14. Workers shall avoid contact with exposed refuse, condensate, or leachate. 15. Fire extinguishers with a rating of at least A, B, and C shall be available at all times on the site. 16. Startup and shutdown of equipment shall be avoided in areas of exposed refuse. 17. Assembly of construction work shall be performed outside of trenches or excavations. Prefabricated items shall be lowered into excavations. Only final connections may be made within trenches with the necessary precautions stated. 1.8 TRENCH SAFETY A. Contractor’s Health and Safety Plan shall include trench safety systems required for the construction of all trench excavation for completion of Work, and including all additional excavation and backfill necessitated by the Work. A trench shall be defined as a narrow excavation (in relation to its length) made below the surface of the ground. 1. Trench safety systems shall include but are not limited to sloping, benching, sheeting, trench boxes or trench shields, sheet piling, cribbing, bracing, shoring, dewatering or diversion of water to provide adequate drainage. 2. The Contractor is responsible for obtaining borings and soil analyses, as required, for trench safety. 3. Any property damage, bodily injury or death that arises from use of the trench safety or from the Owner's failure to note exceptions to trench safety shall remain the sole responsibility of the Contractor. 4. No trenching in excess of 5 feet below existing grade will be allowed without the implementation of trench safety procedures. Any changes in the trench safety system after the initiation of construction will not be cause for extension of time or change order and will require the same review process. Revision 0 01190-5 SECTION 01190 HEALTH AND SAFETY 5. If evidence of possible cave-ins or slides is apparent, all work in the trench shall cease until the necessary precautions have been taken by the Contractor to safeguard personnel entering the trench. It is the sole duty, responsibility and prerogative of the Contractor, not the Owner or Engineer, to determine the specific applicability of the designed trench safety systems to each field condition encountered on the project. The Contractor shall maintain a permanent record of daily inspections. 6. Any property damage, bodily injury or death that arises from use of the trench safety or from the Owner's failure to note exceptions to trench safety shall remain the sole responsibility of the Contractor. 7. Trench safety shall be performed in accordance with Excavations, Trenching and Shoring, Federal Occupational Safety and Health Administration (OSHA) Standards, 29 CFR, Part 1926, Subpart P, as amended, including Proposed Rules published in the Federal Register (Vol. 52, No. 72) on Wednesday April 15, 1987 and any subsequent amendments or changes. 1.9 SAFETY MONITOR A. The Contractor shall designate a person who will be designated as the Safety Monitor. The Safety Monitor shall be thoroughly trained in rescue procedures, trench safety, and in the use of safety equipment and gas detectors, as deemed appropriate for the Work. The Safety Monitor shall have a minimum of 3 years of experience in landfill gas collection system construction and safety procedures. The Safety Monitor shall be present at all times during working hours whenever open trenches or excavations are greater than 3 feet in depth, when the Contractor is working on or near exposed refuse, or when LFG is likely to be present. B. The Safety Monitor should periodically calibrate employees’ personnel gas meters (see Part 1.7.B.2.a of this Section) and regularly test the excavation areas and other workspace for safe working conditions and ensure that appropriate safety equipment is available at the site. C. The Safety Monitor shall have the delegated authority to order workers on the project site to comply with the safety requirements. Failure to observe safety requirements shall be cause for removal of the worker from the project. 1.10 WORK IN VICINITY OF EXISTING LFG COLLECTION SYSTEM A. Contractor shall note that the Site has an existing LFG collection system, as shown on the construction plans. B. Contractor shall locate the LFG collection system components in the area of Work, if such features exist within the vicinity of the Work, prior to start of construction in an area with LFG collection system components. C. Contractor is responsible for protecting the LFG collection system from damage during execution of Work, and repair or replace any damaged components at the Contractor’s expense. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION Revision 0 01200-1 SECTION 01200 CONSTRUCTION MEETINGS AND SCHEDULES SECTION 01200 CONSTRUCTION MEETINGS AND SCHEDULES PART 1 - GENERAL 1.1 SECTION INCLUDES A. Requirements for pre-construction, construction progress meeting, and daily tailgate meetings. B. Requirements for Contractor’s construction schedule. 1.2 PRE-CONSTRUCTION MEETING A. A pre-construction meeting will be held at a location selected by the Owner. B. Attendance: 1. Contractor's Office Representative. 2. Contractor's On-Site Field Superintendent. 3. Contractor’s Safety Monitor. 4. Any Subcontractor’s or Supplier's representatives whom Contractor may desire to invite, or Owner or Engineer may request. 5. Owner's Representatives, including Engineer and CQA Consultant. C. The Contractor shall present a detailed construction schedule and initial submittals, as required by the contract documents and these technical specifications. D. A suggested format would include, but not be limited to, the following subjects: 1. Discussion of sequence of Work, and specific topics of interest to the Contractor, Owner, and Engineer. 2. Required bonds and insurance certifications prior to notice-to-proceed. 3. Time for completion and liquidated damages. 4. Procedures for handling submittals. 5. Direction of correspondence, and coordinating responsibility between Contractor, Subcontractor(s), Engineer, and Owner. 6. Requirement for construction progress meetings for all involved. 7. Quality control, quality assurance, and laboratory testing of construction materials. 8. Applications for payment, and progress payment procedures. Revision 0 01200-2 SECTION 01200 CONSTRUCTION MEETINGS AND SCHEDULES 9. Change Order procedures. 10. Landfill regulations and requirements. E. The meeting will be documented by the Owner’s representative. Copies of the minutes and relevant documents will be provided to all parties. 1.3 CONSTRUCTION PROGRESS MEETINGS (TWICE PER MONTH OR AS DECIDED DURING PRE- CONSTRUCTION MEETING) A. The Owner will schedule and administer construction progress meetings and such additional meetings as required, or as requested by Owner. Meetings will be held at a location designated by Owner/Engineer. B. Attendance at progress meetings is the same as specified in Part 1.2.B of this Section. C. Meeting requirements: 1. The Owner or the Engineer, at the Owner’s discretion, will administer the following general requirements for progress meetings: a. Prepare agenda for meetings. b. Make physical arrangements for meetings. c. Preside at meetings. d. Record significant proceedings and decisions made at the meetings. e. Reproduce and distribute copies of meeting record within seven days after each meeting to meeting participants and to parties affected by decisions made at meetings. D. During these meetings, the Contractor shall present an updated construction schedule outlining and detailing specific milestones completed and milestones remaining to be completed, including the equipment, personnel, and materials required to complete such milestones. E. A suggested format would include, but not limited to, the following subjects: 1. Review and approval of record of previous meeting. 2. Review of work progress since previous meeting. 3. Field observations, problems, and conflicts. 4. Problems which impede work schedule. 5. Corrective measures and procedures to regain projected schedule. 6. Revisions to Construction Progress Schedule. 7. Coordination of schedules between subcontractors. 8. Review outstanding submittals and responses to submittals. Revision 0 01200-3 SECTION 01200 CONSTRUCTION MEETINGS AND SCHEDULES 9. Pending changes and substitutions. 10. Review proposed changes for effect on construction schedule and completion date, and on other contracts of projects. 11. Review of drawings and specifications that govern the next week of Work. 12. Review of bid item quantities relative to original estimates. 13. Owner regulations and requirements F. The Contractor shall submit pay requests as defined in Owner-Contractor agreement. 1.4 DAILY TAILGATE MEETINGS A. An informal tailgate meeting, which will be documented to the Owner, will be held daily before the start of work. At a minimum, this meeting will be attended by the CQA Consultant’s representative, Subcontractor(s), and Contractor. The purpose of this meeting is to: 1. Review Health and Safety Plan requirements and issues. 2. Review scheduled Work activities. 3. Discuss problems and resolutions. 4. Review test data. 5. Discuss the Contractor's personnel and equipment assignments for the day. 6. Review the previous day's activities and accomplishments. B. An Owner Representative may attend this meeting at their discretion. 1.5 CONSTRUCTION SCHEDULE A. The Contractor shall submit a construction schedule prior to or at the pre-construction meeting and shall not begin work until written approval from the Owner has been received. B. The construction schedule shall be in Gantt Chart format and shall be formatted to be printed on 11”x17” size paper. Construction schedules may be provided electronically to Owner and Engineer. C. No payments will be made without an approved construction schedule. D. This construction schedule shall be prepared in accordance with the General Conditions, as incorporated into these Contract Documents, but at a minimum shall include, but not limited to, the following: 1. Start and end dates for various sequences or milestones to be completed during construction (e.g. including similar milestones as described in Section 01010 – Summary of Work). 2. Detailing the type of equipment, personnel and subcontractors, and materials required to complete such milestones. Revision 0 01200-4 SECTION 01200 CONSTRUCTION MEETINGS AND SCHEDULES 3. Start and end dates for processing submittals, including plans, materials, testing, shop drawings, surveys, etc. 4. All other Work necessary to complete the project within the contract time. E. If, at any time during the project, Contractor fails to complete an activity or milestone by its latest scheduled completion date, Contractor must revise the construction schedule and submit a written statement as to how and when Contractor will reorganize work force or construction sequencing to maintain the currently scheduled contract completion date. Additionally, the Contractor shall submit updated construction schedules monthly, indicating the date each milestone was completed and any impacts or uncompleted milestones, and the anticipated dates for completion of these milestones. The revised construction schedule and written statement shall be submitted to the Owner at the next scheduled progress meeting. F. Whenever it becomes apparent from progress evaluation and updated schedule data that milestone completion dates and/or contract completion dates will not be met, some or all of the following actions must be taken: 1. Increase construction staffing in such quantities and crafts to substantially eliminate backlog of Work. 2. Increase number of working hours per shift, shifts per work day, work days per week, or amount of construction equipment, or combination of foregoing to substantially eliminate backlog of Work. 3. Reschedule Work items to achieve concurrence of accomplishment. G. Under no circumstances will addition of equipment or construction forces, increasing working hours or any other method, manner or procedure to return to current Construction Progress Schedule be considered justification for contract modification or treated as an acceleration. H. Liquidated damages will be assessed as set forth in Contract Documents. I. Contractor shall update and submit to the Owner, Engineer, and CQA Consultant the construction schedule at least monthly or more often as requested by Owner or Engineer. J. Provide details for scheduled activities over the month following the current day of the schedule. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION Revision 1 01025-1 SECTION 01025 MEASUREMENT AND PAYMENT SECTION 01025 MEASUREMENT AND PAYMENT PART 1 – GENERAL 1.1 DESCRIPTION A. The Contractor shall receive and accept the compensation provided in the Contract as full payment for furnishing all labor, equipment, materials, and incidentals for performing all construction necessary to complete the Work, as described in the Contract and shown on the Construction Plans. B. The prices included in the Bid Schedule shall include all costs for labor, equipment, materials, all applicable taxes, freight, permits, handling and tests required to perform the Work as shown on the Construction Plans. C. Pay items in the Bid Schedule are the only pay items for the project. Any other items necessary for a complete project, but not shown in the Bid Schedules or specified herein shall be considered an incidental item and its cost shall be included in one of the respective items specified herein. D. All Work shall be performed consistent with the respective Technical Specifications, Construction Plans, and the General Conditions and Supplemental General Conditions of the Contract Documents. E. The Contractor shall field-verify all quantities, dimensions, and elevations shown on the Construction Plans or contained in the Bid Schedule prior to commencement of Work, and immediately notify the Owner of discrepancies. PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION 3.1 MEASUREMENT AND PAYMENT – BASE BID I. LANDFILL GAS CONTROL AND COLLECTION SYSTEM EXPANSION BID ITEMS 1. 2-inch HDPE SDR 9 Air Supply Line (Common Pipe Trench): 1. Measurement. Measurement for this item shall be on an installed linear foot basis of 2-inch diameter HDPE SDR 9 air supply line installed in a common pipe trench, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes supply and installation of piping, fittings, joining materials, and accessories required for the installation of piping, including connections to proposed piping, performance testing, and incidentals. Payment shall constitute full compensation for all material, labor, equipment and Work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 2. 3-inch (SDR 11) x 6-inch (SDR 17) HDPE Condensate Forcemain (Common Pipe Trench): 1. Measurement. Measurement for this item shall be on an installed linear foot basis of 3-inch diameter SDR 11 x 6-inch diameter HDPE SDR 17 condensate forcemain (dual-contained) piping installed Revision 1 01025-2 SECTION 01025 MEASUREMENT AND PAYMENT in a common pipe trench, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes supply and installation of piping, fittings, joining materials, and accessories required for the installation of piping, including connections to proposed piping, performance testing, and incidentals. Payment shall constitute full compensation for all material, labor, equipment and Work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 3. 18-inch HDPE SDR 17 Header: 1. Measurement. Measurement for this item shall be on an installed linear foot basis of 18-inch diameter HDPE SDR 17 piping for headers, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, trenching, magnetic tape, transport of excavated materials, clean soil backfill, and soil compaction; and supply and installation of piping, fittings, joining materials, and accessories required for the installation of piping, including connections to proposed piping, performance testing, and incidentals. Payment shall constitute full compensation for all material, labor, equipment and Work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 4. 24-inch HDPE SDR 17 Header: 1. Measurement. Measurement for this item shall be on an installed linear foot basis of 24-inch diameter HDPE SDR 17 piping for headers, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, trenching, magnetic tape, transport of excavated materials, clean soil backfill, and soil compaction; and supply and installation of piping, fittings, joining materials, and accessories required for the installation of piping, including connections to proposed piping, performance testing, and incidentals. Payment shall constitute full compensation for all material, labor, equipment and Work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 5. Trench Depth Between 5-feet and 7-feet: 1. Measurement. Measuring for payment will be on an installed linear foot basis of trench depths between 5-feet and 7-feet, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, and soil compaction for trench depths between 5-feet and 7-feet. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 6. Trench Depth Between 7-feet and 10-feet: 1. Measurement. Measuring for payment will be on an installed linear foot basis of trench depths between 7-feet and 10-feet, as measured during the conformance survey conducted by the Owner’s Surveyor. Revision 1 01025-3 SECTION 01025 MEASUREMENT AND PAYMENT 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, and soil compaction for trench depths between 7-feet and 10-feet. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 7. Trench Depth Between 10-feet and 12-feet: 1. Measurement. Measuring for payment will be on an installed linear foot basis of trench depths between 10-feet and 12-feet, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, and soil compaction for trench depths between 10-feet and 12-feet. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 8. Tie-in to Existing 18-inch Blind Flange (Below-Grade): 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each below-grade tie-in to existing 18-inch blind flange. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, soil compaction, and fittings, joining materials, and accessories required for flange connection (header). Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 9. Tie-in to Existing 18-inch Header, 2-inch Air Supply Line, and 3-inch x 6-inch Condensate Forcemain (Below-Grade): 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each below-grade tie-in to existing 18-inch header (including tie-in to the existing blind flange and header pipe), 2-inch air supply line, and 3-inch x 6-inch dual contained condensate forcemain. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, soil compaction, and fittings, joining materials, and accessories required for flange connection (header) and butt-fusion (header/air supply line/condensate forcemain). Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 10. 2-inch Air Supply Line Isolation and Blow-off Valve Assembly: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each installed 2-inch air supply isolation and blow-off valve. Payment will include supply and installation of HDPE full-port ball valve, SS valves, pipe and fittings, joining materials, treated timber support post, worm gear clamps, reflective tape, performance testing, labels, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 11. 3-inch Condensate Forcemain Isolation Valve Assembly: Revision 1 01025-4 SECTION 01025 MEASUREMENT AND PAYMENT 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each installed 3-inch diameter isolation valve. Payment will include supply and installation of HDPE full-port ball valve, riser pipe and fittings, joining materials, and accessories, treated timber support post, worm gear clamps, reflective tape, performance testing, labels, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 12. 3-inch x 6-inch Condensate Forcemain Cleanout Assembly: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each installed 3-inch x 6-inch diameter cleanout assembly. Payment will include supply and installation of valves isolation valve, pressure gauge assembly, camlock fitting and plugs, riser pipe and fittings, joining materials, and accessories, treated timber support post, worm gear clamps, reflective tape, performance testing, labels, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 13. 18-inch Dual-Contained Condensate Sump and Pump: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment for this item will be at the contract unit price per each installed 18-inch dual-contained condensate sump and pump. Payment includes fabrication of sump by Contractor or Supplier. The Work shall include, but not be limited to, excavation, backfill, concrete ballast, compaction, pipe, fittings, pump and accessories, valves, sump flange cap, air regulator, and cycle counter, piping, air supply line valve and condensate discharge assemblies, other required accessories/materials, connections, and performance testing. Payment also includes connection of the pump to the condensate forcemain and air supply line and associated fittings and valves. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 14. 18-inch Header Isolation Valve (Gear Operated, Below-Grade): 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each installed 18-inch diameter header isolation valve. Payment includes excavation, trenching and backfill, transport of excavated materials, soil compaction, valve, fittings, spacers, stem extension, monitoring ports, connections, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 15. 48-inch Corrugated Metal Pipe (CMP) Road Crossing: 1. Measurement. Measurement for this item shall be on an installed liner foot basis of 48-inch, 14 gauge CMP, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation; structural fill, and coarse aggregate backfilling; CMP; compaction; placement of piping inside the casing; and other incidentals. Payment shall constitute full compensation for all material, Revision 1 01025-5 SECTION 01025 MEASUREMENT AND PAYMENT labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 16. 18-inch Header Access Riser: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment for this item will be at the contract unit price per each installed 18-inch header access riser (12-inch riser on an 18-inch header). The Work shall include, but not be limited to, excavation, trenching and backfill, transport of excavated materials, soil compaction, pipe, fittings, monitoring port, connections, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 17. Leachate Cleanout and Sump Connections (Below-Grade) and Improvements for Gas Extraction at LCR-5: 1. Measurement. Measurement for this item shall be a lump sum basis. 2. Payment for this item will be at the contract lump sum price. The Work shall include, but not be limited to, fittings, connections, 2-inch diameter QED Quick-Change Orifice Plate wellhead (QED Model ORP215), SolarguardTM flex hose, orifice plate kit (QED Model 40640), power clamps, reducers, salvaging and reusing existing HDPE ball valve, blind flange adapter replacements, tie- ins to existing 12-inch cleanout riser and 18-inch sump riser pipes, and other incidentals associated with collection of gas from existing leachate riser pipe at Cell 5. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 18. Bollard Installation: 1. Measurement. Measurement for this item shall be on an each item basis. 2. Payment. Payment for this item will be at the contract unit price per each installed concrete bollard. Payment includes installation of stee; pipe, placement of general backfill, and concrete. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 19. Concrete Collar: 1. Measurement. Measurement for this item shall be on an each item basis. 2. Payment. Payment for this item will be at the contract unit price per each installed concrete collar. Payment includes placement and installation of concrete collar. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans 20. Existing Pipe Abandonment and Salvage (Above-Grade) 1. Measurement. Measurement for this item shall be on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price. Payment includes abandonment and salvaging of existing pipe, and transport of salvaged pipe to an Owner determined on-site location. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. Revision 1 01025-6 SECTION 01025 MEASUREMENT AND PAYMENT 21. Existing Pipe Abandonment (Below-Grade) 1. Measurement. Measurement for this item shall be on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price. Payment includes abandonment and capping of existing 2”, 4”, 6”, and 10” gas header pipe near the flare station. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 22. Mobilization/Demobilization: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. No price adjustments will be made for this item due to changes in the Work. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. A partial payment of 50 percent of the contract lump sum price may be made once mobilization is completed. However, the remainder of the contract lump sum price shall not be paid until demobilization is completed at project closeout. II. LEACHATE FORCEMAIN EXTENSION BID ITEMS 23. 4-inch (SDR 11) x 8-inch (SDR 17) diameter HDPE Leachate Forcemain (Common Pipe Trench): 1. Measurement. Measurement for this item shall be on an installed linear foot basis of 4-inch diameter SDR 11 x 8-inch diameter HDPE SDR 17 leachate forcemain (dual-contained) piping installed in a common pipe trench between Cells 5 and 6, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes supply and installation of piping, fittings, joining materials, and accessories required for the installation of piping, including connections to proposed piping, performance testing, and incidentals. Payment shall constitute full compensation for all material, labor, equipment and Work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 24. Tie-in to Existing 4-inch x 8-inch Condensate Forcemain (Below-Grade): 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each below-grade tie-in to existing 4-inch x 8-inch dual contained condensate leachate forcemain at Cell 5. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, soil compaction, and fittings, joining materials, and accessories required for butt-fusion of the forcemain. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 25. Leachate Forcemain Air Release Valve: 1. Measurement. Measurement for this item shall be on an each unit basis. Revision 1 01025-7 SECTION 01025 MEASUREMENT AND PAYMENT 1. Payment for this item will be at the contract unit price per each installed leachate forcemain air release valve. Payment will include supply and installation of valves, SolarguardTM flex hose, tote, drum, PVC/HDPE piping and fittings, support posts, reflective tape, performance testing, labels, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 26. Mobilization/Demobilization: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. No price adjustments will be made for this item due to changes in the Work. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. A partial payment of 50 percent of the contract lump sum price may be made once mobilization is completed. However, the remainder of the contract lump sum price shall not be paid until demobilization is completed at project closeout. III. WATER LINE BID ITEMS 27. 6-inch PVC SCH 80 Water Line: 1. Measurement. Measurement for this item shall be on an installed linear foot basis of 6-inch diameter PVC SCH 80 piping for water line, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, trenching, clean soil backfill, and soil compaction; and supply and installation of piping, fittings, joining materials, and accessories required for the installation of piping, including connections to proposed piping, performance testing, and incidentals. Payment shall constitute full compensation for all material, labor, equipment and Work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans.  28. Tie-in to Existing 6-inch Water Line: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price for below-grade tie-in to existing 6-inch PVC piping for water line. Payment includes excavation, trenching, transport of excavated materials, clean soil backfill, soil compaction, and fittings, joining materials, and accessories required for connection to the existing pipeline. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 29. 6-inch Stainless Steel Gate Valve: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each installed 6-inch diameter stainless steel gate valve and waterline termination. Payment includes excavation, trenching and backfill, transport of excavated materials, soil compaction, valve, fittings, spacers, stem extension, connections blind flange, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. Revision 1 01025-8 SECTION 01025 MEASUREMENT AND PAYMENT 30. 12-inch Corrugated Metal Pipe (CMP) Road Crossing: 1. Measurement. Measurement for this item shall be on an installed liner foot basis of 12-inch, 16 gauge CMP, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation, clean soil, and coarse aggregate backfilling; CMP; compaction; placement of piping inside the casing; and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 31. Thrust Block: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each installed thrust block. Payment includes excavation, trenching and backfill, transport of excavated materials, soil compaction, concrete and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 32. Waterline Tee for Future Tie-in: 1. Measurement. This item will be measured on a lump sum basis 2. Payment. Payment for this item will be at the contract unit price per each installed 6-inch waterline tee for future tie-in. Payment includes excavation, trenching and backfill, transport of excavated materials, soil compaction, fittings, connections, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 33. Mobilization/Demobilization: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. No price adjustments will be made for this item due to changes in the Work. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. A partial payment of 50 percent of the contract lump sum price may be made once mobilization is completed. However, the remainder of the contract lump sum price shall not be paid until demobilization is completed at project closeout. IV. PERIMETER ROAD EXPANSION BID ITEMS Owner will decide from one of the following two options after receiving bid. OPTION 1 – ASPHALT PAVEMENT 34. 3-inch Superpave Hot Mix Asphalt: 1. Measurement. Measurement for this item shall be on an installed square yard basis of 3-inch superpave hot mix asphalt, as measured during the conformance survey conducted by the Owner’s Surveyor. Revision 1 01025-9 SECTION 01025 MEASUREMENT AND PAYMENT 2. Payment. Payment for this item will be at the contract unit price per square yard. Payment includes placement of materials by the square yard of surface area in the completed and accepted final position, as shown on the Construction Plans. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans.  No additional payment will be provided for thicknesses in excess of 3-inches or areas that do not meet project requirements and need to be reworked and retested. 35. 9-inch Hot Mix Asphalt (HMA) Base Course: 1. Measurement. Measurement for this item shall be on an installed square yard basis of 9-inch hot mix asphalt base course, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per square yard. Payment includes placement of materials by the square yard of surface area in the completed and accepted final position, as shown on the Construction Plans. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans.  No additional payment will be provided for thicknesses in excess of 9-inches or areas that do not meet project requirements and need to be reworked and retested. 36. 3-inch Asphalt Surface Course SMA for Speed Bump – 15-foot width: 1. Measurement. Measurement for this item shall be on an installed for each installed 15-foot width of coarse surface asphalt mix speed bump, as measured during the conformance survey conducted by the Owner’s Surveyor. The estimated amount of course surface asphalt mix required for this item is 200 CY. 2. Payment. Payment for this item will be at the contract unit price for each installed speed bump. Payment shall constitute full compensation for furnishing and installing speed bumps, labor and equipment, tools and incidentals, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. No additional payment will be provided for thicknesses in excess of 3-inches or areas that do not meet project requirements and need to be reworked and retested. 37. Mobilization/Demobilization: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. No price adjustments will be made for this item due to changes in the Work. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. A partial payment of 50 percent of the contract lump sum price may be made once mobilization is completed. However, the remainder of the contract lump sum price shall not be paid until demobilization is completed at project closeout. OPTION 2 – REINFORCED CONCRETE PAVEMENT 38. 10-inch Reinforced Concrete Pavement: Revision 1 01025-10 SECTION 01025 MEASUREMENT AND PAYMENT 1. Measurement. Measurement for this item shall be on an installed square yard basis of 10-inch reinforced concrete pavement, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per square yard. Payment includes placement of materials by the square yard of surface area in the completed and accepted final position, as shown on the Construction Plans. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. No additional payment will be provided for thicknesses in excess of 10-inches or areas that do not meet project requirements and need to be reworked and retested. 39. Concrete Pavement for Speed Bump – 15-foot Width: 1. Measurement. Measurement for this item shall be on an installed for each installed 15-foot width of concrete pavement speed bump. The estimated amount of course surface asphalt mix required for this item is 200 CY. 2. Payment. Payment for this item will be at the contract unit price for each installed 15-foot wide speed bump. Payment shall constitute full compensation for furnishing and installing speed bumps, labor and equipment, tools and incidentals, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 40. Mobilization/Demobilization: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. No price adjustments will be made for this item due to changes in the Work. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. A partial payment of 50 percent of the contract lump sum price may be made once mobilization is completed. However, the remainder of the contract lump sum price shall not be paid until demobilization is completed at project closeout. ITEMS COMMON TO BOTH PAVEMENT OPTIONS 41. Layout of Work and Surveys 1. Measurement. The Work required for this item will not be measured for payment. 2. Payment. a. Payment for this item will be at the contract lump sum price. Payment will constitute full compensation for labor, equipment, tools and incidentals necessary to complete the Work in accordance with the Technical Specifications and Construction Plans. b. No additional payment will be allowed for surveying associated with incremental material quantity increases, except for increased material quantities associated with Work clearly not included in the Construction Plans or Technical Specifications. 42. 12-inch Road Base (Road Shoulder) Revision 1 01025-11 SECTION 01025 MEASUREMENT AND PAYMENT 1. Measurement. Measurement for this item shall be on an in-place square yard (SY) basis, 12-inch thick road base for the road shoulder, as depicted on the Construction Plans, which will be based on surveys of the completed installation performed by the Owner’s surveyor. 2. Payment. Payment for this item will be at the contract unit price per square yard (SY), which will be based on surveys of the completed installation performed by the Owner’s surveyor. Payment shall include all Work to furnish and prepare 12-inch thick road base for the road shoulder. Payment shall constitute full compensation for all materials, labor, equipment, tools, wastage, and Work incidental thereto, necessary to complete this item as shown on the Technical Specifications and Construction Plans. 43. 12-oz/sy. Non-Woven Geotextile: 3. Measurement. Measurement for this item shall be on an installed square foot basis for 12-oz/sy non-woven geotextile, as measured during the conformance survey conducted by the Owner’s Surveyor. 4. Payment. Payment for this item will be at the contract unit price per square foot. Payment shall include the cost per square foot to supply and install the material, including freight to the Site for the material designated as 12-oz/sy woven geotextile. Payment shall constitute full compensation for all material, labor, shipping and handling, and testing necessary to complete this item in accordance with the Technical Specifications and Construction Plans.  44. 12-inch Lime Treated Stabilized Structural Fill: 1. Measurement. Measurement for this item shall be on an installed square yard basis for surface area of lime treatment applied to existing subgrade, as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per square foot of surface area of 12-inch lime treated stabilized structural fill. Payment will include all work associated with excavation of existing subgrade, loosening, mixing, pulverizing, spreading, applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, , and water. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans.  No additional payment will be provided for thicknesses in excess of 12-inches or areas that do not meet project requirements and need to be reworked and retested. 45. Structural Fill: 1. Measurement. Measurement for this item shall be on a cubic yard basis. Structural fill quantities shall be measured for in-place soil, based on a comparison of existing contours prior to construction, as represented on the Construction Plans and conformance survey of the completed work performed by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment will include all work to excavate structural soils from borrow source; load, haul, place, compact; as shown on the Construction Plans. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 46. Excavation: 1. Measurement. Measurement for this item shall be on a cubic yard basis. Excavation quantities shall be measured for in-place soil removed, based on a comparison of existing contours prior to Revision 1 01025-12 SECTION 01025 MEASUREMENT AND PAYMENT construction, as represented on the Construction Plans and conformance survey of the completed work performed by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per cubic yard. Payment will include work to excavate, load, and haul excavated material to fill areas. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans.  V. STORMWATER IMPROVEMENTS AND MISCELLANEOUS BID ITEMS 47. Angled Connection of 6’x6’ and 5’x10’ Box Culverts: 1. Measurement. Measurement for this item shall be on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price. Payment shall constitute full compensation for constructing, furnishing and transporting sections; for preparing and shaping of the bed; for joining of sections; for connections to existing to proposed structures; for concrete, reinforcing steel and all materials, labor and equipment, tools and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 48. 6’x6’ Box Culvert: 1. Measurement. Measurement for this item shall be on a linear foot basis. Measurement will be made between the ends of the culvert, as represented on the Construction Plans, and verified by conformance survey of the completed work performed by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment shall constitute full compensation for constructing, furnishing and transporting sections; for preparing and shaping of the bed; for joining of sections; for cutting of sections on skew or slope; for connections to existing structures; for concrete, reinforcing steel and all materials, labor and equipment, tools and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 49. 12-inch Corrugated Metal Pipe (CMP) Culvert: 1. Measurement. Measurement for this item shall be on an installed liner foot basis of 12-inch, 16 gauge corrugated metal pipe (CMP), as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation; structural fill, pavement; CMP; compaction; and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 50. Removal and Salvage of Existing 2, 36-inch Culverts: 1. Measurement. Measurement for this item shall be on a lump sum basis. 3. Payment. Payment for this item will be at the contract lump sum price. Payment includes excavation; salvaging existing pipe and transportation of salvaged pipe to Owner determined on- site location; and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. Revision 1 01025-13 SECTION 01025 MEASUREMENT AND PAYMENT 51. 4’x5’ Box Culvert: 1. Measurement. Measurement for this item shall be on a linear foot basis. Measurement will be made between the ends of the culvert, as represented on the Construction Plans, and verified by conformance survey of the completed work performed by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment shall constitute full compensation for constructing, furnishing and transporting sections; for preparing and shaping of the bed; for joining of sections; for cutting of sections on skew or slope; for concrete, reinforcing steel and all materials, labor and equipment, tools and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 52. 4’x5’ Box Culvert Wing Walls: 1. Measurement. Measurement for this item shall be on an each unit basis. 2. Payment. Payment for this item will be at the contract unit price per each 4’x5’ box culvert wing wall installed. Payment shall constitute full compensation for constructing, furnishing and transporting sections; for preparing and shaping of the bed; for joining of sections; for cutting of sections on skew or slope; for connections to existing structures; for concrete, reinforcing steel and all materials, labor and equipment, tools and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 53. 30-inch Corrugated Metal Pipe (CMP) Culvert: 1. Measurement. Measurement for this item shall be on an installed liner foot basis of 30-inch CMP as measured during the conformance survey conducted by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment includes excavation; concrete, structural fill, and coarse aggregate backfilling; CMP; compaction; and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 54. Rip-rap and 12 oz/sy Non-Woven Geotextile: 1. Measurement. Measurement for this item shall be on an in-place square yard (SY) basis of certified Rip Rap installed over the non-woven geotextile, as depicted on the Construction Plans, which will be based on surveys of the completed installation performed by the Owner’s surveyor. 2. Payment. Payment for this item shall be at the contract unit price per square yard (SY) of Rip Rap and non-woven geotextile separation layer installed as depicted in the Construction Plans. Payment shall constitute full compensation for all materials, labor, equipment, tools and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 55. TXDOT GF(31) 19 Guardrail: 1. Measurement. Measurement for this item shall be on a linear foot basis. Measurement will be made between the ends of the guardrail, including panels (thrie-beam, nested, and W-thrie beam transition panels) directly associated with anchorage assemblies and guardrail transitions, as represented on the Construction Plans, and verified by conformance survey of the completed work performed by the Owner’s Surveyor. 2. Payment. Payment for this item will be at the contract unit price per linear foot. Payment shall constitute full compensation for furnishing and installing barrier delineators, posts, panels, labor and Revision 1 01025-14 SECTION 01025 MEASUREMENT AND PAYMENT equipment, tools and incidentals, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 56. Existing Concrete Pad Repair: 1. Measurement. Measurement for this item shall be on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price. Payment includes completion of 10-inch reinforced concrete pavement, tie-ins to existing concrete pavement, 12-oz/sy non-woven geotextile, 12-inch lime treated stabilized structural fill, and structural fill backfill during installation of the 2, 4’x5’ box culverts. Payment shall constitute full compensation for all material, labor, equipment and work incidental thereto, necessary to complete this item in accordance with the Technical Specifications and Construction Plans. 57. Erosion Control Blanket: 1. Measurement. Measurement for this item shall be on an installed square foot (SF) basis for placement of seed, fertilizer, and erosion control blanket (excluding overlaps and wastage), as delineated in the Construction Plans, which will be based on surveys of the completed installation performed by Owner’s surveyor. 2. Payment. Payment for this item shall be at the contract unit price per square foot (SF), as delineated by the limits shown on the Construction Plans. Payment shall include all Work to furnish, deploy, and install, including anchoring, overlaps, and securing the ECB to the finished grades, as well as placement of seed and fertilizer beneath the ECB consistent with Section 02272. Payment shall constitute full compensation for materials, labor, equipment, tools, accessories (i.e., metal staples, etc.), wastage and disposal thereof, and Work incidental thereto, necessary to complete this item in accordance with Sections 02271 and 02272 and as shown on the Construction Plans. 58. Seed, Mulch, and Fertilizer (Areas Disturbed During Construction) 1. Measurement. The Work required for this item will not be measured for payment. 2. Payment. Payment for this item shall be at a lump sum (LS) basis. Payment includes seed, fertilizer, wood cellulose fiber mulch, placement of materials using a hydro mulcher or equivalent equipment, and other incidentals. Payment shall constitute full compensation for all material, labor, equipment, and work incidental thereto, necessary to complete this item in accordance with the Section 02271 and as shown on the Construction Plans. 59. Wheel Wash Demolition: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. No price adjustments will be made for this item due to changes in the Work. Demobilization includes relocation of material either to the landfill working face or designated areas assigned by the Owner, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. 60. Mobilization/Demobilization: 1. Measurement. This item will be measured on a lump sum basis. 2. Payment. Payment for this item will be at the contract lump sum price, and shall constitute full compensation for movement of personnel, equipment, supplies and incidentals thereto to the Site. Revision 1 01025-15 SECTION 01025 MEASUREMENT AND PAYMENT No price adjustments will be made for this item due to changes in the Work. Demobilization includes removal from the Site of all materials, resources, equipment, temporary support facilities, utilities, and all remaining construction debris at the completion of the project. A partial payment of 50 percent of the contract lump sum price may be made once mobilization is completed. However, the remainder of the contract lump sum price shall not be paid until demobilization is completed at project closeout. END OF SECTION Revision 0 01300-1 SECTION 01300 SUBMITTALS SECTION 01300 SUBMITTALS PART 1 GENERAL 1.1 SUBMITTAL REQUIREMENTS A. The word "submittals" shall be interpreted to include Construction Plans, product data, manuals, certifications, test reports, materials, samples, charts, brochures, warranties, record drawings, and other items furnished by Contractor for approval, information, and/or other purposes, as specified in the individual Technical Specifications. B. Electronically transmit each submittal to Owner and Engineer, unless otherwise noted in the individual technical specifications. Indicate on each submittal whether it is an original submittal or a re-submittal. Once the submittal is deemed satisfactory by the Engineer, the submittal will be electronically returned to the Contractor stamped as “Approved,” “Approved as Noted,” or “Rejected.” Approval of the submittal by the Engineer does not relieve the Contractor of the responsibility of supplying materials that comply with the Technical Specifications and/or Construction Plans. C. Identify Work, Subcontractor or supplier, pertinent drawing sheet and detail number(s), and Technical Specification section number, as appropriate. Apply Contractor’s stamp, signature or initials certifying the review, verification of products, field dimensions, and coordination of information in accordance with the Technical Specification and/or Construction Plans. D. Deliver submittals to Owner and Engineer according to submittal schedule described herein and individual Technical Specification sections. Schedule submittals to expedite review by the Owner and Engineer and delivery in the timeframe specified. E. Allow seven (7) days of review time for each submittal or re-submittal. F. Identify variations from Contract Documents, Technical Specifications, Construction Plans, and product or system limitations, which may be detrimental to successful performance of the completed Work. G. Contractor shall distribute copies of reviewed submittals, as appropriate, to subcontractors, vendors, and suppliers, and shall instruct said parties to promptly report any inability to comply with provisions. H. Submittals containing errors or omissions or deemed unsatisfactory will be returned to Contractor stamped “Revise and Resubmit.” The Engineer will provide one (1) copy to the Contractor with the necessary corrections and changes indicated. If revisions and resubmittals are required, identify all changes made since previous submission. The Contractor shall review and resubmit as required by the Engineer until acceptance is obtained. 1.2 MANUFACTURER’S INSTRUCTIONS AND PRODUCT DATA A. When specified in individual Technical Specification sections, submit manufacturer’s printed instructions for delivery, storage, assembly, installation, adjusting, and finishing. B. When specified submit manufacturer’s product data describing material properties specified in the individual Technical Specifications. C. Identify conflicts between manufacturer’s instructions and material properties and Technical Specifications or Construction Plans. Revision 0 01300-2 SECTION 01300 SUBMITTALS 1.3 MANUFACTURER’S / SUPPLIER’S CERTIFICATES A. Where specified in individual Technical Specification sections, submit manufacturer’s certificates for Engineer review. B. Demonstrate that material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications, as appropriate. C. Certificates may be recent or previous tests results on material or product, but must be acceptable to Engineer. 1.4 MATERIAL TESTING A. Where specified in individual Technical Specification sections, submit testing results to Engineer for review. B. Demonstrate that material conforms to or exceeds specified tests. Submit supporting reference data, affidavits, and certifications, as appropriate. Submittal shall include date of test, test method, result of test, mitigation of failing test, etc. 1.5 LIST OF REQUIRED SUBMITTALS A. The tables below list the submittals required by the Technical Specifications. Any submittal required to be submitted by the Contractor, but which is not listed in tables, shall be submitted in accordance with the applicable requirements of this Technical Specification. Any submittal required by the individual technical specifications or construction plans that is not listed below does not relieve the Contractor of the requirement to provide said submittal or the responsibility to comply with the technical specifications of the project. B. All Division 1 submittals shall be submitted at the time timeframes indicated below. All Division 2 through 15 material submittals shall be submitted for review and/or approval within 14 days following award of the contract or 14 days prior to commencement of construction, whichever occurs first, unless otherwise specified below or approved in writing by Owner/Engineer. C. Division 2 quality control or quality assurance testing shall be provided to CQA Consultant and Engineer within 24 hours of receipt of results and prior to placement or final acceptance of the Work. D. Division 1 – General Requirements Specification Reference Section Submittal Requirement Submittal Due Time 01190 Health and Safety Plan See Note 1 01200 Initial Construction Schedule See Note 1 01200 Construction Schedule Updates Monthly or As Requested by Owner/Engineer 01700 Record Documents Prior to final payment Notes: 1. The Contractor shall provide these submittals for review and/or approval within 14 days following award of the contract or prior to commencement of construction, whichever occurs first. 2. The Contractor shall provide this submittal within 14 days following award or at least 30 days prior to drilling or excavation within waste, whichever occurs first. Revision 0 01300-3 SECTION 01300 SUBMITTALS E. Division 2 – Site Work Specification Reference Section Submittal Requirement 02222 Pavement – Source and Quality Control Test Results 02222 Road Base – Quality Control Test Results 02222 Course Aggregate – Source and Quality Control Test Results 02222 Pavement – Source and Quality Control Test Results 02278 Woven Geotextile – Source and Quality Control Test Results F. Division 11 – Equipment Specification Reference Section Submittal Requirement 11200 Condensate Sump Shop Drawings and Parts List 11200 Condensate Forcemain and Air Supply Line Valve Product Data 11200 Pneumatic Pump and Accessories Product Data and Warranties 11200 Water Line Valve Product Data G. Division 15 – Mechanical Specification Reference Section Submittal Requirement Construction Plans Corrugated Metal Pipe Product Data 15050 HDPE Pipe Pressure Test (See Note 2) 15050 HDPE Pipe and Fittings Product Data and Certifications 15050 Ductile Iron Back-up Ring Product Data 15050 Gasket Product Data 15050 Bolts, Nuts, and Washers Product Data 15050 Isolation/Butterfly Valves Product Data 15051 PVC Pipe Pressure Test (See Note 2) 15051 PVC Pipe and Fittings Product Data and Certifications 15051 Gate Valves Product Data Notes: 1. Contractor shall identify the road aggregate source to the Owner’s CQA Consultant and ship (at the Contractor’s expense) necessary samples and sample size to the geotechnical testing laboratory selected by the Owner’s CQA Consultant. 2. HDPE pipe pressure tests shall be performed within 14 days of header completion, and results shall be submitted immediately following completion of the test. PART 2 – PRODUCTS Not Used. PART 3 – EXECUTION Not Used. END OF SECTION Revision 0 01400-1 SECTION 01400 QUALITY CONTROL AND QUALITY ASSURANCE SECTION 01400 QUALITY CONTROL AND QUALITY ASSURANCE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Owner will contract a third party to perform construction quality assurance (CQA) monitoring and testing. This section describes the CQA Consultant’s responsibilities for during the project. B. Contractor’s responsibilities for coordination of quality assurance (QA) and quality control (QC) testing. 1.2 RELATED SECTIONS A. General Conditions B. Section 01010 – Summary of Work C. Section 01052 – Layout of Work and Surveys D. Section 02222 – Excavating, Backfilling, Filling, and Grading E. Section 11200 – Condensate Management System F. Section 15050 – HDPE Pipe, Fittings, and Valves G. Section 15051 – PVC Pipe, Fittings, and Valves 1.3 DEFINITIONS A. Construction Quality Assurance (CQA) - CQA includes observations, evaluations, and testing of materials and workmanship necessary to assess and document that construction has been performed consistent with the Contract Documents. Specifically, CQA testing is the testing of materials for acceptance of the completed Work. B. Construction Quality Control (CQC) – CQC includes testing to provide a means to measure the characteristics of an item or service to comply with the requirements of the Contract Documents. Typically, CQC actions will be performed by the manufacturers, vendors, or suppliers, unless otherwise specified in the individual Technical Specifications. All quality control testing shall be performed during construction, but prior to installation or placement of the materials. In no instance shall CQC field or laboratory testing be undertaken after completion of the Work. 1.4 CQA CONSULTANT’S RESPONSIBILITIES A. The Owner’s CQA Consultant or CQA Consultant’s third-party laboratory shall perform all material testing from samples provided by the Contractor. B. The CQA Consultant will be on-site daily to monitor the Contractor’s execution of the Work. This monitoring will include observation of the construction process to ensure that the Contract Documents, including Construction Plans and Technical Specifications are followed. The CQA Consultant’s responsibilities will include the following: Revision 0 01400-2 SECTION 01400 QUALITY CONTROL AND QUALITY ASSURANCE 1. Document and observe the layout of LFG collection system pipe trench construction, leachate forcemain trench construction, road construction, and water line construction, for conformance to the approved Construction Plans, and specifications; 2. Document and observe the placement and testing, as required by Technical Specifications, of earthwork and materials for conformance to the approved Construction Plans and Technical Specifications. 3. Perform record surveys of the installed LFG collection system components, as described in Section 01052 – Layout of Work and Surveys.  4. The CQA Consultant will communicate with the Owner and Engineer to resolve issues or questions that may arise during construction;   5. Prepare daily activity reports documenting conformance with the Technical Specifications and Construction Plans; and 6. The CQA Consultant will review, observe, and document pipe and valve pressure testing. C. Construction monitoring by the CQA Consultant or acceptance of the Work by the CQA Consultant does not relieve the Contractor of the responsibility to perform all Work and QA/QC testing consistent with the Technical Specifications and Construction Plans. 1.5 CONTRACTOR’S RESPONSIBILITIES A. QA/QC at the Expense of the Contractor 1. All other CQC/CQA testing required in the Contract Documents will be performed by the CQA Consultant, unless otherwise specified as the Contractor’s responsibility in the individual specifications. 2. The following CQC/CQA testing shall be performed by the Contractor prior to or during execution of Work: a. Course aggregate quality control test on Contractor-supplied material, including ASTM C136 for gradation, as specified in Section 02222. As indicated in the Technical Specifications and Construction Plans, course aggregate is required beneath condensate sumps and at road crossings. b. Road base quality control test, including ASTM D448 for gradation, as specified in Section 02222. As indicated in the Technical Specifications and Construction Plans, road base is required at road crossings. c. Lime-Testing of lime stabilized structural fill, as specified in Section 02222. As indicated in the Technical Specifications and Construction Plans, lime stabilization structural fill is required under the entire length of roadway. 3. Contractor shall assume full responsibility for all quality control and all quality assurance testing, specifically delegated as the Contractor’s responsibility in the individual technical specifications. CQC testing shall be performed by either the manufacturer, vendor, or supplier or third-party firm and/or laboratory at the expense of the Contractor. CQA testing shall be performed by third-party firm and/or laboratory at the expense of the Contractor. 4. Contractor shall submit the name, address, and qualifications, together with the scope of proposed services, of the proposed testing firm(s) and personnel conducting quality assurance and quality Revision 0 01400-3 SECTION 01400 QUALITY CONTROL AND QUALITY ASSURANCE control testing for the project. Information shall be submitted to Engineer for approval at least 7 days prior to the scheduled commencement of any Work requiring such testing. B. QA/QC Supervised by the Owner’s CQA Consultant 1. The Contractor shall provide adequate notice to the Owner’s CQA Consultant prior to any Work requiring CQA testing or surveying to prevent delays in Construction. 2. The Contractor shall coordinate and assist the Owner’s CQA Consultant in the collection of necessary samples, including shipment of samples, providing the equipment, labor, and material necessary for collection of said samples, under the direction and supervision of the Owner’s CQA Consultant or Engineer. 3. QA/QC performed by the Owner’s CQA Consultant does not relieve the Contractor of the responsibility to install, construct, or achieve the desired quality of work as specified for the Work in the Contract Documents. a. The Owner will bear the cost of the initial CQA test. If the initial CQA test fails, the Owner will bear the cost of one additional CQA test. b. If a third CQA test is necessary the Contractor will be responsible for incurring the cost of the additional test by the Owner’s CQA Consultant. C. It is the Contractor’s responsibility to coordinate QA/QC in a timely manner to prevent delays in the project. Results of QA/QC testing or surveying shall be provided to Engineer for approval. Under no circumstances shall materials be installed that have not been approved by Engineer. D. Within 24 hours, unless otherwise specified, after completion of testing performed by or for Contractor, submit test results to the Engineer for approval. Identify test reports with the information specified for samples in Section 01300 – Submittals, and additionally, the name and address of the organization performing the test(s), and the date of the tests. Tests results shall be provided to Owner and Engineer by email. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION Revision 0 01500-1 SECTION 01500 CONSTRUCTION FACILITIES SECTION 01500 CONSTRUCTION FACILITIES PART 1 GENERAL 1.1 SECTION INCLUDES A. Construction facilities required for the construction of the Work specified under the Section 01010 - Summary of Work and as specified in the Contract Documents. All construction facilities will be in coordination with and approved by the Owner to provide minimal disruption to landfill operations. 1.2 RELATED SECTIONS A. General and Supplementary Conditions B. Section 01010 – Summary of Work C. Section 01300 – Submittals D. Section 01560 – Environmental Protection and Special Controls E. Section 01600 – Material and Equipment 1.3 DEFINITION A. Construction facilities include furnishing of all equipment, materials, tools, accessories, incidentals, labor, and performing all Work for the installation of equipment and for construction of facilities, including their maintenance, operation, and removal, if required, at the completion of the Work. B. Construction facilities include, but are not be limited to, the following temporary offices, utilities, equipment, materials, facilities, areas, and services: 1. Field Office 2. Parking Areas 3. Temporary Roads 4. Storage of Materials and Equipment 5. Construction Equipment 6. Temporary Sanitary Facilities 7. Temporary Electric Power 8. Temporary Water 9. First Aid Facilities 10. Security Revision 0 01500-2 SECTION 01500 CONSTRUCTION FACILITIES 1.4 CONSTRUCTION FACILITIES A. GENERAL REQUIREMENTS 1. Contractor is responsible for furnishing, installing, constructing, operating, maintaining, removing and disposing of the construction-related facilities, as specified in this Specification, and as required by Owner for the completion of Work. 2. Locate and maintain construction facilities in a clean, safe and sanitary condition at all times until completion of Work. 3. The requirements specified herein are in addition to any requirements specified elsewhere in the Contract Documents. Construction facilities must meet the requirements for all-weather service. 4. Minimize land disturbances related to the construction facilities to the greatest extent possible and restore land to the extent reasonable and practical, to its original contours by grading to provide positive drainage. 5. Design and construct utilities to provide uninterrupted service. 6. Construct/install, maintain and operate construction facilities in accordance with the applicable Federal, State, and Local laws, rules, and regulations. B. FIELD OFFICE 1. Contractor is not required to have a field office. However, Contractor shall note, the Owner will not provide office space for Contractor’s staff. 2. At the Contractor’s discretion, a field office may be established on the property, provided the location of the office has been approved by Owner. 3. If the Contractor elects to establish a field office, the proposed location of the Contractor’s office will be submitted to the Owner for approval within 7 calendar days of Contract execution. C. PARKING AREAS 1. Owner will provide parking area for maintenance and delivery vehicles, Contractor's Representatives, Subcontractors, and other authorized visitors. Contractor shall coordinate with Owner regarding areas acceptable for temporary parking. Contractor shall not allow vehicles, equipment, or materials to be stored at a location or in a manner that interferes with ongoing site activities. D. TEMPORARY ROADS AND BENCHES 1. Temporary roads are existing roads that are improved, or new roads constructed by Contractor for convenience of Contractor in the performance of the Work. 2. Coordinate temporary road construction with Owner prior to construction. 3. If applicable, coordinate all road construction activities with local utilities, fire and police departments. 4. Construction of temporary benches required for trenching, and/or other construction activities are the responsibility of the Contractor, at no additional cost to the Owner. Revision 0 01500-3 SECTION 01500 CONSTRUCTION FACILITIES 5. Provide erosion and sedimentation control consistent with 01560 – Environmental Protection and Special Controls. 6. Maintain suitable grades and radii of curves to facilitate ease of movement of vehicles and equipment. 7. Furnish and install longitudinal and cross-drainage facilities including, but not limited to, the ditches, structures, pipes and the like. 8. Clean equipment so mud or dirt is not carried onto public roads. Clean any mud or dirt transported by equipment onto paved roads both on-site and offsite. 9. Maintain roads, stockpiles, and staging areas by watering during all operating hours and when directed by Owner. Temporary source of water is shown on Drawing G4. E. STORAGE OF MATERIALS AND EQUIPMENT 1. Make arrangements for storage areas for materials and equipment, as specified in Section 01600 – Material and Equipment. Locations and configurations of such facilities are subject to the acceptance of Owner. Security of all stored materials (paid and unpaid) and equipment is the sole responsibility of the Contractor. 2. Confine all operations, including storage of materials, to approved area. Contractor is liable for any and all damage caused during such use of property of the Owner or others. 3. Store materials in accordance with manufacturer's instructions when applicable. 4. Store construction materials and equipment within boundaries of designated areas. Storage of gasoline or similar fuels must conform to state and local regulations and be limited to the areas approved for this purpose by the Owner. F. CONSTRUCTION EQUIPMENT 1. Erect, equip, and maintain all construction equipment in accordance with all applicable statutes, laws, ordinances, rules, and regulations of the authority having jurisdiction. 2. Construction equipment and temporary work must conform to all the requirements of State, County, and Local authorities, OSHA, and underwriters which pertain to operation, safety, and fire hazard. Furnish and install all items necessary for conformity with such requirements, whether or not called for under separate sections of these Technical Specifications. G. TEMPORARY SANITARY FACILITIES 1. Provide temporary sanitary facilities for use by all employees and persons engaged in the Work, including Subcontractors, their employees, and authorized visitors from the commencement of the Project through Project completion. Maintain these facilities in a clean and sanitary condition at all times. 2. Sanitary facilities include enclosed chemical toilets and washing facilities. These facilities must meet the requirements of local public health standards. Open pit or trench latrines are not permitted. 3. Locate sanitary facilities as approved by Owner, and maintain in a sanitary condition during the entire course of the Work. At a minimum, all sanitary facilities shall be emptied at least once per week. Revision 0 01500-4 SECTION 01500 CONSTRUCTION FACILITIES 4. Do not use restrooms within existing or Owner occupied buildings. H. TEMPORARY ELECTRIC POWER 1. Provide and maintain during the course and progress of the Work all electrical power and wiring requirements to facilitate the Work of all trades and services associated with the Work. Make arrangements with the applicable serving utility company or provide generators and pay all charges for providing and maintaining electrical service including usage costs at the site unless otherwise approved by the Owner. Furnish all temporary wiring, feeders, and connections. 2. Routing of temporary conductors, including welding leads, must not create a safety hazard nor interfere with operation and maintenance of existing facilities. 3. Install all temporary wiring in accordance with the applicable requirements of the local electrical code. 4. Provide power and lighting to field office, and for Work as required, at no extra cost to Owner. I. TEMPORARY WATER 1. The Contractor shall make all provisions for supply of power and water for construction purposes. 2. The Contractor shall make all arrangements for water needs with Owner. Location of water source is shown on Drawing G4. J. FIRST AID FACILITIES 1. Provide first aid equipment and supplies to serve all Contractor’s personnel and CQA Consultant at the Site. 2. The Contractor shall have an automated external defibrillator (AED) in proximity to the construction area. The contractor shall inform the Owner of its location and iterate its location in the daily safety meetings. K. SECURITY 1. Make all necessary provisions and be responsible for the security of the Work and the site until final inspection and acceptance of the Work unless otherwise approved by the Owner. L. SHUT-DOWN TIME OF SERVICES 1. Do not disconnect or shut down any part of existing utilities and services, except as approved by the Owner. M. MAINTENANCE 1. Maintain all construction facilities, utilities, temporary roads, services to office, and the like in good working condition as required by Owner during the term of the Contract. 1.5 REMOVAL OF CONSTRUCTION FACILITIES A. Upon completion of the Work, or prior thereto, when so required by Engineer: 1. Repair damage to roads to their original condition caused by or resulting from the Contractor's Work. Revision 0 01500-5 SECTION 01500 CONSTRUCTION FACILITIES 2. Remove and dispose of all construction facilities including office trailers and other facilities; utilities; roads and benches; construction equipment; informational and identification signs, framing, supports, and foundations; and sanitation facilities. Similarly, return all areas utilized for temporary facilities to their near original, natural state, or as otherwise indicated or directed. B. Restore temporary roads built for Contractor's convenience to near original conditions to the extent practicable unless otherwise approved by the Engineer. PART 2 PRODUCTS Not Used. PART 3 EXECUTION Not Used. END OF SECTION Revision 0 01052-1 SECTION 01052 LAYOUT OF WORK AND SURVEYS SECTION 01052 LAYOUT OF WORK AND SURVEYS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Section includes requirements for layout of work and surveys to be provided by CQA Consultant for the following: 1. Layout of Work for the following will be performed by the CQA Consultant: a. Setting offset stakes and alignment stakes for field layout of LFG header and waterline piping and all other features for performance of the Work. 2. Conformance surveys for pipe slope of all header piping provided by the CQA Consultant. 3. Record (as-built) drawings, discussed in Section 1.4, including measurement of quantities for payment provided by the CQA Consultant. B. Although, CQA Consultant will perform surveys for the project, this does not relieve the Contractor of the responsibility to install all components in accordance with the Construction Plans and Technical Specifications, including header/lateral pipe slope and depth of soil cover. Any surveying performed by the Contractor will be performed at no additional cost to Owner. 1.2 DESCRIPTION OF WORK A. Owner will provide reference points, including monument(s) and elevation benchmark(s) in the vicinity of the Work for the Contractor and Owner’s CQA Consultant to perform their own survey, as specified herein. If displaced, replacement of these reference points will be replaced at the expense of the Contractor. B. Contractor shall provide access for CQA Consultant surveyor to perform necessary conformance surveys during construction. 1.3 LAYOUT OF WORK A. The CQA Consultant will perform the following pre-construction surveys: 1. Pre-construction topographical survey of existing ground elevation in areas where proposed roadway and gas header will be installed. 2. Horizontal control staking (alignment pre-construction layout) for all gas header piping. However, it is Contractor’s responsibility to obtain slope and soil cover on installed header and lateral piping as specified in Section 15050 – HDPE Pipe, Fittings, and Valves and shown on Construction Plans. All below-grade piping must have a minimum of 2-foot of cover, unless otherwise specified or approved by Engineer, and be installed with a minimum 3 percent slope. B. Contractor must perform all additional slope staking, off-setting and other control staking to perform the Work at no additional cost to Owner. Revision 0 01052-2 SECTION 01052 LAYOUT OF WORK AND SURVEYS 1.4 CONFORMANCE (RECORD) SURVEYS A. LFG Header, Leachate Collection Forcemain, and Waterline: The Owner’s CQA Consultant shall prepare conformance surveys, as follows, for verification of header and lateral slope and soil cover, and for use in preparation of record drawings by the Engineer: 1. Verify that the trench slope and soil cover for header and lateral piping meets the requirements specified in Section 02222 and on the Construction Plans at 50-foot intervals or less, including grade breaks or points-of-inflection along all piping and record such information in the project notes. 2. Verify cover thickness above waterline (Contractor to install witness pipes). 3. Measure each length of installed pipe and mark the survey stations. 4. Indicate the location of all fittings, valves, and other installed materials along the pipe alignment, as described in Part 1.4.A. 5. Survey equipment shall be used to measure the change in relative elevation between each station, and verify piping meets slope requirements as specified in Section 02222 and on the Construction Plans. 6. The change in elevation, slope, and soil cover for each section shall be clearly indicated in the record survey drawings prepared by Engineer. B. Roadway: The Owner’s CQA Consultant shall prepare conformance surveys, as follows, for verification of roadway, and for use in preparation of record drawings by the Engineer: 1. Each surveyed location shall include elevation of the shoulder, where applicable, and elevation of the edge of pavement, 2. Verification that final top of road elevation is within construction tolerance of ±0.1 feet, taken at 100- foot intervals and at each curve (curve radius will be recorded at each turn). 3. Verify that points meet or do not meet the required tolerance while onsite, and indicate to the contractor which points meet and do not meet these tolerances. C. Drainage Structures: The Owner’s CQA Consultant shall prepare conformance surveys, as follows, for verification of drainage structures installed, and for use in preparation of record drawings by the Engineer: 1. Inlet and outlet invert elevations of drainage culverts along with existing ground elevation at each location to verify cover above pipe. 2. Rip-rap installed at each drainage pipe inlet and outlet, where applicable, and at other locations. 3. Rip-rap installation. 4. Topographic survey of excavation/fill. 5. Drainage culvert installation and miscellaneous items. PART 2 - PRODUCTS Not Used. Revision 0 01052-3 SECTION 01052 LAYOUT OF WORK AND SURVEYS PART 3 - EXECUTION Not Used. END OF SECTION Revision 0 01560-1 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Specifications for controlling the pollution of land, air, and water, as described herein. B. Disposal of solid waste materials. C. Special controls, include the protection of existing groundwater wells, gas monitoring probes, existing LFG collection system components, leachate risers, power lines and poles, onsite structures and easements, and other landfill appurtenances in the vicinity of the Work. 1.2 RELATED SECTIONS A. General and Supplementary Information B. Section 01500 – Construction Facilities C. Section 02222 – Excavating, Trenching, Backfill, and Grading PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION 3.1 ENVIRONMENTAL PROTECTION A. Employ and utilize environmental protection methods, obtain all necessary permits, and fully observe all local, state, and federal regulations. B. No hazardous materials are allowed to be stored at the construction site. Environmental protection measures shall include, but are not limited to, the requirements for land, air, and water, as described in Part 3.1.B. through Part 3.1.G. C. Land Protection: 1. Except for any Work, storage areas, or access routes specifically assigned for the use of the Contractor, the land areas outside the limits of construction shall be preserved in their present condition. Contractor shall confine his construction activities to areas defined for Work within the Contract Documents. 2. Manage and control all Work, storage areas, access routes, open trenches and excavations, and embankments to prevent sediment from entering nearby water or land adjacent to the Work. 3. Restore all disturbed areas including borrow and haul areas and re-establish permanent type of locally adaptable vegetation. 4. Unless earthwork is immediately vegetated, protect all slopes immediately upon completion of final grading. Revision 0 01560-2 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 5. Plan and execute earthwork in a manner to minimize duration of exposure of unprotected soils. 6. Except for areas designated by the Contract Documents to be cleared and grubbed, the Contractor shall not deface, injure or destroy trees and vegetation, nor remove, cut, or disturb them without approval of the Owner/Engineer. 7. Any damage or change to existing grades or onsite features caused by the Contractor’s equipment or operations shall be restored as nearly as possible to its original condition at the Contractor’s expense. D. Stormwater Pollution Control 1. Return any property disturbed by construction activities to either specified conditions or pre-construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work, in accordance with the Technical Specifications. 2. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation controls. Modify the system as required to effectively control erosion and sediment. a. At a minimum silt fence and/or hay bales shall be installed for soil erosion and sedimentation control down-gradient of soil stockpiles or land disturbances that have the potential to drain to down-gradient outlet structures or offsite water bodies. b. Construct and install stabilized construction exits to prevent tracking of mud onto paved roadways. c. Machine compact all berms, dikes and embankments, as necessary. d. Install other erosion control features as necessary to control erosion and sedimentation, as directed by the Owner and/or Engineer, at no additional cost to the Owner. E. Drainage and Erosion Protection: 1. It is the Contractor’s responsibility to prevent erosion and sedimentation as a result of performance of the Work. Therefore, the Contractor shall utilize methods necessary to effectively prevent erosion and control sedimentation in accordance with Section 02270 – Soil Erosion and Sediment Control. 2. The Contractor shall provide adequate drainage or protection of the Work from surface water run-on or ponding, at the expense of the Contractor. a. No separate measurement or compensation will be paid for subdrains, pumps, or other methods of draining or protection of work. b. The Contractor shall be entirely responsible for adequately draining and pumping surface water from the Work. In the event the Contractor fails to provide adequate surface water protection (i.e., erosion, ponding, etc.), which results in damage to the Work or existing onsite structures and easements and other landfill appurtenances, the Contractor shall repair the Work at the expense of the Contractor. F. Control of Chemical Waste: Revision 0 01560-3 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 1. Store and dispose of chemical wastes in a manner approved by regulatory agencies. 2. Take special measures to prevent chemicals, fuels, oils, greases, herbicides, and insecticides from entering drainage ways. 3. Do not allow water used in onsite material processing, cleanup, and other waste waters to enter a drainage way(s) or stream. G. Control of Dust: 1. The control of dust shall mean that no construction activity shall take place without applying all such reasonable measures as may be required to prevent particulate matter from becoming airborne so that it remains visible beyond the limits of construction. Reasonable measures may include paving, frequent road cleaning, and application of water. 2. Utilize methods and practices of construction to eliminate dust in full observance of agency regulations. Chemical dust suppressant or oil shall not be used. Any dust suppressant proposed by the Contractor shall be approved by the Owner prior to use and will be supplied at no cost to the Owner. Contractor is responsible for providing any storage tanks or pumps, as well as their installation, operation and maintenance. 3. The Owner or Engineer will determine the effectiveness of the dust control program and may request the Contractor to provide additional measures, at no additional cost to Owner. H. Burning: 1. Do not burn material on the site. I. Control of Noise 1. Control noise by fitting equipment with appropriate mufflers. J. Pollution Control: 1. The Contractor shall provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. 2. The Contractor shall provide equipment and personnel to perform emergency measures required to contain any spillages and to remove contaminated soils or liquids; and, shall excavate and dispose of any soil contaminated by the construction operations off-site, and replace with suitable compacted fill, topsoil and vegetation as directed by the Owner. 3. The Contractor shall take special measures to prevent harmful substances from entering public waters; and, shall prevent disposal of wastes, effluents, chemicals, sediments, or other such substances adjacent to streams, or in sanitary or storm sewers. 4. The Contractor shall provide systems for control of atmospheric pollutants and shall: a. prevent toxic concentrations of chemicals; and b. prevent harmful dispersal of pollutants into the atmosphere. 5. The Contractor shall follow the landfill’s SWP3 permit in handling offsite discharges that will occur from non-contact water areas (i.e., soil borrow areas, final cover area with in-place soil, etc.) and Revision 0 01560-4 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS the associated BMPs that will be installed to prevent erosion and offsite sedimentation (see Section 02220, Part 3.5 and Section 02270). 3.2 SOLID WASTE DISPOSAL A. Collect solid waste generated from construction activities on a daily basis, including degradable solid waste and non-degradable solid waste and dispose of said waste as described below, at no additional cost to the Owner. B. Dispose of degradable solid waste at the working face of the landfill. Contractor shall coordinate with the Owner regarding acceptable time of day for disposal of waste at the working face. Additionally, prior to disposal of material at the landfill, the Contractor shall notify the Owner. C. Dispose of non-degradable, non-hazardous solid waste at the landfill working face or to an alternate site approved by Owner and regulatory agencies. D. Contractor will not be charged a tipping fee for solid waste generated during construction activities at the Owner’s landfill. E. Collect vegetation, trees, branches, or untreated wood waste from clearing and grubbing operations, and stockpile at location(s) as directed by the Owner. 3.3 SPECIAL CONTROLS A. Protect existing features including, groundwater wells, LFG collection system components, utilities, and other landfill appurtenances in the vicinity of the Work from damage. 1. The Contractor is cautioned of the potential hazards of the landfill and landfill gas, as specified under Section 01190. 2. Prior to beginning construction, locate and mark all existing features, such as groundwater wells, LFG collection system components, utilities, and other landfill appurtenances in the vicinity of the Work. 3. Notify the Owner and Engineer immediately of any features that interfere with the completion of the Work. 4. Inform employees of existing features and other landfill appurtenances, and the importance of protecting these from damage. 5. Contractor shall protect all existing features located in the vicinity of the Work from damage, and repair any damage caused by Work performed under this contract at no cost to the Owner. Owner reserves the right to select replacement of these features as a result of damage, and selection of Contractor or Subcontractor to perform such replacement work. B. Protection of existing easements, rights-of-way, utilities, and other structures. 1. Prior to beginning Work, locate easements, right-of-ways, utilities and other structures (i.e. overhead electrical, leachate sewer/forcemain, manholes, culverts, and/or discharge structures, etc.) that are adjacent to or cross the Work area, and provide temporary markers designating these facilities. All utility locations shown on the Construction Plans are approximate unless otherwise indicated. For underground utility locations, contact TX 811 prior to excavations. 2. Protect permanent and temporary markers, and replace if moved or lost during construction. Revision 0 01560-5 SECTION 01560 ENVIRONMENTAL PROTECTION AND SPECIAL CONTROLS 3. Coordinate with Owner regarding access to easements or right-of-ways, including routing construction traffic over easements or right-of-ways. 4. Owner of easements or rights-of-way reserve the right to prohibit accessing the construction area across or thru any easement or rights-of way, to limit access to select routes, or require temporary improvement to easement or right-of-way to facilitate access. The contractor shall be responsible for notifying all utility companies prior to commencing work in the project area. Likewise, the contractor is responsible for coordinating work with the utility companies known to be within the project area. C. Owner shall not be liable for any costs, injury, damage or loss associated with disturbance, impact, or damage to facilities or structures, regardless of whether the locations of said facilities or structures were properly or completely identified, or whether markers identifying such facilities were installed or maintained by Contractor. 1. Provide all necessary measures to protect structures, facilities, utilities and/or service lines from disturbance, impact, or damage. 2. Any Contractor-caused damage to facilities, structures, utilities and/or service lines, shown or not shown on the Construction Plans, shall be repaired or replaced at no cost to the Owner and shall be accomplished by the Contractor or Subcontractor approved by the Owner. D. Contractor shall acquire all necessary construction permits for completion of Work, including any permits required by local, state, and federal agencies. Contractor shall submit these permits to the Owner and Engineer following receipt of such permits. The Owner is not responsible for any delays in Work associated with the Contractor not obtaining such permits in a timely fashion for execution of Work. E. As shown on the Construction Plans, the east sideslope of the Landfill has an existing HDPE-lined downchute. Contractor shall take every precaution to prevent damage to the downchute during construction activities. Any Contractor-caused damage to the downchute shall be repaired or replaced at no cost to the Owner and shall be accomplished by the Contractor or Subcontractor approved by the Owner. 3.4 CONSTRUCTION SIGNAGE, BARRICADES, AND TRAFFIC CONTROL A. The Contractor shall be responsible for furnishing all labor, material, equipment and incidental items needed to provide adequate construction signage, barricades, traffic control devices and other related items for the project area during the construction period. B. The Contractor must provide flagmen throughout the duration of the project while working on the existing landfill perimeter road to direct traffic when execution of Work is being performed on road construction. Contractor must submit a traffic control plan to the Owner prior to commencing of Construction. C. The work for construction signage, barricades, and traffic control shall be considered an incidental item and the cost of this item is to be included in other pay items. END OF SECTION Revision 0 01600-1 SECTION 01600 MATERIAL AND EQUIPMENT SECTION 01600 MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Products B. Product Delivery C. Product Storage, Handling, and Protection D. Product Options and Substitutions 1.2 RELATED SECTIONS A. General and Supplementary Conditions B. Section 01010 – Summary of Work C. Section 01300 - Submittals 1.3 PRODUCTS A. Products: Means newly manufactured material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. 1.4 PRODUCT DELIVERY A. Schedule delivery of products or equipment between the hours of operations indicated in Section 01010 – Summary of Work and as required to allow timely installation and to avoid prolonged storage. B. Deliver products or equipment in manufacturer’s original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. C. Clearly and fully mark and identify as to manufacturer, item, and installation location. D. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. Reject all products or equipment that are damaged, used, or in any other way unsatisfactory for use on Project. E. Provide manufacturer’s instructions for storage and handling. 1.5 STORAGE, PROTECTION, AND HANDLING A. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Revision 0 01600-2 SECTION 01600 MATERIAL AND EQUIPMENT B. Store sensitive products in a weather-resistant and climate controlled enclosure. For exterior storage of fabricated products, place on sloped supports above ground. C. Protect equipment from exposure to elements and keep thoroughly dry. Store pumps, motors, electrical equipment, and other equipment having anti-friction or sleeve bearings in weather-tight storage building, which are maintained at a temperature of at least 50 degrees Fahrenheit. When space heaters are provided in equipment, connect and operate heaters during storage until equipment is placed in service. D. Provide off-site storage and protection when site does not permit on-site storage or protection. E. Cover products subject to deterioration with impervious sheet covering. Anchor or ballast sheeting to prevent removal or displacement by wind. Provide ventilation to avoid condensation. F. Store loose granular materials on solid flat surfaces in a well-drained area, as practical. G. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of products to permit access for inspection. Periodically inspect to assure products are undamaged and are maintained under specified conditions. Repair or replace protective cover as required. I. Handle products or equipment in accordance with manufacturer’s recommendations and instructions. J. Store materials and equipment within boundaries of designated areas. Storage of gasoline or similar fuels must conform to state and local regulations and be limited to the areas approved for this purpose by the Owner. 1.6 PRODUCT OPTIONS AND SUBSTITUTIONS A. The Contract is based on standards of quality established in the Contract Documents. 1. In agreeing to the terms and conditions of the Contract, the Contractor has accepted a responsibility to verify that the specified products will be available and to place orders for all required materials in such a timely manner as is needed to meet the agreed construction schedule. 2. Neither the Owner nor the Engineer has agreed to the substitution of materials or methods called for in the Contract Documents, except as they may specifically otherwise state in writing. B. Materials and/or methods specified by name: 1. Where materials and/or methods are specified by naming one single manufacturer and/or model number, without stating that equal products will be considered, only the material and/or method named is approved for incorporation into the Work. 2. Should the Contractor demonstrate to the approval of the Owner that a specified material or method was ordered in a timely manner and will not be available in time for incorporation into this Work, the Contractor shall submit to the Owner such data on proposed substitute materials and/or methods as are needed to help the Owner determine suitability of the proposed substitution. C. Where materials and/or methods are specified by name and/or model number, followed by the phrase "or equal," “or approved equal,” or “approved substitute” "or equal as approved by the Revision 0 01600-3 SECTION 01600 MATERIAL AND EQUIPMENT Engineer," or similar wording in the Contract Documents, the Contractor shall adhere to the following procedures when requesting a product substitution: 1. The material and/or method specified by name establishes the required standard of quality. 2. Materials and/or methods proposed by the Contractor to be used in lieu of materials and/or methods so specified by name must in all ways be equal or exceed the qualities of the named materials and/or methods. 3. The Contractor shall demonstrate through submittal of product data sheet(s), certification(s), calculations, conformance testing, etc. that the material being proposed meets or exceed the qualities or properties of the named materials or methods. 4. Do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved in writing for this Work by the Engineer. 5. The Owner shall not be responsible for any incremental costs associated with rejection of a requested “or equal” product or service, regardless of reason for rejection. The decision of the Owner shall be final. D. The following products do not require further approval except for interface within the Work: 1. Products specified by reference to standard specifications such as ASTM and similar standards. 2. Products specified by manufacturer's name and catalog model number. E. Delays in construction arising by virtue of the non-availability of a specified material and/or method will not be considered by the Owner as justifying of the agreed Time of Completion. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION Revision 0 01700-1 SECTION 01700 CONTRACT CLOSEOUT SECTION 01700 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 SECTION INCLUDES A. Preparation, maintenance, completion, and submission of all project record drawings, specifications, and related documents. B. Where conflicts exist between this specification and the General Conditions, the more stringent requirements shall prevail. 1.2 RELATED SECTIONS A. General and Supplementary Conditions B. Section 01300 – Submittals 1.3 MAINTENANCE OF RECORD DOCUMENTS A. Maintain at the job site one copy of the following Project or Contract Documents for record purposes: 1. Construction Plans. 2. Technical Specifications. 3. Addenda. 4. Change Orders and Work Change Directives. 5. Field Orders. 6. Reviewed Shop Drawings and Submittals. 7. Construction Schedules. 8. Clarifications or Explanatory Drawings and Specifications. 9. Inspection Reports. 10. Field Test Records. B. Store documents used for record purposes in the field office or other approved location, apart from documents used for construction. C. File documents in accordance with the Technical Specification sections. D. Maintain documents in clean, dry, legible condition. E. Do not use record documents for construction purposes. F. Make documents available at all times for inspection by the Owner and Engineer and their authorized representatives. Revision 0 01700-2 SECTION 01700 CONTRACT CLOSEOUT 1.4 RECORD DRAWINGS A. Project Drawings: 1. Maintain record drawings of all Work as the job progresses. Keep a separate set of prints, for this purpose only, and at the job site at all times. 2. Keep these drawings up-to-date. 3. During the course of construction identify on the drawings the actual locations for all Work, including all site utilities and services installed underground or otherwise concealed. Show deviations from the Construction Plans in detail. Locate all main runs, whether piping or drain lines, by dimension and elevation. 4. During the course of construction, record as-built information. B. Addenda and Change Orders: 1. Incorporate changes to the Construction Plans affected by Addenda, Change Orders, or Field Orders. Identify change by Addendum, Change Order, or Field Order number and effective date. 2. When revised Construction Plans are issued as the basis of or along with addenda or change order, incorporate these revised Construction Plans into the record set with appropriate annotation. C. Shop Drawings: 1. Collect and maintain one complete set of reviewed shop drawings, including manufacturer’s printed catalog cuts and data, for record purposes. 2. Shop drawings must be filed and maintained separate from project drawings. 1.5 RECORD TECHNICAL SPECIFICATIONS A. Project Technical Specifications: 1. Information, changes, and notes must be recorded in the specifications in blank areas, such as page margins or the backs of opposite pages, or on separate sheets inserted in the binder. All such information, changes, and notes must be recorded with red pen. 2. In each section, in an appropriate location, record the manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 3. The record specifications book must be complete and include all documents and forms listed under Bidding Requirements, Contract Documents, and Specifications. B. Addenda, Change Orders, Work Change Directives, and Field Orders 1. All Addenda, Change Orders, Work Change Directives, and Field Orders must be incorporated into the front of the Technical Specifications book in reverse chronological order. Use appropriate page dividers to identify addenda and change orders and to separate addenda from the specifications. 2. In addition, the changes to the technical specifications affected by Addenda, Change Orders, Work Change Directives, or Field Orders must be annotated on the affected page or pages of the specifications, or adjacent thereto. Revision 0 01700-3 SECTION 01700 CONTRACT CLOSEOUT 1.6 SUBMISSION OF DOCUMENTS A. At completion of the project, and before submitting an invoice for final payment, deliver record documents to the Owner. Additionally, Contractor shall submit all other necessary documentation indicated in the General Conditions, or any other necessary documents requested by Owner in order to close out the project and make final payment. B. Record documents must be delivered neatly and efficiently packaged. C. Submission of record documents must be accompanied with a transmittal letter containing the following information, as applicable: 1. Date of submission. 2. Project title and number. 3. Contractor’s name and address. 4. Title and number of each record document (i.e., submittals, shop drawings, as-built drawings or sketches, test data, etc. which may be grouped in basic categories or divisions of work). Record documents shall include: a. Reference to applicable section of technical specifications, construction drawings, and applicable standards. b. Types of materials and finishes. c. Working and erection dimensions and clearances. d. All arrangement and section views, as well as connections between functional parts. e. For resubmittals, identification of the revisions made. 5. Certification that each document as submitted is complete and accurate. 6. Signature of Contractor or its authorized representative. PART 2 - PRODUCTS Not Used. PART 3 - EXECUTION Not Used. END OF SECTION Revision 0 02222-1 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. The Work specified in this Section includes the trenching and trench backfilling activities associated with installation of below-grade landfill gas (LFG) header piping, header isolation valves, air supply line pipe, condensate forcemain pipe, condensate sump, leachate forcemain pipe, extension of existing road and waterline; and any other Work requiring excavation, separating, hauling, mixing (for lime-stabilized structural fill), stockpiling, backfilling, compacting, grading of structural fill soils, trenching and trench backfill. B. Work under this Section includes excavation and trenching activities within and outside of municipal solid waste (MSW). C. No classification of type of excavated materials will be made. Excavation includes all soil, and waste materials if encountered, regardless of type, character, composition, moisture, or condition thereof. D. Contractor shall provide all labor, materials, soils, equipment and incidentals to excavate and trench designated areas, install piping and appurtenances, placement and compaction of backfill or fill materials, and regrade disturbed areas as shown on the Construction Plans, and described in this Section. 1.2 RELATED SECTIONS A. The following Sections of the technical specifications described related Work provided herein: 1. General and Supplementary Conditions 2. Section 01052 – Layout and Survey 3. Section 01190 – Health and Safety 4. Section 01400 – Quality Assurance and Quality Control 5. Section 01560 – Environmental Protection and Special Controls 6. Section 02270 – Soil Erosion and Sediment Control 7. Section 02740 – Asphalt Pavement 8. Section 03150 – Concrete Pavement 9. Section 03200 – Concrete Reinforcement 10. Section 03330 – Cast-in-place Concrete 11. Section 11200 – Condensate Management System 12. Section 15050 – HDPE Pipe, Fittings, and Valves Revision 0 02222-2 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING 13. Section 15051 – PVC Pipe, Fittings, and Valves 1.3 REFERENCES A. ASTM D422 - Test Method for Particle-Size Analysis of Soils B. ASTM D698 - Standard Test Method for Moisture Density Relationship of Soils and Soil Aggregate Mixtures Using 5.5 lb. Hammer/12-Inch Drop C. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) D. ASTM D2216 – Standard Method for Laboratory Determination of Water (Moisture) Content of soil and Rock by Mass. E. ASTM D2922 - Standard Test Method for Density of Soil in Place by the Nuclear Gauge F. ASTM D3017 - Test Method for Water Content of Soil and Rock In-place by Nuclear Methods G. ASTM D4318 - Test Method For Liquid Limit, Plastic Limit, and Plasticity Index of Soils H. TXDOT Item 260 – Lime Treatment (Road-Mixed) I. Attachment 1 – Borrow Soil Test Results and Geotechnical Investigation Boring Logs 1.4 PROJECT CONDITIONS A. Existing Structures within the project limits may include, but are not limited to above and below ground structures such as: 1. stormwater drainage structures and culverts; 2. groundwater monitoring wells and gas monitoring probes; 3. leachate riser pipes and forcemain; 4. overhead and underground electric; 5. blower/flare facility and associated components; 6. landfill gas collection and control system; 7. liner and leachate collection systems; and 8. roadways. B. This information has been obtained from existing records. It is not guaranteed to be correct or complete and is shown for the convenience of the Contractor. The Contractor shall perform an evaluation of the Site prior to excavation or trenching to determine the exact location of all structures and utilities. Revision 0 02222-3 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING C. Structures shall be supported and protected from damage by the Contractor. If structures are broken or damaged, Contractor shall restore structures to their original condition at no additional cost to the Owner. Owner reserves the right to select replacement of these structures and features as a result of damage, and selection of Contractor or Subcontractor to perform such work. Contractor shall call TX 811 prior to performance of excavation, trenching, or fill outside the limits of waste. 1.5 SITE ACCESS A. Work shall be performed so as to not block or hinder site access, except as authorized by the Owner. Contractor shall be aware of ongoing landfill operations to avoid disruption of landfill operations, vehicle and equipment traffic, etc. B. Where execution of Work may interfere or hinder landfill operations, it is the Contractor’s responsibility to communicate and coordinate with the Landfill Manager or Owner’s Representative on such Work activities. In such situations, the Contractor shall coordinate with the Owner at least 48-hours in advance, and obtain authorization from the Owner for the day and time of day such work will be performed. 1.6 SAFETY A. All Work shall be performed in strict accordance with the Health and Safety requirements set forth in Section 01190 – Health and Safety and the General and Supplementary Conditions of the Contract Documents. B. All work shall be performed in strict accordance with all local, State, U.S. Occupational Safety and Health Administration (OSHA) and other applicable Federal regulations regarding trenching operations and trench safety. C. Excavation may be made without sheeting and bracing within the limitations and requirements of the governmental agencies having jurisdiction. It is the Contractor’s responsibility to perform all excavations and trenching in strict accordance with regulatory standards. The Contractor shall be responsible for the condition of all excavations and trenching. All slides and caves shall be removed without extra compensation, at whatever time and under whatever circumstances that they may occur. D. Contractor shall develop and implement a trench safety system in accordance with Section 01190 – Health and Safety. E. Contractor shall develop and implement an asbestos handling and disposal plan in accordance with Section 01190 – Health and Safety. F. All excavation shall comply with the applicable requirements as stated in the following: 1. OSHA excavation safety standards 29 CFR, 1926-650, subpart P. 2. Trench safety guidelines as specified by the Landfill Gas Division of the Solid Waste Association of North America (SWANA). 1.7 SUBMITTALS A. Health and Safety Plan, including trench safety systems, as described in Section 01190 – Health and Safety. B. Structural Fill – The Contractor shall be using on-site soil source for the structural fill, unless otherwise directed by the Owner. The Contractor shall select soil within the on-site source that meets the requirements specified in this Section and from sources identified by the Owner. Revision 0 02222-4 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING C. The Contractor shall submit to the Owner for review a minimum of 7 days prior to construction, a letter describing the proposed methods of construction, including stripping, dewatering, excavation, filling, compaction, and backfilling for the various portions of the work and, for lime-stabilized structural fill, methods and equipment for pulverizing soils, adding lime, adding water and maintaining required moisture content, and curing. The review shall be for method only. The Contractor shall remain responsible for the adequacy and safety of the methods. D. It is the responsibility of the Contractor to ensure that the material used for the structural fill meets the requirements of these Specifications. Any material that does not conform to these Specifications will be rejected by the CQA Consultant or Owner and shall be replaced by the Contractor at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 HIGH DENSITY POLYETHYLENE PIPE AND FITTINGS A. Header, air supply, and condensate forcemain piping, valves, and condensate sump installed in excavations and/or trenches shall conform to Section 15050 and Section 11200, respectively, of these specifications. B. Backfilling operations shall be performed to prevent damage, crushing, or collapse of installed piping, fittings, valves, and sumps. 2.2 POYLVINYL CHLORIDA PIPE AND FITTINGS A. Waterline piping, fittings, and valves, installed in excavations and/or trenches shall conform to Section 15051 and Section 11200, respectively, of these specifications. B. Backfilling operations shall be performed to prevent damage, crushing, or collapse of installed piping, fittings, valves, and sumps. 2.3 TRENCH BACKFILL AND ASSOCIATED SOIL FILL A. For excavations within the limits of the landfill or waste, to the maximum extent practical, Contractor shall separate excavated cover soils overlying refuse (if refuse is encountered) and reuse the clean soils for trench backfill. B. If refuse cannot be separated from the overlying soils, then the Contractor shall use clean soils for trench backfill from an on-site borrow source, as directed by Owner. Under no circumstances shall waste be used for trench backfill. C. Trench backfill or fill shall be clean soil, generally be free of sticks, roots, organic matter, brick, metal, or other delirious material; rock or stones larger than 3-inches in any dimension, and excavated refuse. 2.4 SOIL MATERIALS A. Structural Fill: Soil free from chemical contamination, construction material, organics, debris, frozen material, organic matter, or unsuitable material. Structural fill for roadway construction shall have a plasticity index (PI) between 5 to 15 percent, at least 10 percent passing the No. 200 sieve, at least 90 percent passing the No. 4 sieve, and no rock greater than 1-inch in size. In order to achieve a PI of less than 15 percent, the structural soil shall be stabilized with the addition of lime 6% lime B. Structural Fill shall be obtained from on-site borrow areas, as directed by Owner, and tested prior to use as specified in Part 3.11.D of this Section, and shall be stabilized with addition of 6% lime. Revision 0 02222-5 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING C. Lime shall meet the requirements of TXDOT DMS-6350 “Lime and Lime Slurry” and shall be manufactured by a party listed in TXDOT DMS-6330 “Pre-Qualification of Lime Sources”. D. Water shall be clean and free from oil, organic matter, or deleterious substances. E. Lime-stabilized structural fill shall consist of structural fill, lime, and water proportioned and mixed to achieve a pH of 12. 2.5 QUALITY CONTROL A. Quality control testing of structural fill, aggregates, and lime-stabilized structural fill soils shall be performed by Contractor at the expense of the Owner. The Contractor shall identify the source of aggregates for all Contractor-supplied material or obtain representative samples from Owner-supplied material, and ship samples of materials to Contractor’s third-party laboratory. B. Quality control testing provided in Table 02222-1 will be performed for each aggregate and soil type incorporated into the project in accordance with this Section, Section 01400, and Attachment 1. Owner and Engineer reserve the right to require additional quality control tests of aggregate and soil if material delivered to site is materially different in gradation or composition than the specified material. Failing tests will be paid by the Contractor for Contractor-supplied material or will be paid by the Owner for Owner-supplied material. Contractor may be required to remove and replace failing aggregate or soil materials, at the Contractor’s expense. Table 02221-1 Quality Control Tests Test Type Test Method Road Base Coarse Aggregate Structural Fill Soil Classification ASTM D2487 X2 Atterberg Limits ASTM D4318 X2 Standard Proctor ASTM D698 X2 Gradation ASTM C136 X1 X1 Grain Size Analysis ASTM D422 X2 In-place Moisture and Density ASTM D6938 X2 Lime-Testing TEX-121-E X4 Certification Survey - X Notes: 1. Testing shall be performed by the Contractor prior to or during execution of work. Cost associated with testing shall be included in the respective unit rate for Work. 2. Testing shall be performed by the Contractor prior to or during execution of work, only if Owner-supplied material is not used. Pre-constructing test results of borrow soil material are provided in Attachment 1. Additional testing, if required, shall be performed under Bid Item No. 20 – Allowance based on an agreed upon price. 3. Certification survey shall be conducted by the Owner or CQA Consultant. 4. Testing shall include compaction and stabilization ability of lime by soil pH, be performed by the Contractor during execution of work. Revision 0 02222-6 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING PART 3 – EXECUTION 3.1 PREPARATION A. Prior to beginning excavation, backfill, or fill placement activities, Contractor shall perform their layout of Work survey, and verify topography shown on the Construction Plans. B. If the surveyed topography or existing conditions are substantially different from topography shown on the Construction Plans, immediately notify the Certifying Engineer, including providing a copy of the site plan with survey control points transcribed onto plan sheet to the Certifying Engineer. C. Consistent with Section 01560 – Environmental Protection and Special Controls, Contractor is responsible for identifying existing structures, utilities, and other landfill appurtenances (i.e., benchmarks, etc.) within the vicinity of Work. Contractor is responsible for protection of structures, facilities, utilities, and other landfill appurtenances and in the event of damage to said features; Contractor will repair or replace them at the expense of Contractor. 3.2 PRE-CONSTRUCTION LAYOUT A. Prior to road construction, LFG pipe trenching and installation, leachate forcemain pipe trenching and installation, water line trenching and installation, Contractor’s surveyor shall perform a pre- construction survey and stake out the entire proposed trench alignment. The proposed alignment should be reviewed by the Contractor and Owner’s CQA Consultant prior to the Contractor commencing Work and shall identify conflicts between the proposed Work and existing features. B. Layout of work and surveying shall be performed in accordance with the Section 01052 – Layout and Survey of these specifications. C. Although, an independent surveyor will perform conformance and record surveys for the project, this does not relieve the Contractor of the responsibility to achieve the specified slopes, grades, and pipe soil cover. 3.3 SURFACE PREPARATION A. Prior to beginning excavations, placing structural fill, or final grading, the surface of the Work area shall be stripped of vegetation, debris, etc., including soil borrow area. B. Remove the upper organic soil layer (topsoil), if existing at the time of construction, and stockpile at a location specified by the Owner. 3.4 SUBGRADE PREPARATION A. Prior to placement of backfill or Structural Fill, the underlying subgrade surface shall be scarified and moisture conditioned, if applicable, consistent with Part 3.6 of this Section. 3.5 EXCAVATION A. Excavated cover material shall be separated from excavated refuse (when refuse is encountered) and any cover material free of refuse may be reused as backfill material, pursuant to the requirements of Part 2.2 of this Section. B. Waste materials, if encountered, shall be disposed by the Contractor at the working face of the landfill during normal operating hours (7:00 am to 4:00 pm, Monday through Saturday), or as directed by the Revision 0 02222-7 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING Owner. The Owner will not charge Contractor a tipping fee, but Contractor shall be responsible for all other costs, associated with waste disposal. At no time shall excavated waste be stockpiled adjacent to the excavations. C. Excavate to lines, grades and dimensions necessary to complete the Work. D. Trenching Tolerances: 1. Excavate to install pipes in straight runs at a uniform grade, without sags or humps, between vertical and horizontal control points in accordance with the Construction Plans and this Section. 2. Minimum trench width shall be as shown on the Construction Plans. 3. Maintain a minimum of 2-foot of soil cover over the top of the pipe, except when approved by Engineer. E. Excavations shall not be left open overnight, with the exception of 20 feet at end of trench needed for continuation of pipe placement the following day. For instances where pipe placement will continue the following day, barricades will be erected around open 20 feet of trench. If in waste, this open 20 feet shall be covered with a tarp or other approved cover and secured at the edges with soil. . F. Contractor shall use appropriate survey/level instrumentation during excavation to ensure proper trench slope. Verification of installed pipe slope shall be as specified in Part 3.5. G. Minimum trench slopes shall be as shown on the Construction Plans or approved by the Engineer. All header piping shall be installed with at least 1.5 percent slope when installed outside of waste, unless otherwise indicated on the construction plans or approved by Engineer. H. Repair of Pumping and Yielding Subgrade: At the discretion of the Owner’s CQA consultant, areas subject to pumping or yielding will be undercut to firm material and refilled Structural Fill. No additional compensation will be paid to Contractor for addressing pumping or yielding areas. Repair of pumping or yielding areas will be paid based on the unit rates for Structural Fill, over an area and depth agreed by the Owner prior to execution of the repair. Contractor shall not execute a repair without prior approval of Owner or CQA Consultant in writing. Excavation and fill shall be performed consistent with the procedures of Parts 3.4 and 3.6 of this section. 3.6 CONTROL OF SURFACE WATER AND LEACHATE A. Water that enters excavations that contains refuse shall be considered landfill leachate and shall not be allowed to discharge onto the ground, into stormwater drainage features, or other water bodies. Contaminated water shall be discharged or pumped to existing leachate collection or management features, as directed in advance by the Owner or Engineer. 1. The Contractor shall provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components necessary to convey contaminated water to approved disposal locations at no additional cost to the Owner. 2. Contractor shall be aware that trapped condensate or leachate may exist in trench excavations or existing LFG collection system piping. The Contractor shall be prepared to manage condensate or leachate during the execution of the Work, and shall manage such liquids at no additional cost to the Owner. B. The Contractor shall, at all times during construction, provide and maintain proper equipment and facilities to remove surface water or stormwater from entering excavations. Contractor shall provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components Revision 0 02222-8 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING necessary to convey water away from excavations or dewater excavations. Contractor shall keep such excavations dry so as to obtain a satisfactory foundation condition for all Work. C. If pipe trenches or excavations become watered-in after placement of materials, but before backfilling, Contractor shall dewater the trench or excavation, demonstrate that the pipe bedding and/or pipe slope remains satisfactory, and upon approval by the Engineer, backfill the trench or excavation with clean, dry soil in accordance with Part 2.2 of this Section. D. Contractor shall establish and maintain temporary drainage ditches and other diversions outside excavation limits to convey rainwater and groundwater removed from excavations to collecting or runoff areas. E. Discharge of Surface Water: 1. Water conveyed away or removed from excavations, which has not contacted refuse, shall be discharged to areas as approved by the Owner. BMPs shall be in-place for discharge of non-contact water from exposed soil areas in accordance with Contractor’s stormwater pollution prevention plan (see Section 01560 – Environmental Protection and Special Controls and Section 02270 – Soil Erosion and Sediment Control). 2. Dispose of water by procedures approved by the Certifying Engineer in such a manner as to cause no inconvenience to Owner or others involved in Work at the Site. 3. Water conveyed away or removed from excavations, which has contacted refuse (i.e., contaminated water) shall be discharged or pumped to existing leachate collection or management features, as directed in advance by the Owner or Engineer. 3.7 STRUCTURAL FILL PLACEMENT A. Structural fill placement will be required for construction of the perimeter road. B. All structural fill shall be compacted to 95 percent (standard Proctor) of the maximum dry density in accordance with ASTM D698. C. Placement and compaction of structural fill shall be performed, as specified below: D. Deposit and spread soil in relatively uniform, horizontal lifts, no greater than 8 inches in thickness (uncompacted). Compact each lift with a minimum 3 complete passes (back and forth) of compaction equipment, to a minimum 95 percent of the maximum dry density. Additional passes may be required if quality assurance testing does not verify that adequate compaction is being achieved. E. Prior to placement of successive lifts, scarify the surface of previously compacted lifts or subgrade using tracks of dozer, a disk, or other methods acceptable to the Engineer or Owner’s CQA Consultant. Placement methods shall be such that smooth interfaces between successive lifts are not created. Moisten condition surface if dried prior to placement of successive lifts. F. Unless otherwise specified, compact all structural fill at a moisture content within plus 4 percent or minus 2 percent of optimum moisture content as determined by ASTM D698, unless otherwise allowed by the Engineer. 3.8 MIXING OF LIME-STABILIZED STRUCTURAL FILL A. After the structural fill has been thoroughly scarified or pulverized, dry hydrated lime or slurry shall be uniformly mixed into the soil as required to provide a pH of 12. Based on laboratory testing of borrow Revision 0 02222-9 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING soil samples (provided in Attachment 1), this is achieved with the addition of 6% lime. Lime slurry shall be applied the same day it is prepared. B. Mixing of the soil shall only be performed when the air temperature is at least 40ºF and will remain above 40ºF during the curing period. The temperature will be taken in the shade and away from artificial heat. Suspend preparation when the temperature requirements cannot be maintained. C. Hydrated lime shall be preliminary mixed with the soil to provide uniform distribution of the lime throughout the mixture. Adequate water shall be provided during mixing to ensure complete hydration. Final mixture of the lime-stabilized soil shall be at least 2 percent above optimum moisture to ensure the required chemical reaction between the soil and lime. After mixing, the mixed soil and hydrated lime shall be allowed to cure for a minimum of 48 hours. The surface of the mixture shall be kept moist during the curing period. Following curing, the lime-stabilized structural fill shall be remixed until the mix is free of soil with a maximum particle size of 3 inches. 3.9 PIPE CONFORMANCE SURVEY A. An independent surveyor shall perform layout of work in accordance with Section 01052 – Layout of Work and Surveys for all below-grade header and lateral piping, as described in Part 3.2 of this section. B. An independent surveyor shall perform conformance surveys in accordance with Section 01052 –Layout of work and Surveys for verification of pipe slope and soil cover for installed components, and record surveys for documentation of installed materials. Although, the independent surveyor will perform conformance and record surveys for the project, this does not relieve the Contractor of the responsibility to achieve the specified slopes, grades, and pipe soil cover. C. Prior to placement of soil backfill, Owner’s CQA Consultant will confirm slope and soil cover requirements, as specified in the Technical Specifications and Construction Plans. As such, Contractor shall provide access to Owner’s CQA Consultant to perform record surveys during performance of the Work. D. If soil backfill has been placed prior to performance of conformance surveys, Contractor will be required to expose pipe, lines, etc. for such surveys, at no additional cost to the Owner. E. At a minimum, conformance and record surveys for below-grade facilities will be performed as follows: 1. For pipe runs 100 feet or more in length, survey shots shall be recorded every 50 feet; 2. For pipe runs 100 feet or less in length, survey shots shall be recorded every 20 feet; 3. For pipe runs 50 feet or less in length, survey shots shall be recorded every 10 feet; and 4. At all pipe bends, fittings, and valves. F. Record surveys must be completed and approved by Engineer and Owner’s CQA Consultant prior to Contractor demobilizing from the site. 3.10 TRENCH BACKFILL A. Trench backfill materials shall be as described in Part 2.2 of this Section. B. Contractor shall notify Owner and CQA Consultant prior to beginning backfilling. The Owner or CQA Consultant shall inspect all pipe, fittings and connections prior to approving backfilling. If Contractor backfills pipe without inspection of the pipe while pipe is installed in the open trench, Contractor shall Revision 0 02222-10 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING uncover all un-inspected buried pipe so that it may be properly inspected. This shall be done at no additional cost to the Owner. C. Trench backfilling procedures shall be modified as necessary, as approved by Engineer, in order to not displace (either horizontally or vertically) piping or connections installed in trench during backfill placement D. Place soil backfill in maximum 6-inch lifts above pipe, fitting, and/or valve to the existing grade. Contractor shall compact trench backfill in 6-inch lifts with a mechanical compaction device. Trench backfill shall be compacted by a minimum of three passes of the mechanical compaction device. The resulting degree of compaction or density of the backfill shall be that the surface elevation of the backfill material is not reduced by more than three-quarters of an inch. The Contractor shall perform additional passes of the compaction equipment to achieve the desired compaction results, as directed by the Owner’s CQA Consultant. 3.11 GRADING A. Uniformly grade areas within limits of Work, including adjacent transition areas. B. Grade and compact with uniform levels and grades consistent with the Construction Plans and surrounding topography to provide adequate drainage. C. After the completion of fill and backfill placement, all areas intersecting with or adjacent to the line of Work shall be left free, clean, and in good order. D. Construct subgrade or finished grades to the tolerances specified in Table 02210-2. TABLE 02210-2 FINISHED GRADE TOLERANCES SURFACE TOLERANCE Soil Subgrade -0.2 to 0 ft Top of Pavement 0 to +0.2 ft 3.12 MOISTURE CONTROL A. Where soil subgrade, backfill or fill material must be moisture conditioned before compaction, uniformly apply water at a rate sufficient to moisten the soil, while preventing free water from ponding on surface. B. Moisture condition using methods which will distribute the added moisture uniformly through the soil lift. For excessively wet soils, reduce moisture using methods which effectively promote aeration and drying of the fill material or subgrade. C. During placement operations, keep surfaces from drying by addition of water. Protect compacted soils from excessive drying, airborne dust, or cracking by addition of water. D. Remove, replace, scarify, or dry fill that is too wet to achieve specified relative compaction. Prevent free water from appearing on surface during, or subsequent to, compaction operations. E. If soil fill is removed due to excessive moisture, stockpile in an area outside of the fill area and allow it to dry. Assist drying by disking, harrowing, pulverizing or other methods until moisture content is reduced to an acceptable level Revision 0 02222-11 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING F. No additional compensation shall be given to Contractor for re-working of areas that require re-compaction, moisture-conditioning, or other efforts to achieve minimum compaction and moisture content. 3.13 PROTECTION OF SUBGRADES AND FILL SURFACES A. Protect completed surfaces from traffic and erosion. Repair settlement or erosion that occurs prior to acceptance. Repair shall include regrading and compacting to re-establish finished surfaces to specified tolerances. B. Keep fill areas and excavations shaped and drained, with drainage directed for discharge to areas with adequate silt fencing and erosion control. Maintain ditches and drains to effectively drain at all times. C. Do not allow water to accumulate in excavations. Subgrade which become soft, loose, “quick”, or otherwise unsatisfactory as a result of inadequate dewatering or other construction methods shall be removed and replaced with Structural Fill, as required by the Certifying Engineer at the Contractor’s expense. The subgrade shall be firm and without standing water before placing additional materials. Provide and maintain pumps, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations and fill surfaces. D. Do not allow equipment traffic or other operations to disturb the final grades. Do not store or stockpile materials on finished grades. 3.14 QUALITY CONTROL / QUALITY ASSURANCE TESTING A. Quality control and quality assurance testing for Structural Fill will be performed by the Owner’s CQA Consultant and Laboratory subcontracted by the Owner. B. Contractor shall be responsible for coordinating with Owner’s CQA Consultant regarding collection of samples and testing of Structural Fill. Owner or Owner’s CQA Consultant shall not be responsible for failure of Contractor to coordinate collection of samples or coordinate Owner’s CQA Consultant inspections, or for Contractor not coordinating sampling and testing to coincide with construction scheduling and sequencing. C. Contractor shall obtain Engineer Fill from the onsite borrow area. D. The Owner’s CQA Consultant shall provide a soil classification, particle size analysis, standard Proctor, and Atterberg limits. These shall be performed at least once per borrow source, or for each material change in soil property. If a conspicuous change in soil color and soil type occurs within a borrow source, each soil type shall be tested. It is the Contractor’s responsibility to inform the Owner’s CQA Consultant of the change in soil type and the need for testing. E. A minimum of one in-situ field density test (ASTM D6938) per 100 feet of road length, per compacted 6-inch lift of structural fill and lime-stabilized structural fill shall be performed by the Owner’s CQA Consultant to verify the compaction requirements specified in Part 3.7 of this Section. Additionally, pH (TEX-121-E) and in-place moisture and density tests (ASTM D6938) shall be performed by the Owner’s CQA Consultant every truck load of slurry or 200-ft of road length, whichever is more frequent. F. Contractor shall be responsible for coordinating all testing, and confirming that all tests are passing prior to placing successive lifts of soil. Revision 0 02222-12 SECTION 02222 EXCAVATING, TRENCHING, BACKFILLING, AND GRADING 3.15 REGRADING DISTURBED AREAS A. Contractor shall regrade and return to their original condition, as determined by the Owner and Owner’s CQA Consultant, all areas disturbed by Contractor’s Work. This includes, but is not limited to ruts caused by construction equipment, soil stockpile areas, stormwater diversion berms, and landfill benches and terraces used for access. B. Contractor shall remove all temporary roads and benches at no additional cost to Owner. END OF SECTION Revision 0 02231-1 SECTION 02231 AGGREGATE SECTION 02231 AGGREGATE PART 1 - GENERAL 1.1 SECTION INCLUDES A. Furnishing and installing the following aggregate types at the locations designated herein and as shown on the Construction Plans: Base Aggregate: Base aggregate installed over nonwoven geotextile for road construction. 1.2 RELATED SECTIONS A. Section 02210 – Excavation, Backfill, Fill, and Grading B. Section 02778 – Nonwoven Geotextile 1.3 SUBMITTALS A. It is the Contractor’s responsibility to identify the source for aggregates consistent with these specifications, and provide said source to Engineer following award of Contract. The Contractor shall provide laboratory testing data of the aggregate to verify that it meets the specification requirements. B. Certification from the aggregate source(s) indicating all aggregate supplied for the Work meets the requirements of these specifications. C. Trip tickets for each type of aggregate delivered to the landfill and incorporated into the Work. 1.4 REFERENCES ASTM D422 - Standard Method for Particle-Size Analysis Tex-403-A - Saturated Surface-Dry Specific Gravity and Absorption of Aggregates Tex-411-A - Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate PART 2 – PRODUCTS 2.1 RIP RAP A. Rip rap shall be installed up- and down-gradient of the outlet structure for the northeast stormwater channel as shown on the Construction Plans. B. Rip rap shall have a gradation consistent with: Dmin = 6 inches, D50 = 9 inches, and Dmax = 12 inches, consistent with Tex-401-A. A. Rip Rap shall be durable natural stone, either quarried, crushed, or processed, with a minimum bulk density of 2.40, as determined by Tex-403-A. Additionally, rip rap shall be stone that, when tested in accordance with Tex-411-A, has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. Revision 0 02231-2 SECTION 02231 AGGREGATE 2.2 BASE AGGREGATE A. Base aggregate shall be supplied and installed for road base for road crossing. Base aggregate shall consist of crushed limestone produced from oversize quarried aggregate, sized by rushing and produced from a naturally occurring single source meeting the requirements of TXDOT Type A, Grade 1-2 aggregate, meeting the specification requirements set forth in Item 247 of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources and/or additive materials will be allowed. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 “Flexible Base”. Aggregate shall be free of recycled concrete, contaminated soil and other deleterious materials. Base aggregate shall conform to the following gradation: Sieve Size (inches) Percent Retained 1-3/4 0-10 7/8 10-35 3/8 30-50 No. 4 45-65 No. 40 70-85 2.3 QUALITY CONTROL A. Contractor shall submit source quality control testing, as specified in Part 1.3, performed by an independent third-party laboratory. B. All source quality control tests shall be performed at least once per aggregate or soil source. C. Owner and Engineer reserve the right to require additional quality control tests of the material if material delivered to site is materially different in gradation or composition than the specified material. Failing tests will be paid by the Contractor. Contractor may be required to remove and replace failing aggregate, or provide recommendations to address failing tests. Addressing failing tests, including replacing aggregate if required, shall be at the Contractor’s expense. PART 3 – EXECUTION 3.1 INSTALLATION - RIP RAP A. Rip rap shall placed over the non-woven geotextile in two lifts to achieve the specified thickness, as shown on the construction plans, using procedures that do not cause excessive shoving, tearing, or wrinkling of the geotextile. B. Rip rap shall be placed in such a manner to produce a reasonably well graded mass, with a minimum amount of voids and with the larger rock evenly distributed throughout the mass. The rip rap shall be thoroughly moistened and any excess fines shall be sluiced to the underside of the stone blanket. C. No method of placing the rock that will cause segregation of larger rocks will be allowed. Hand placing or rearranging of individual rock may be necessary to obtain the specified results. 3.2 INSTALLATION – BASE AGGREGATE A. A 6-inch-thick layer of base aggregate shall be placed over the prepared subgrade for the road, as shown on the Construction Plans. Revision 0 02231-3 SECTION 02231 AGGREGATE B. Aggregate shall be placed in uniform lift prior to rolling. Prior to final compaction bring material to required moisture content by sprinkling or other appropriate means. C. Compact aggregate using an approved roller (as specified in Item 210, Table 1 of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges). Begin rolling longitudinally at the sides of the road and proceed towards the center, overlapping successive trips by a least ½ the width of the roller unit. The Contractor shall perform a minimum of 3 successive trips with roller unit. One trip is defined as back and forth over the area with the roller unit. Additionally, trips with the roller may be required at the discretion of the CQA Consultant or Engineer. Correct irregularities, depressions, and weak spots. D. After completing compaction, clip, skin, or tight-blade, the surface with a maintainer or subgrade trimmer to a depth of approximately ¼ inch. Remove loosened material (may be pushed to shoulder). Roll with a pneumatic tire roller until smooth surface is attained. Add moisture as required. END OF SECTION Revision 0 02270-1 SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL PART 1 GENERAL 1.1 SECTION INCLUDES A. Provisions for soil erosion and sedimentation controls, specifically for areas disturbed by construction activities, including but not limited to, clearing and grubbing, excavation, backfill, fill, grading, stockpiling, etc., which has the potential to discharge to down-gradient or offsite water bodies. B. Requirements contained herein will not be measured for payment, and as such should be performed at no additional cost to the Owner. 1.2 RELATED SECTIONS A. Section 01560 – Environmental Protection and Special Controls B. Section 02210 – Excavation, Backfill, Fill, and Grading PART 2 PRODUCTS 2.1 MATERIALS A. Best Management Practices (BMPs, Erosion and Sedimentation Controls): 1. It is the Contractor’s responsibility to prevent erosion and sedimentation as a result of performance of the Work. 2. At a minimum silt fence (aka, sediment control fence) shall be installed for soil erosion and sedimentation control on the down-gradient side of soil stockpiles or land disturbances that have the potential to drain to down-gradient or offsite water bodies. The Contractor shall note that this is consistent with Owner policy, and alternates or substitutions will not be considered. 3. In the event the above controls are not effectively controlling erosion and sedimentation, other best management practices shall be installed at no additional cost to the Owner. PART 3 EXECUTION 3.1 PREPARATION A. Prior to commencement of clearing and grubbing operations or other general earthwork: 1. Construct and install stabilized construction exit to prevent tracking of mud on the public roadways. 2. Install erosion and sedimentation controls, as noted in Part 2.1 of this section, including the installation of silt fence in accordance with the manufacturer’s recommendations. 3. Machine compact all berms, dikes and embankments, as necessary. 4. Install other erosion control features as necessary to control erosion and sedimentation, as directed by the Owner or Engineer, at no additional cost to Owner. Revision 0 02740-1 SECTION 02740 ASPHALT PAVEMENT SECTION 02740 ASPHALT PAVEMENT PART 1 – GENERAL 1.1 SECTION INCLUDES A. The Contractor shall furnish all labor, materials and equipment necessary to complete all asphalt paving and incidental work for completion as shown on the Construction Drawings. B. For the asphalt pavement associated with the Perimeter Road, as shown on the Drawings, the work specified includes proof-rolling rolling of subgrade, and placement of 9-inch hot-mix asphalt coarse base course, and 3-inch Superpave hot mix coarse surface asphalt mix pavement, as shown on the Construction Drawings. 1.2 RELATED SECTIONS A. Section 02222 – Excavation, Trenching Backfilling, and Grading B. Section 02778 – Nonwoven Geotextile 1.3 SUMMARY A. Section Includes 1. Asphaltic concrete paving and base course 2. Testing and Analysis 1.4 SUBMITTALS A. Product Data: Submit product information and mix design. B. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. C. Testing and Analysis: Submit results of testing conducted in accordance with Section 2.2 of this specification 1.5 REFERENCES AI MS-2 Mix Design Methods for Asphalt Concrete and Other Hot- Mix Types AI MS-19 Basic Asphalt Emulsion Manual ASTM D946 Standard Specification for Penetration-Graded Asphalt Cement for Use in Pavement Construction ASTM D3381 Standard Specification for Viscosity-Graded Asphalt Cement for Use in Pavement Construction City of Denton Transportation (COD) Design Criteria Manual, March 2018. Texas Department of Transportation (TXDOT) Pavement Manual, 2019. Revision 0 02740-2 SECTION 02740 ASPHALT PAVEMENT TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014. North Central Texas Council of Governments (NTCOG) Public Works Construction Standard Specifications, November 2017. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NTCOG, TXDOT, and COD standards. B. Obtain materials from same source throughout the work. 1.7 QUALIFICATIONS Installer: Company specializing in performing work of this section shall have documented experience in performing this type of work or work of comparable size or scope and shall be approved by the Owner or Engineer. No work shall be initiated without the Owner or Engineer’s approval. PART 2- PRODUCTS 2.1 MATERIALS A. 3” Superpave Hot Mix (3/4 Coarse Surface): In accordance with NTCOG Section 302.9.3, Table 302.9.3.(b). B. 9” Dense Graded Hot-Mix Asphalt (Type A Coarse Base): In accordance with NTCOG Section 302.9.3, Table 302.9.3.(a). C. A thorough testing and inspection program, in accordance with NTCOG and TXDOT requirements for hot mix asphalt, shall be incorporated during the pavement construction. Table 02740-1 Pavement Layer Thickness Minimum Requirements Superpave Hot Mix – NTCOG 3/4 Coarse Surface 3 in. Minimum 95 percent Laboratory Marshall Density, be approved by CQA Consultant or Engineer. Dense Graded Hot-Mix Asphalt – NTCOG Type A (Coarse Base) 9 in. Minimum 95 percent Modified Proctor test maximum dry density. Stabilized Structural Fill Base Course 12 in. Minimum 95 percent Modified Proctor test maximum dry density. 2.2 SOURCE QUALITY CONTROL AND TESTS A. Test samples in accordance with Section 302 of the NTCOG, Item S341 of TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014, and Construction Drawings. B. Submit proposed mix design of each class of mix for review prior to beginning of Work. PART 3- EXECUTION 3.1 PREPARATION A. SUBGRADE PREPARATION: Revision 0 02740-3 SECTION 02740 ASPHALT PAVEMENT 1. Prepare using methods, procedures, and equipment necessary to attain required compaction densities, elevation and section at the depth required in these documents. 2. Proof-roll with a heavy piece of equipment, such as a five ton static roller, under the observation of the CQA Consultant or Engineer. Any areas which exhibit instability under rolling shall be examined by the CQA Tech or Engineer for removal and replacement with compacted stabilized structural fill. All stabilized structural fill shall be compacted to at least 95 percent of the Modified Proctor test maximum dry density (ASTM D698) to a depth of at least 12 in or the full depth of fill, whichever is greater, in accordance with Technical Specification 02222 – Excavation, Trenching, Backfilling, and Grading. 3. Assure moisture content is within limits prescribed to achieve required compaction density. 4. Following compaction, trim and roll to exact cross section. 5. Install geotextile in accordance with Technical Specification 02778. B. Methods of construction of the asphalt pavement shall be in accordance with Section 302 of the NTCOG. 3.2 INSTALLATION A. Construct stabilized structural fill base course to line, grade and section as shown on Construction Drawings and in accordance with Technical Specification 02222 – Excavation, Trenching, Backfilling, and Grading. B. Install a 9” hot mix asphalt base, in accordance with the referenced State Specifications and compacted to at least the minimum requirement specified. C. Install a 3” Superpave Hot Mix – NTCOG 3/4 Coarse Surface, in accordance with NTCOG Standard Specifications. D. Tolerance of Finished Grade: +0.10 FT from required elevations. END OF SECTION Revision 0 02271-1 SECTION 02271 SEED AND FERTILIZER SECTION 02271 SEED, MULCH, AND FERTILIZER PART 1 GENERAL 1.1 SECTION INCLUDES A. Placement of temporary seed and/or permanent seed, mulch, and fertilizer within the areas disturbed during construction as shown on the Construction Plans, and soil borrow areas following construction. B. Placement of seed and fertilizer below areas designated for erosion control blanket (ECB), as shown on the Construction Plans. C. All other areas disturbed during execution of Work, inside and outside of the limits of construction will require seed, mulch, and fertilizer. 1.2 RELATED SECTIONS A. Section 02210 – Excavation, Backfill, Fill, and Grading B. Section 02270 – Soil Erosion and Sediment Control C. Section 02272 – Erosion Control Blanket 1.3 SUBMITTALS A. Contractor shall obtain the services of a third-party subcontractor with at least 5 years of experience in vegetation establishment in Texas. B. Contractor shall submit a certification from the supplier that the seed, mulch, and fertilizer comply with the applicable TxDOT standards indicated in Part 2.1 of this Section. The certification shall also include the supply source for materials as well as: 1. Name, trademark, analysis, form, and coverage for fertilizer. 2. Name, type, germination, purity, germination test results with date of test for seed, and application rate. 3. Name, type, components and coverage for mulch. 1.4 REFERENCED STANDARDS A. TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, June 1, 2004. PART 2 PRODUCTS 2.1 MATERIALS A. Provide seed meeting the requirements of the Texas Seed Law, and in accordance with Section 164.2 of the TxDOT Standard Specifications. Use tables in Section 164.2 for temporary seed (between May 1 and November 30) and/or permanent seed (between January 1 and May 1) selection. B. Fertilizer. Fertilizer in accordance with Section 166.2 of the TxDOT Standard Specifications. Revision 0 02271-2 SECTION 02271 SEED AND FERTILIZER C. Cellulose Fiber Mulch. Use only cellulose fiber mulches that are on TxDOT’s approved list published in “Field Performance of Erosion Control Products” (copy available for supplier or from TxDOT Maintenance Division). Contractor shall not place mulch on areas to receive ECB. PART 3 EXECUTION 3.1 PREPARATION A. Cultivate (scarify) areas to be seed and mulch to a depth of 4 inches. B. Apply seed and mulch according to the methods and mixes provided for the specific soil type in Section 164.3 of TxDOT Standard Specification. 1. In accordance with Section 164.3; if seeding is to be conducted between September 1 and November 30, temporary cool season seed mix shall be placed; if seeding is to be conducted between May 1 and August 31; temporary warm season seed mix shall be placed. Contractor shall reinstall mulch and fertilize following placement of seed. 2. Permanent seed mix shall be placed between January 1 and May 1. In accordance with Section 164.3, when performing permanent seeding after established temporary seeding, mulch shall be removed and Contractor shall cultivate the seedbed to a depth of 4 inches or mow the area before placement of the permanent seed. Contractor shall reinstall mulch and fertilize following placement of seed. C. Apply fertilizer consistent with applicable TxDOT standards. D. No heavy equipment shall be moved over seeded areas unless area is to be retilled and reseeded. 3.2 WATERING AND MAINTENANCE A. Continue watering per supplier’s recommendation, until established seed germination occurs and initial stand of grass is obtained. Repair any areas that are damaged, eroded, or do not germinate. END OF SECTION Revision 0 02272-1 SECTION 02272 EROSION CONTROL BLANKETS SECTION 02272 EROSION CONTROL BLANKETS PART 1 GENERAL 1.1 SECTION INCLUDES A. This section describes the erosion control blankets (ECBs) that will be installed within channels, and other identified locations, as shown on the Construction Plans. B. The Contractor shall provide all ECBs, equipment, labor, accessories, and other materials and incidentals thereto for installation of the ECBs consistent with the Technical Specifications and Construction Plans. 1.2 RELATED SECTIONS A. Section 02210 – Excavation, Backfill, Fill, and Grading B. Section 02271 – Seed, Mulch, and Fertilizer 1.3 SUBMITTALS A. The Contractor shall submit the following information from the manufacturer: 1. Product Data sheet for each ECB material supplied for completion of the Work (including ECB and staples). At a minimum the product data sheet shall include the name of the ECB manufacturer, product name, style, chemical compositions of filaments, and physical properties indicated in Table 02272-1 of this Section. 2. Manufacturer’s recommended installation procedures and/or guidance. Contractor shall following the recommended installation procedures unless otherwise specified herein. 3. Manufacturer’s quality control program that demonstrates compliance with the requirements of this specification. Documentation describing the quality control program shall be made available upon request. 4. Manufacturer’s certification stating that the furnished ECBs meet or exceed the MARV requirements of Table 02272-1 as evaluated under the manufacturer’s quality control program. The certificate shall be attested to by a person having legal authority to bind the Manufacturer. 1.4 REFERENCES A. The following references provided below shall be intended to mean the latest edition as of the date of the project specification. B. American Society for Testing and Materials (ASTM): 1. D 570 - Standard Test Methods for Water Absorption of Plastics. 2. D 4354 - Practice for Sampling of Geosynthetics for Testing. 3. D 4355 - Test Method for Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water (Xenon-Arc Type Apparatus). Revision 0 02272-2 SECTION 02272 EROSION CONTROL BLANKETS 4. D 4439 - Terminology for Geotextiles. 5. D 4595 - Test Method for Tensile Properties of Geotextiles by the Wide-Width Strip Method. 6. D 4759 - Practice for Determining the Specification Conformance of Geosynthetics. 7. D 4873 - Guide for Identification, Storage, and Handling of Geotextiles. 8. D 5035 - Standard Test Method for Breaking Force and Elongation of Textile Fabrics (Strip Force). 9. D 6475 - Test Method for Measuring Mass Per Unit Area of Erosion Control Blankets. 10. D 6525 - Standard Test Method for Measuring Nominal Thickness of Permanent Erosion Control Products. C. Federal Test Method of America (FTMA) CCC-5-191B - Smolder Resistance of Textile Materials. D. Geosynthetic Accreditation Institute - Laboratory Accreditation Program (GAI-LAP). E. International Standards Organization (ISO) 9001:2000 - Quality System Certification. F. U.S. Department of Transportation, Federal Highway Administration’s (FHWA) Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-03 Section 713.18. 1.5 DEFINITIONS A. Minimum Average Roll Value (MARV): Property value calculated as typical minus two standard deviations. Statistically, it yields a 97.7 percent degree of confidence that any sample taken during quality assurance testing will exceed value reported. B. Erosion Control Blanket (ECB) – A temporary, degradable rolled erosion control product (RECP) composed of processed natural or synthetic fibers mechanically, structurally or chemically bound together to form a continuous matrix. 1.6 DELIVERY, STORAGE, AND HANDLING A. ECB labeling, shipment and storage shall follow ASTM D 4873. B. Product labels shall clearly show the manufacturer or supplier name, style name, and roll number. C. Each shipping document shall include a notation certifying that the material is in accordance with the manufacturer’s certification, as described in Part 1.3 of this Section. D. Each ECB roll shall be wrapped with a material that will protect the material from damage due to shipment, water, sunlight, and contaminants. E. The protective wrapping shall be maintained during periods of shipment and storage. F. During storage, ECB rolls shall be elevated off the ground and adequately covered to protect them from the following: construction damage, extended exposure to ultraviolet (UV) radiation, precipitation, chemicals that are strong acids or strong bases, flames, sparks, temperatures in excess of 71 deg C (160 deg F) and any other environmental condition that might damage the ECB. Revision 0 02272-3 SECTION 02272 EROSION CONTROL BLANKETS PART 2 PRODUCTS 2.1 MANUFACTURERS A. Propex (propexglobal.com), Chattanooga, Tennessee 37402, Phone: (800) 621-1273, Fax: (423) 899-5005. The following is an Engineer approved product for ECB manufactured by Propex: 1. Landlok CS2 is an approved material for ECB. B. Tensar/North American Green (tensarnagreen.com), Poseyville, Indiana 47633, Phone: (800) 772- 2040, Fax: (812) 867-0247. The following is an Engineer approved product for ECB manufactured by Tensar/North American Green: 1. EroNet SC150 is an approved material for ECB. C. Others: Engineered Approved substitute. 2.2 MATERIALS A. The minimum required material properties for ECB are specified in Table 02272-1. B. Manufacturing Quality Control: Testing shall be performed at a laboratory accredited by GAI-LAP for properties tests specified in Table 02272-1, at frequency exceeding ASTM D 4354, with a minimum acceptable testing frequency of 1 per 24,000 square yards, unless otherwise approved by the Engineer. C. ECB supplied shall be long-term double net erosion control blanket containing 70% straw 30% coconut fiber mix with a functional longevity of up to 24 months and shall be classified as Type 3B long-term erosion control blanket, in accordance FHWA FP-03 Section 713.17. TABLE 02272-1 MATERIAL PROPERTIES Property Test Method Units ECB Thickness ASTM D 6525 in 0.35 Mass Per Unit Area ASTM D 6475 oz/sy 7.87 Tensile Strength (MD x TD) ASTM D 6818 lb/ft 362.4 x 136.8 Tensile Elongation (MD x TD) ASTM D 6818 % 29.4 x 27.6 (max) Light Penetration (% Passing) ASTM D 6567 % 6.2 Functional Longevity (Typ.) Observed Months 24 Minimum Permissible unvegetated Shear Stress ASTM D 6460 lb/sf 2.0 2.3 ACCESSORIES A. Ground Anchoring Devices: 1. Erosion Control Blanket shall be anchored using U-shaped wire staples with a minimum length of 8 inches and 8 gauge thickness. Revision 0 02272-4 SECTION 02272 EROSION CONTROL BLANKETS PART 3 EXECUTION 3.1 PREPARATION A. Excavate, backfill, and grade areas to be receive ECB as specified in Section 02210 – Excavation, Backfill, Fill, and Grading and as shown in the Construction Plans. B. Remove large rocks, soil clods, vegetation, and other sharp objects that could keep ECBs from intimate contact with the prepared subgrade. C. Prepare seed bed, and apply seed and fertilizer as specified in Section 02271 – Seed, Mulch, and Fertilizer. D. Construct anchor trenches consistent with the manufacture’s recommendations, unless indicated otherwise on the Construction Plans, for up-gradient, down-gradient, longitudinal, and intermittent check slot anchor trenches. 3.2 INSTALLATION A. Unroll ECBs downslope, overlapping adjacent rolls and roll ends, in accordance with manufacturer’s recommendations. Place anchor devices along overlaps, roll ends, and within various anchor trenches at a frequency consistent with manufacturer’s recommendations. B. At a minimum, ECBs shall run-out or extend 3 feet from crest of slope to anchor trench or as indicated on the Construction Plans. Contractor shall secure material within trench or on slope with anchoring devices. In the case of anchor trenches, trench shall be backfilled and compacted with specified Engineered Fill. C. Lay material such that it is in direct contact with soil. Material should be laid smooth without wrinkles or folds on the prepared subgrade, and should be free of visible protrusions such as rocks, soil clods, vegetation, and other objects beneath the material. D. Secure ECBs between seams, overlaps, or anchor trenches with ground anchoring devices specified in Part 2.3 of this Section, at a minimum frequency of 1/SY for ECBs, or a frequency that is recommended by the manufacturer, whichever is greater. END OF SECTION Revision 0 02740-2 SECTION 02740 ASPHALT PAVEMENT TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014. North Central Texas Council of Governments (NTCOG) Public Works Construction Standard Specifications, November 2017. 1.6 QUALITY ASSURANCE A. Perform Work in accordance with NTCOG, TXDOT, and COD standards. B. Obtain materials from same source throughout the work. 1.7 QUALIFICATIONS Installer: Company specializing in performing work of this section shall have documented experience in performing this type of work or work of comparable size or scope and shall be approved by the Owner or Engineer. No work shall be initiated without the Owner or Engineer’s approval. PART 2- PRODUCTS 2.1 MATERIALS A. 3” Superpave Hot Mix (3/4 Coarse Surface): In accordance with NTCOG Section 302.9.3, Table 302.9.3.(b). B. 9” Dense Graded Hot-Mix Asphalt (Type A Coarse Base): In accordance with NTCOG Section 302.9.3, Table 302.9.3.(a). C. A thorough testing and inspection program, in accordance with NTCOG and TXDOT requirements for hot mix asphalt, shall be incorporated during the pavement construction. Table 02740-1 Pavement Layer Thickness Minimum Requirements Superpave Hot Mix – NTCOG 3/4 Coarse Surface 3 in. Minimum 95 percent Laboratory Marshall Density, be approved by CQA Consultant or Engineer. Dense Graded Hot-Mix Asphalt – NTCOG Type A (Coarse Base) 9 in. Minimum 95 percent Modified Proctor test maximum dry density. Stabilized Structural Fill Base Course 12 in. Minimum 95 percent Modified Proctor test maximum dry density. 2.2 SOURCE QUALITY CONTROL AND TESTS A. Test samples in accordance with Section 302 of the NTCOG, Item S341 of TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014, and Construction Drawings. B. Submit proposed mix design of each class of mix for review prior to beginning of Work. PART 3- EXECUTION 3.1 PREPARATION A. SUBGRADE PREPARATION: Revision 0 02740-3 SECTION 02740 ASPHALT PAVEMENT 1. Prepare using methods, procedures, and equipment necessary to attain required compaction densities, elevation and section at the depth required in these documents. 2. Proof-roll with a heavy piece of equipment, such as a five ton static roller, under the observation of the CQA Consultant or Engineer. Any areas which exhibit instability under rolling shall be examined by the CQA Tech or Engineer for removal and replacement with compacted stabilized structural fill. All stabilized structural fill shall be compacted to at least 95 percent of the Modified Proctor test maximum dry density (ASTM D698) to a depth of at least 12 in or the full depth of fill, whichever is greater, in accordance with Technical Specification 02222 – Excavation, Trenching, Backfilling, and Grading. 3. Assure moisture content is within limits prescribed to achieve required compaction density. 4. Following compaction, trim and roll to exact cross section. 5. Install geotextile in accordance with Technical Specification 02778. B. Methods of construction of the asphalt pavement shall be in accordance with Section 302 of the NTCOG. 3.2 INSTALLATION A. Construct stabilized structural fill base course to line, grade and section as shown on Construction Drawings and in accordance with Technical Specification 02222 – Excavation, Trenching, Backfilling, and Grading. B. Install a 9” hot mix asphalt base, in accordance with the referenced State Specifications and compacted to at least the minimum requirement specified. C. Install a 3” Superpave Hot Mix – NTCOG 3/4 Coarse Surface, in accordance with NTCOG Standard Specifications. D. Tolerance of Finished Grade: +0.10 FT from required elevations. END OF SECTION Revision 0 02270-2 SECTION 02270 SOIL EROSION AND SEDIMENT CONTROL 3.2 DURING CONSTRUCTION PERIOD A. Maintain ditches, swales, berms, culverts, silt fences, stabilized construction exit, and other BMPs. 1. Inspect regularly and following rain events. Inspect for undermining, deterioration, erosion, and excess deposited material. All deficiencies will be corrected immediately. Excess material will be spread on the site in a manner where it is not likely to erode in the future. 2. Based on regular inspections, repair or replace damaged or missing BMPs immediately following discovery of deficient items. 3. Silt fences shall be repaired immediately. Close attention shall be paid to the repair of damaged silt fence resulting from end runs and undercutting. Should the fabric on a silt fence decompose or become ineffective prior to the end of the expected usable life and the barrier still be necessary, the fabric shall be replaced promptly. Sediment deposits should be removed after each storm event. They must be removed when deposits reach approximately one - half the height of the barrier. Any sediment deposits remaining in place after the silt fence is no longer required shall be dressed to conform to the existing grade, prepared and seeded. 4. Each existing culvert shall be inspected after each rain and repairs made as needed. Aggregate shall be replaced or cleaned when inspection reveals that clogged voids are causing ponding problems which interfere with on - site construction. Sediment shall be removed and the impoundment restored to its original depth. Removed sediment shall be deposited in a suitable area and in such a manner that it will not erode and cause sedimentation problems. Temporary structures shall be removed when they have served their useful purpose, but not before the upslope area has been permanently stabilized. B. Do not disturb existing vegetation (grass and trees) to the extent possible. 3.3 NEAR COMPLETION OF CONSTRUCTION A. Grade to finished or existing grades. B. Fine grade and provide positive drainage for all remaining earthen areas. C. Maintain and repair, as necessary, all installed erosion and sedimentation controls, as noted in Part 2.1 of this section, and leave in-place, unless otherwise directed by the Owner, to prevent sedimentation from entering onsite drainage features or offsite water bodies. END OF SECTION Revision 0 02778-1 SECTION 02778 NON-WOVEN GEOTEXTILE SECTION 02778 NON-WOVEN GEOTEXTILE PART 1 GENERAL 1.1 SECTION INCLUDES A. Non-woven geotextile to provide separation and filtration for beneath road and beneath rip rap in accordance with these Technical Specifications and as shown on the Construction Plans. B. Contractor shall furnish all non-woven geotextile, labor, incidental materials, tools, supervision, transportation, and installation equipment necessary for the installation of non-woven geotextiles, as specified herein, and as shown on the Construction Plans. 1.2 RELATED SECTIONS A. Section 02210 – Excavation, Backfill, Fill, and Grading B. Section 02231 – Aggregate 1.3 SUBMITTALS A. The Contractor shall submit the following for the non-woven geotextile to the Owner’s Construction Quality Assurance (CQA) Consultant for approval at least 30 days prior to procurement of the the non-woven geotextile: 1. Material Prequalification: The Contractor shall submit the manufacturer’s product data sheets for the geotextile demonstrating compliance with the material properties listed in Table 02778-1. 2. The Contractor shall provide the manufacturer’s qualifications. The manufacturer shall be accredited through the following: a. Geosynthetic Accreditation Institute - Laboratory Accreditation Program (GAI-LAP) b. American Association for Laboratory Accreditation (A2LA). 3. Submit a complete description of the non-woven manufacturer's formal Manufacturer Quality Assurance/Manufacturer Quality Control (MQA/MQC) program for manufacturing, fabricating, MQC testing, defects repair, handling, and shipping. B. The Contractor shall submit the following for the non-woven geotextile to the Owner’s CQA Consultant for approval at least 15 days prior to shipment of the the non-woven geotextile to the site: 1. Submit MQA/MQC certifications for each shipment of non-woveon geotextile. The certifications shall be signed by a responsible party employed by the manufacturer such as the MQA/MQC Manager, Production Manager, or Technical Services Manager. The certifications shall include: a. Geotextile lot and roll numbers (with corresponding shipping information). b. The results of MQC testing performed by the manufacturer. The minimum geotextile properties are specified in Table 02778-1. MQC testing shall be conducted at a minimum frequency of 1 per 100,000 square feet for the material properities specified in Table 02278-1. Revision 0 02778-2 SECTION 02778 NON-WOVEN GEOTEXTILE 2. Installation Instructions: Samples of the non-woven geotextile with a complete set of Specifications, and manufacturer's complete written instructions for storage, handling, installation, seaming, and overlap. 1.4 REFERENCES A. ASTM D5261, Standard Test Method for Measuring Mass per Unit Area of Geotextiles B. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles C. ASTM D6241, Standard Test Method for Static Puncture Resistance of Geotextiles and Geotextile-Related Products D. ASTM D4491, Standard Test Method for Water Permeability of Geotextiles by Permittivity E. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile F. ASTM D4354, Standard Practice for Sampling of Geosynthetics for Testing G. ASTM D4873, Standard Guide for Identification, Storage, and Handling of Geosynthetic Rolls and Samples 1.5 DELIVERY, STORAGE, AND HANDLING A. Geotextiles labeling, shipment, and storage shall follow ASTM D4873. Product labels shall clearly show the manufacturer or supplier name, style name, lot number, roll number, and roll dimensions. B. Each geotextile roll shall be wrapped with a material that will protect the geotextile from damage due to shipment, water, sunlight, and contaminants. C. During storage, geotextile rolls shall be elevated off the ground and adequately covered to protect them from the following: site construction damage, precipitation, extended ultraviolet radiation including sunlight, chemicals that are strong acids or strong bases, flames including welding sparks, excess temperatures, and any other environmental conditions that may damage the physical property values of the geotextile. PART 2 PRODUCT 2.1 GEOTEXTILE A. The non-woven needle punched geotextile specified herein shall be made from polypropylene staple or continuous fiber. The geotextile shall be manufactured from first quality virgin polymer and meet or exceed all material properties listed in Table 02778-1. B. The geotextile shall be able to withstand direct exposure to ultraviolet radiation from sun for up to 15 days without any noticeable effect on index or performance properties. Table 02778-1 Minimum Average Roll Values (MARV) for Non-Woven Geotextiles Tested Property Units Test Method Require Value Mass per Unit Area oz/yd2 ASTM D 5261 12 Grab Tensile Strength Lb ASTM D 4632 320 Grab Elongation % ASTM D 4632 50 Puncture Strength Lb ASTM D 4833 190 Trap. Tear Strength Lb ASTM D 4533 125 Apparent Opening Size mm (Sieve No.) ASTM D 4751 0.150 (100) Revision 0 02778-3 SECTION 02778 NON-WOVEN GEOTEXTILE Permittivity sec-1 ASTM D 4491 0.8 UV Resistance % (after 500 hrs) ASTM D 4355 70 2.2 MANUFACTURE A. All rolls of the geotextile shall be identified with permanent marking on the roll or packaging, with the manufacturers name, product identification, roll number and roll dimensions. 2.3 TRANSPORT A. Transportation of the geotextile shall be the responsibility of the Contractor. B. During shipment, the geotextile shall be protected from ultraviolet light exposure, precipitation, mud, dirt, dust, puncture, or other damaging or deleterious conditions. C. Upon delivery at the job site, the Contractor shall ensure that the geotextile rolls are handled and stored in accordance with the manufacturer’s instructions to prevent damage, as specified in Part 1.5 of this Section. 2.4 QUALITY CONTROL A. The Owner or Certifying Engineer may elect to arrange conformance testing of the rolls delivered to the job site. For this purpose, the Owner’s CQA Consultant shall take a sample three feet (along roll length) by roll width according to ASTM D4354. The sample shall be properly marked, wrapped and sent to an independent laboratory for conformance testing. B. Contractor shall be responsible for replacing any geotextile and associated work for geotextile not passing the requirements of these Specifications, at no additional cost to the Owner. PART 3 EXECUTION 3.1 INSTALLATION A. The geotextile shall be handled in such a manner as to ensure that it is not damaged in any way. Should the Contractor damage the geotextile to the extent that it is no longer usable as determined by these Specifications or by the Owner’s CQA Consultant, the Contractor shall replace the geotextile at no additional cost to the Owner. B. The geotextile shall be installed to the lines and grades as shown on the Construction Plans following approval of the geocomposite installation. C. The geotextile shall be rolled down the slope in such a manner as to continuously keep the geotextile in tension by self weight. The geotextile shall be securely anchored in an anchor trench where applicable, or by other approved or specified methods. D. The geotextile shall be laid smooth without wrinkles or folds on the prepared subgrade. Geotextile shall be overlapped as follows: 1. Adjacent geotextile rolls shall be overlapped a minimum of 24 inches and seamed when installed beneath the road. E. In the presence of wind, all geotextiles shall be weighted by sandbags or other approved equivalent. Such anchors shall be installed during placement and shall remain in place until replaced with cover material. Revision 0 02778-4 SECTION 02778 NON-WOVEN GEOTEXTILE F. The Contractor shall take necessary precautions to prevent damage to adjacent or underlying materials during placement of the geotextile, including all personnel working on the surface shall wear shoes that do not damage the materials, or engage in any other activity that may damage the materials, such as smoking. Should damage to such material occur due to the fault of the Contractor (including failure to protect the Work), the Contractor shall repair the damaged materials at no additional cost to the Owner and to the satisfaction of the Owner’s CQA Consultant or Certifying Engineer. G. During placement of the geotextile, care shall be taken not to entrap soil, stones or excessive moisture that could clog or damage the material, or hamper subsequent seaming of the geotextile as judged by the Certifiying Engineer or Owner’s CQA Consultant. H. The geotextile shall be seamed in accordance with manufacturer’s recommendations. I. The Contractor shall not use heavy equipment to traffic above the geotextile without a minimum of 12-inches of cover or cover thickness recommended by the manufacturer. J. Material overlying the geotextile shall be carefully placed to avoid wrinkling or damage to the geotextile. END OF SECTION Revision 0 03150-1 SECTION 03150 CONCRETE PAVING SECTION 03150 CONCRETE PAVING PART 1 - GENERAL 1.1 SECTION INCLUDES A. The Contractor shall furnish all labor, materials and equipment necessary to complete all concrete paving and incidental work for completion as shown on the Drawings. B. For the concrete pavement associated with the Perimeter Road, as shown on the Drawings, the work specified includes proof-rolling rolling and compaction of subgrade, and placement of 10-inch reinforced concrete pavement as shown on the Construction Drawings. 1.2 RELATED SECTIONS A. Section 02210 – Excavation, Backfill, Fill, and Grading B. Section 02778 – Nonwoven Geotextile C. Section 03200 – Concrete Reinforcement D. Section 03300 – Cast-in-Place Concrete E. Section 03390 – Concrete Curing 1.3 QUALITY CONTROL/QUALITY ASSURANCE A. As set forth in Section 03300 – Cast-in-Place Concrete, and related sections. 1.4 SUBMITTALS A. As set forth in Section 03300 – Cast-in-Place Concrete, and related sections. PART 2 – PRODUCTS 2.1 GENERAL A. The Contractor shall bear the expense of all testing and shall make all tests necessary to ensure the materials submitted for approval meet the Specifications. 2.2 PREPARED SUBGRADE A. It is the Contractor’s responsibility that the finished subgrade meets the compacted density requirements. 2.3 CONCRETE PAVEMENT A. As set forth in Section 03300 – Cast-in-Place Concrete, and related sections. PART 3 - EXECUTION Revision 0 03150-2 SECTION 03150 CONCRETE PAVING 3.1 PREPARATION A. SUBGRADE PREPARATION: 1. Prepare using methods, procedures, and equipment necessary to attain required compaction densities, elevation and section at the depth required in these documents. 2. Proof-roll with a heavy piece of equipment, such as a five ton static roller, under the observation of the CQA Consultant or Engineer. Any areas which exhibit instability under rolling shall be examined by the CQA Tech or Engineer for removal and replacement with compacted stabilized structural fill. All stabilized structural fill shall be compacted to at least 95 percent of the Modified Proctor test maximum dry density (ASTM D698) to a depth of at least 12 in or the full depth of fill, whichever is greater, in accordance with Technical Section 02222 – Excavation, Trenching, Backfilling, and Grading. 3. Assure moisture content is within limits prescribed to achieve required compaction density. 4. Following compaction, trim and roll to exact cross section. 5. Install non-woven geotextile in accordance with Technical Specification 02778. B. As the rolling of the native soil proceeds, all soft or spongy areas will be removed by the Contractor and filled with structural fill and compacted to a density equal to or greater than the requirements for subsequent fill materials. Excess materials will be disposed at a location determined by the Owner or CQA Consultant. 3.2 INSTALLATION A. Construct stabilized structural fill base course to line, grade and section as shown on Construction Drawings and in accordance with Technical Specification 02222. B. Install a 10” reinforced concrete, in accordance with the referenced TxDOT Standard Specifications and compacted to at least the minimum requirement specified. C. Tolerance of Finished Grade: +0.10 ft from required elevations. 3.3 FIELD QUALITY CONTROL A. As set forth in Section 03300 – Cast-in-Place Concrete, and related sections. 3.4 PAVEMENT FINISH A. Provide fine to medium broom finish for all paved areas. END OF SECTION Revision 0 03200-1 SECTION 03200 CONCRETE REINFORCEMENT SECTION 03200 CONCRETE REINFORCEMENT PART 1 – GENERAL 1.1 DESCRIPTION OF WORK A. Section includes reinforcing steel bars, welded wire fabric and accessories for cast-in-place concrete. B. Related Sections: 1. Section 03300 - Cast-in-Place Concrete. 1.2 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 318 - Building Code Requirements for Structural Concrete. 3. ACI SP-66 - ACI Detailing Manual. B. American Society for Testing and Materials: 1. ASTM A615/A615M - Standard Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. C. Concrete Reinforcing Steel Institute: 1. CRSI - Manual of Standard Practice. 2. CRSI - Placing Reinforcing Bars. 1.3 SUBMITTALS A. Shop Drawings: Indicate bar sizes, spacings, locations, and quantities of reinforcing steel bending and cutting schedules, and supporting and spacing devices. B. Manufacturer's Certificate: Certify Products meet or exceed specified requirements. C. Submit certified copies of mill test report of reinforcement materials analysis. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with CRSI - Manual of Standard Practice ACI 301 ACI SP-66 ACI 318. 1.5 COORDINATION A. Coordinate with placement of formwork, formed openings and other Work. PART 2 - PRODUCTS 2.1 REINFORCEMENT Revision 0 03200-2 SECTION 03200 CONCRETE REINFORCEMENT A. Reinforcing Steel: ASTM A615/A615M, 60 ksi 420 MPa yield grade; deformed billet steel bars, unfinished. 2.2 ACCESSORY MATERIALS A. Tie Wire: Minimum 16 gage annealed type. B. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for strength and support of reinforcement during concrete placement. C. C. Special Chairs, Bolsters, Bar Supports, Spacers Adjacent to Weather Exposed Concrete Surfaces: Plastic-coated steel type; size and shape as required for Project conditions. 2.3 FABRICATION A. Fabricate concrete reinforcement in accordance with CRSI Manual of Practice ACI SP-66 ACI 318 ACI 318M. B. Locate reinforcement splices not indicated on drawings, at point of minimum stress. PART 3 - EXECUTION 2.4 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. B. Do not displace or damage vapor retarder, if required. C. Accommodate placement of formed openings. D. Maintain concrete cover around reinforcement as follows unless otherwise noted on drawings: Item Coverage Pavement 2 inches END OF SECTION Revision 0 03300-1 SECTION 03300 CAST-IN-PLACE CONCRETE SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1 SUMMARY A. Section includes concrete paving; control, expansion and contraction joint devices associated with concrete Work, including joint sealants. B. Related Sections: 1. Section 03150 – Concrete Paving. 2. Section 03200 – Concrete Reinforcement. 1.2 REFERENCES A. American Concrete Institute: 1. ACI 301 - Specifications for Structural Concrete. 2. ACI 305 - Hot Weather Concreting. 3. ACI 318 - Building Code Requirements for Structural Concrete. 4. ACI 347 - Guide to Formwork for Concrete. B. American Society for Testing and Materials: 1. ASTM C33 - Standard Specification for Concrete Aggregates. 2. ASTM C94 - Standard Specification for Ready-Mixed Concrete. 3. ASTM C150 - Standard Specification for Portland Cement. 4. ASTM C260 - Standard Specification for Air-Entraining Admixtures for Concrete. 5. ASTM C494 - Standard Specification for Chemical Admixtures for Concrete. 6. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete. 7. ASTM D994 - Standard Specification for Preformed Expansion Joint Filler for Concrete (Bituminous Type). C. American Society for Testing and Materials: 1. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types). D. Texas Department of Transportation (TXDOT): 1. DMS-6310: Joint Sealants and Fillers Revision 0 03300-2 SECTION 03300 CAST-IN-PLACE CONCRETE 1.3 SUBMITTALS A. Product Data: Submit data on joint devices, attachment accessories admixtures. 1.4 QUALITY ASSURANCE A. Perform Work in accordance with ACI 301. B. Acquire cement and aggregate from one source for Work. C. Conform to ACI 305 when concreting during hot weather. D. Perform Work in accordance with ACI 347. 1.5 COORDINATION A. Coordinate placement of joint devices with erection of concrete formwork and placement of form accessories. PART 2 - PRODUCTS 2.1 CONCRETE MATERIALS A. Cement: ASTM C150, Type I - Normal or Type II - Moderate Portland type. B. Fine and Coarse Aggregates: ASTM C33. C. Water: Clean and not detrimental to concrete. 2.2 ADMIXTURES A. Subject to written authorization by the OWNER’s REPRESENTATIVE. 2.3 JOINT DEVICES AND FILLER MATERIALS A. Joint Filler - asphalt impregnated fiberboard or felt. B. Construction Joint Devices - integral extruded plastic with removable top strip exposing sealant trough. C. Sealant: TXDOT DMS-6310, Class 5 or Class 8 – Low modulus silicone or polyurethane, self-leveling sealant. 2.4 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94, Option C. B. Select proportions for normal weight concrete in accordance with ACI 301 trial mixtures. C. Provide concrete to the following criteria: Unit Measurement Compressive Strength (28 day) 4,000 psi (pavement) Water/Cement Ratio (maximum) 0.40 by weight (mass) Aggregate Size (maximum) 1-1/2 inch Slump 4 inches, plus or minus 1 inch Entrained Air 4 to 6 percent Revision 0 03300-3 SECTION 03300 CAST-IN-PLACE CONCRETE Temperature Less than 100 degrees F D. Use accelerating admixtures in cold weather only when approved. Use of admixtures will not relax cold weather placement requirements. E. Do not use calcium chloride. F. Use set retarding admixtures during hot weather only when approved. G. Add air entraining agent to normal weight concrete mix for Work. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify requirements for concrete cover over reinforcement. B. Verify anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with placing concrete. 3.2 PREPARATION A. Prepare previously placed concrete by cleaning with steel brush and applying bonding agent. B. In locations where new concrete is doweled to existing Work, drill holes in existing concrete, insert steel dowels and pack solid with non-shrink grout. 3.3 PLACING CONCRETE A. Place concrete in accordance with ACI 301 and ACI 318. B. Ensure reinforcement, inserts, embedded parts, formed expansion and contraction joints, are not disturbed during concrete placement. D. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. E. Place concrete continuously between predetermined expansion, control, and construction joints. F. Do not interrupt successive placement; do not permit cold joints to occur. G. Place saw cut joints as noted on Construction Drawings. 3.4 CONCRETE FINISHING A. Provide formed concrete surfaces to be left exposed with sack rubbed finish. B. Finish concrete flat surfaces to fine to medium broom finish. 3.5 CURING AND PROTECTION A. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. Revision 0 03300-4 SECTION 03300 CAST-IN-PLACE CONCRETE C. Cure concrete pavement surfaces via use of liquid membrane curing compound. D. Allow a minimum of 7 days curing time before permitting traffic on pavement. 3.6 SURFACE FINISH A. Where concrete patching is required, rub these areas after the patch material has set and blend the patch into the surrounding area to produce a surface of uniform texture and color. 3.7 FIELD QUALITY CONTROL A. Field inspection and testing will be performed in accordance with ACI 301. B. Field quality control performed by an independent testing firm licensed in the State of Texas, at Contractor’s expense. C. Submit proposed mix design to Owner’s representative for review prior to commencement of Work. D. Tests of cement and aggregates may be required at the Owner’s representative discretion, to ensure conformance with specified requirements. Testing shall be provided at no additional cost to Owner. E. Three concrete test cylinders will be taken for every 100 cubic yards (or less) of concrete placed. F. One additional test cylinder will be taken during cold weather concreting, cured on job site under same conditions as concrete it represents. G. One slump test will be taken per day per concrete type. H. One air content test will be taken per day per concrete type. I. Results of Quality Control testing shall be submitted to the Owner’s representative during weekly project meetings. 3.8 PATCHING A. Allow Owner’s representative to inspect concrete surfaces immediately upon removal of forms. B. Excessive honeycomb or embedded debris in concrete is not acceptable. Notify Owner’s representative upon discovery. C. Patch imperfections as directed by the Owner’s representative. 3.9 DEFECTIVE CONCRETE A. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. B. Repair or replacement of defective concrete will be determined by the Owner’s representative. B. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of the Owner’s representative for each individual area. END OF SECTION Revision 0 11200-1 SECTION 11200 CONDENSATE MANAGEMENT SYSTEM SECTION 11200 CONDENSATE MANAGEMENT SYSTEM PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. Provide all materials, equipment, and labor needed to install condensate sumps and pumps, HDPE condensate forcemain and air supply piping, condensate forcemain and air supply line isolation valves, and related appurtenances in accordance with the Construction Plans. 1.2 RELATED SECTIONS 1. Section 01190 – Health and Safety 2. Section 02222 – Excavation, Trenching, Backfilling, and Grading 3. Section 15050 – HDPE Pipe, Fittings, and Valves 1.3 SUBMITTALS A. The Contractor shall prepare and submit to the Engineer for review and approval manufacturer's literature (product data), shop drawings, warranties, or other information pertaining to the assembly, operation, lubrication, adjustments, and other maintenance and repairs of equipment installed under this Section, together with detailed parts lists, drawings, and/or catalog cuts. Submittals shall include, but are not limited to, the following: 1. Condensate sump shop drawings and parts list; 2. Product data for condensate forcemain and air supply line isolation and blow-off valves; and 3. Pneumatic Condensate Pump and accessories (see Part 2.2) Product Data, Shop Drawings, and Warranty. PART 2 - MATERIALS 2.1 CONDENSATE SUMP A. Condensate sumps shall be a stand-alone units with all components rated for service in harsh and explosive environments. B. Condensate sumps must be fabricated, as specified in the Construction Plans. Sumps may be fabricated in the field by Contractor, or fabricated by Supplier and delivered to Site. Contractor shall allow Owner or CQA Consultant to inspect condensate sumps prior to installation. C. Contractor shall confirm inlet and outlet tee elevations prior to sump fabrication. If inlet and outlet tees need to be adjusted in the field (i.e., by welding additional pipe between tees, etc.), such process shall be performed at no additional cost to Owner. D. All fusion and extrusion welds incorporated into sump fabrication shall be inspected by Contractor prior to setting the sumps. Revision 0 11200-2 SECTION 11200 CONDENSATE MANAGEMENT SYSTEM E. All welds of HDPE shall be butt-fusion welds, with exception to extrusion welds necessary for gussets and pipe penetrations (i.e., condensate drain lines, 6-inch inner pipe to sump lid, etc.). F. Tees incorporated into fabrication shall be modeled tees for 12-inch and smaller and pre-fabricated three-segmented tees for 12-inch and larger. G. HDPE used in construction of the condensate sumps shall meet the technical specifications for HDPE, as specified in Section 15050 – HDPE Pipe, Fittings, and Valves. H. Reservoir within sumps shall have the minimum dimensions shown on the Construction Plans (i.e., 8 feet of storage below sumps lowest inlet). I. Sump covers shall be fitted with a 6-inch QED flange cap (QED Part No. 40075P, consistent with Construction Plans) or Engineer-approved equal equipped with eight (8) QED easy bolts, air regulator, cycle counter, and stainless steel equalization valve assembly, all manufactured by QED or Engineered-approved substitute, including all associated accessories. 2.2 CONDENSATE PUMP A. The condensate sump shall be equipped with one pneumatic pump, as follows. 1. Pneumatic pump shall be a QED AP4 ultra, short body, bottom inlet pneumatic pump, as manufactured by QED or Engineer approved substitute, including all associated accessories, including QED Easy FittingsTM and tri-tubing (1” discharge, ½” air supply, and 5/8” exhaust). 2. The pump actuation level shall be set to 27 inches, as provided by manufacturer. Contractor is responsible for verifying pump actuation level. 2.3 CONDENSATE FORCEMAIN AND AIR SUPPLY LINE A. Condensate forcemain and air supply pipe shall be HDPE piping and fittings, as specified in Section 15050 – HDPE Pipe, Fittings, and Valves. All connections from the pump to the condensate forcemain and air supply line shall be performed as shown on the Construction Plans. B. All materials (valves, fittings, etc.) for condensate forcemain and air supply isolation and blow-off valves shall be consistent with the Construction Plans. All connections for valves, fittings, and pipe for condensate forcemain and air supply isolation and blow-off valves shall be performed consistent with Section 15050 and manufacturer’s recommendations. PART 3 - EXECUTION 3.1 EXCAVATION AND BACKFILL A. Excavation, temporary sheeting, shoring, and bracing, and backfill shall comply with Section 02222 - Excavation, Trenching, Backfilling, and Grading for the installation of condensate management components, such as piping and sumps. B. All excavations shall be backfilled with clean soil. Soil shall be compacted in 6-inch lifts using suitable equipment consistent with Section 02222, Part 3.3. 3.2 INSTALLATION OF CONDENSATE FOREMAIN AND AIR SUPPLY LINE A. The forcemain and air supply line shall be located in the same trench as the HDPE header piping with a minimum 2-foot of cover as shown on the Construction Plans. Revision 0 11200-3 SECTION 11200 CONDENSATE MANAGEMENT SYSTEM B. Condensate forcemain and air supply lines shall be installed on opposite sides of the header from each other when installed in common trench. 3.3 INSTALLATION OF CONDENSATE SUMPS A. Sumps shall be installed at locations shown on the Construction Plans. B. The Contractor shall use care in handling and installing sumps, and in backfilling so as to avoid damage to sumps or displace sump welds. The Contractor shall be responsible for repairing any damage, at no additional cost to Owner. C. Backfill around sumps shall be placed and compacted in 6-inch lifts to reduce settlement or shifting of sump. If sump settles or shifts following construction, Contractor will be required to relevel sump at no additional cost to the Owner. D. Condensate sumps inside of waste shall be placed on a minimum of 6 inches of course aggregate. Course aggregate shall comply with ASTM D448, Size No. 57, consistent with the Construction Plans and technical specifications. 3.4 PRESSURE TESTING A. The condensate sumps and forcemain and air supply piping are also subject to pressure testing requirements, as specified in Section 15050. Test failures shall be identified, repaired, and re-tested as described in Section 15050. END OF SECTION 15050-1 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. The Contractor shall supply all materials, equipment, and labor needed to install complete and make ready for use all HDPE pipe, fittings, and valves as specified herein related to the landfill gas header piping, condensate management system; and indicated on the Construction Plans. 1.2 RELATED TECHNICAL SPECIFICATION A. Section 01052 – Layout of Work and Surveys B. Section 02222 – Excavation, Trenching, Backfilling, and Grading C. Section 11200 – Condensate Management System 1.3 SUBMITTALS A. The Contractor shall prepare and submit to the Engineer, for review and approval, product data, certificates of compliance on materials furnished and manufacturer's brochures containing complete information and instructions pertaining to the storage, handling, installation, inspection, maintenance, and repair of each type of pipe, fitting, and valve furnished for the project. 1.4 REFERENCE A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. Use of the most recent version is required. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM D 1248 - Specification for Polyethylene Plastics Molding and Extrusion Materials 2. ASTM F 1417-11A - Standard Practice for Installation Acceptance of Plastic Non-pressure Sewer Lines Using Low-Pressure Air 3. ASTM D 2774 - Standard Practice for Underground Installation of Thermoplastic Pressure Piping 4. ASTM F 2620 - Standard Practice for Heat Fusion of Polyethylene Pipe and Fittings 5. ASTM D 3350 - Specification for Polyethylene Plastics Pipe and Fittings Materials 6. ASTM F 714 - Standard Specification for Polyethylene (PE) Pipe (SDR-PR) Based on Outside Diameter 7. ASTM D 3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Butt Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing 8. ASTM F 1055 - Standard Specification for Electrofusion Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing Revision 0 15050-2 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES 9. ASTM D 3261 - Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Butt Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing 10. ASTM F 1055 - Standard Specification for Electrofusion Fittings for Outside Diameter Controlled Polyethylene Pipe and Tubing 11. ASTM F 1759 - Standard Practice for Design of High Density Polyethylene (HDPE) Manholes for Subsurface Applications 12. ASTM F 2206 - Standard Specification for Fabricated Fittings of Butt-Fused Polyethylene (PE) Plastic Pipe, Fittings, Sheet Stock, Plate Stock or Block Stock AMERICAN NATIONAL STANDARD INSTITUTE (ANSI) 13. ANSI B 31.8 - Code for Pressure Piping, Appendix N AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) 14. ASME B16.42 - Ductile Iron Pipe Flanges and Flanged Fittings, Class 150 and 300 PLASTICS PIPING INSTITUTE (PPI) 15. PPI TR-31/9-79 - Technical Report PART 2 - PRODUCTS 2.1 HIGH DENSITY POLYETHYLENE (HDPE) PIPE A. As shown on the Construction Plans, HDPE pipe and fittings shall have the following Standard Dimension Ratios (SDR): 1. 2-inch diameter air supply line and isolation valve assemblies shall be SDR 9; 2. 3-inch (SDR 11) x 6-inch (SDR 17) dual-contained condensate forcemain pipe; 3. 4-inch (SDR 11) x 8-inch (SDR 17) dual-contained leachate forcemain pipe; 4. 18-inch diameter LFG header piping shall be SDR 17; 5. All piping and fittings used in fabrication of condensate sumps shall be SDR 17. B. All HDPE pipe and fittings shall be extruded from Type III, Clast C Category 5, Grade P34 Resin in accordance with ASTM D3350. Minimum cell classification valves shall be PE345464C, as referenced in ASTM D3350, and have a material designation of PE3608/4710. The pipe shall be manufactured to meet the requirements of ASTM F714. All HDPE pipe and fittings shall contain a minimum of 2 percent carbon black. Manufacturer's literature shall be adhered to when "manufacturer's recommendations" are specified. All pipe and fittings shall be provided by one manufacturer. Acceptable manufacturers/suppliers include ISCO Industries or Engineer approved substitute. No tee fittings are to be used on any condensate forcemain piping or tie-ins unless specifically shown on the construction plans. Molded sweeping elbows, molded 45 degree elbows, and shop fabricated dual-contained wyes to be used on all dual-contained pipe. No 90 degree elbows are to be used on condensate forcemain piping. Revision 0 15050-3 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES 2.2 FLANGES FOR HDPE PIPE A. Flanges for HDPE pipe shall be convoluted ductile iron back-up rings with a minimum thickness corresponding to the adjoining pipe SDR. Ductile iron back-up rings shall be class 150 and manufactured consistent with ASME B16. Back-up rings shall be finished with red oxide primer. B. Flange gaskets shall be full-face neoprene gaskets. C. Studs, bolts, nuts, and washers for flange connections: 1. Material shall be zinc-plated steel. Stainless steel bolts and nots are not an acceptable alternative. 2. Below-grade studs shall be thoroughly coated with Polyken Technologies 1027 Primer (508-261-6200), rubberized emulsion undercoating spray, or Engineer-approved substitute, with no gaps in coverage. 3. Below-grade flanges shall be wrapped in 5-mil polyethylene sheeting, following installation and prior to backfilling, to prevent corrosion. 2.3 VALVES A. General 1. All valves shall be complete with all necessary operators, actuators, handwheels, chain wheels, extension stems, floor stands, worm and gear operators, operating nuts, chains, wrenches, and other accessories or appurtenances which are required for the proper completion of the Work. Operators, actuators, and other accessories shall be sized and furnished by the valve supplier and factory mounted. 2. All valves shall have the name of the manufacturer and sizes cast on the body or bonnet or shown on a permanently attached plate raised in letters. 3. All valves and operators shall be constructed of materials that are compatible with landfill gas, and have been used on other landfill gas applications by Contractor. Valve seals shall be manufactured of nitrile or other material resistant to landfill gas. Valves shall have all safety features required by OSHA. 4. Unless otherwise shown, valves shall be the same size as the adjoining pipe. B. Butterfly Valves 1. Header/lateral isolation valves shall be butterfly bubble-tight, wafer design, with a PVC body, nitrile seat, and compatible with a flat face flange, as manufactured by Asahi/America or Engineer approved equal. If required, stem extensions shall be carbon steel in an epoxy coated steel outer housing with a gear box assembly mounted on top and equipped with a removable manual operating wheel. Monitoring ports at the butterfly valves shall be quick connects. If required, quick connects shall be attached to the piping via flexible metal hose connector, Swagelok Part No. SS-FM4SI4PM4, or Engineer approved equal. Threading on any stainless steel transition fittings for valves or for any other use on the project shall be wrapped with Teflon tape. Revision 0 15050-4 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES C. HDPE Valves 1. Condensate forcemain and air supply line isolation valves shall be HDPE black full-port ball valves with valve handles ISCO Product No. 59030015 (condensate forcemain) or 59020018 (air supply line). 2.4 GAS PIPE WARNING TAPE A. Tape shall be a metallic locator/warning tape imprinted with the words “Caution Gas Line Buried Below,” as supplied by Terra Tape (1-800-231-6074) or Engineer-approved substitute. PART 3 - EXECUTION 3.1 GENERAL A. HDPE pipe shall be stored on clean level ground, preferably turf or sand, free of sharp objects, which could damage the pipe. Stacking shall be limited to height that will not cause excessive deformation of the bottom layers of pipe under the anticipated temperature ranges. Where necessary the pipe shall be stored on wooden sleepers, spaced suitably and such a width as not to allow deformation of the pipe at the point of contact with the sleepers or between supports. B. Pipe and pipe fittings shall be handled carefully in loading and unloading. They shall be lifted by hoists and lowered on skidways in such a manner as to avoid shock. Pipe and pipe fittings shall not be dropped or dumped onto rocky or unprepared ground. Under no circumstance shall pipe or fittings be dropped into trenches, or dragged over sharp or cutting objects. C. The maximum allowable depth of cuts, gouges, or scratches on the exterior surface shall be 10 percent of the wall thickness on the pipe or fitting. The interior of the pipe or fitting shall be free of cuts, gouges or scratches. If removal of damage sections of pipe is required, the repairs shall be performed at no cost to Owner. D. Whenever pipe laying is not actively in progress, the open end(s) of installed pipe shall be plugged. 3.2 HDPE PIPE HANDLING A. HDPE pipe shall not be bent more than the minimum radius recommended by the manufacturer for type, grade, and SDR. Care shall be taken to avoid imposing strains that will overstress or buckle the HDPE piping or impose excessive stress on the joints. B. Ropes, fabric, or rubber–protected slings and straps shall be used when handling pipe. Slings, straps, etc. shall not be positioned at butt fused joints. Chains, cables, or hooks shall not be inserted into the pipe ends as a means of moving the pipe. 3.3 JOINING HDPE PIPE A. Only two methods shall be utilized to join HDPE pipe unless otherwise approved by the Engineer: butt fusion and mechanical joining. 1. Mechanical Joining shall be accomplished with HDPE flange adapters, neoprene gaskets, and ductile iron back-up flanges, and shall be used only where shown on the Construction Plans or approved by Engineer. 2. Butt Fusion joints shall be made in accordance with manufacturer's step by step procedures and recommendations using approved equipment. Butt fusion shall be performed by a qualified Revision 0 15050-5 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES person specifically trained to operate fusion equipment. Pipe fusion equipment shall be of the size and nature to adequately weld all pipe sizes and fittings necessary to complete the project. Butt fusion shall be performed outside of the trench whenever practical. Before butt fusing pipe, each length shall be inspected for the presence of dirt, sand, mud, shavings, and other debris. Any foreign material shall be completely removed. At the end of each day, all open ends of fused pipe shall be capped or otherwise covered to prevent entry by animals or debris. B. Branch saddle (heat fusion or electro-fusion) and electro-fusion saddles/couplings shall not be permitted unless approved by Engineer on a case-by-case basis. C. As per the manufacturer’s instructions, no fusion shall be performed in precipitation unless a shelter is provided. D. Extrusion welding shall not be permitted for joining two pipe segments. 3.4 HDPE PIPE INSTALLATION A. Pipe installation shall comply with the requirements of ASTM D 2321, PPI TR-31/9-79, and the manufacturer's recommendations. B. Lengths of fused pipe to be handled as one segment shall not exceed 400 feet. C. Pipe shall be inspected and cleaned of pipe cuttings, dirt, debris, or other deleterious materials prior to installation in the trench. D. As noted in Section 02222, below-grade HDPE pipe shall be installed at 1.5 percent slope (outside limits of waste), and 2-foot of soil cover, unless otherwise indicated on the Construction Plans or approved in writing by Engineer. Conformance surveys shall be prepared by the Contractor for verification of pipe slope and soil cover, as specified in Section 01052 – Layout of Work and Surveys. E. Condensate components, condensates sumps, and air supply components shall be installed in accordance with Section 11200 – Condensate Management System and as shown on the Construction Plans. Condensate forcemain and air supply lines shall be installed on opposite sides of the header from each other when installed in common trench. F. The Owner and CQA Consultant shall be notified prior to any pipe being installed in the trench in order for them to have an opportunity to inspect the following items: 1. Pipe joining. 2. Pipe integrity. 3. Trench excavation for rocks and foreign material. 4. Proper trench slope and depth. 5. Trench contour to ensure the pipe will have uniform and continuous support. G. Any irregularities found by the Owner or CQA Consultant during this inspection must be corrected before lowering the pipe into the trench. Pipe shall be allowed sufficient time to adjust to trench temperature prior to any testing, segment tie-ins, and/or backfilling. H. Tie-ins shall be made out of the trench whenever possible. When tie-ins are to be made only in the trench, a bell hole shall be excavated large enough to ensure an adequate and safe work area. Revision 0 15050-6 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES I. Below-grade piping shall be marked with metallic warning tape to be buried in the trench above the pipe as specified in Part 2.5 and indicated on the Construction Plans. 3.5 VALVE INSTALLATION A. Valves shall be set installed at the location as indicated on the Construction Plans, unless otherwise approved by the Engineer. Valves shall be installed in accordance with manufacturer’s installation instructions. B. Valves shall be carefully inspected during installation. They shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seal. All valves shall be checked and adjusted for smooth operation. C. Install valves with operating stem in either horizontal or vertical position, as shown on the Construction Plans, and allow sufficient clearance around the valve operator for proper operation. 3.6 FLANGED CONNECTIONS A. Flanged connections for HDPE pipe shall be installed as specified in Part 3.3.A.1. B. The Contractor shall wrap and tape the flanges and bolts in 5 mil polyethylene sheeting prior to backfilling to help protect the assembly from corrosion. 3.7 PIPE SUPPORTS A. All piping and valves shall be supported in such a manner as to prevent any stress being transmitted between sections and connected equipment and appurtenances. 3.8 HDPE PIPE AND VALVE TESTING A. All HDPE piping shall be subjected to a pneumatic pressure test and as described herein to detect any leaks in the piping. Contractor shall furnish all necessary equipment and materials, and make all taps in the pipe, as required, for testing. B. The Contractor shall accept the responsibility for locating, uncovering (if previously backfilled), and repairing any leaks detected during testing at no additional cost to the Owner. C. The test(s) should be performed during a period when the pipe will be out of direct sunlight when possible; i.e., early morning, late evening, or cloudy days. This will minimize the pressure changes which will occur during temperature fluctuations. D. The CQA Consultant shall be notified prior to commencement of the testing procedure and shall be present during all tests. E. All installed pipe shall be subject to the following pneumatic pressure tests at pressures and times shown below. The pressure test will begin once the pipe has been pressurized to the required pressure. During the pressure test, no loss of pressure shall be observed for passing test. 1. LFG header and lateral piping – 10 psig for one hour (without condensate sump) or 4 psig for one hour (with condensate sump). 2. Condensate forcemain piping – 4 psig for 30 minutes then 100 psi for 30 minutes. Revision 0 15050-7 SECTION 15050 HDPE PIPE, FITTINGS, AND VALVES 3. Air supply line piping – 4 psig for 30 minutes than 100 psi for 30 minutes. F. Valves shall be tested at the same time that the adjacent pipe is tested. Valves or joints shall show no detectable leakage under the test. Valves or joints that show sings of leakage shall be repaired prior to final acceptance. G. Any section of pipe which falls to meet the stipulated pressure test shall be checked by the Contractor and corrective measures taken. The test shall then be repeated, at no additional cost to the Owner. Pipe installation will not be accepted unless and until it meets the pressure test requirements. H. The following steps shall be performed for failing pressure test described in this Part. 1. The pipe and all fusions shall be inspected for cracks, pinholes, or perforations. 2. All blocked risers and capped ends shall be inspected for leaks. 3. Leaks shall be located and/or verified by applying a soapy water solution and observing soap bubble formation. I. All pipe and fused joint leaks shall be repaired by cutting out the leaking area and refusing the pipe. J. After all leaks are repaired, a retest shall be performed in accordance with this Section. K. The Owner’s CQA Consultant shall prepare records of each pipe segment pneumatically tests. These records shall include: 1. Date of test, 2. Description and identification of pipe tested, 3. Test pressure, 4. Remarks regarding leaks or repairs made of leaks, and 5. Certification by contractor. END OF SECTION 15051-1 SECTION 15051 PVC PIPE, FITTINGS, AND VALVES SECTION 15050 PVC PIPE, FITTINGS, AND VALVES PART 1 - GENERAL 1.1 DESCRIPTION OF WORK A. The Contractor shall supply all materials, equipment, and labor needed to install complete and make ready for use all PVC pipe, fittings, and valves as specified herein related to the landfill gas header piping, condensate management system; and indicated on the Construction Plans. 1.2 RELATED TECHNICAL SPECIFICATION A. Section 01052 – Layout of Work and Surveys B. Section 02222 – Excavation, Trenching, Backfilling, and Grading 1.3 SUBMITTALS A. The Contractor shall prepare and submit to the Engineer, for review and approval, product data, certificates of compliance on materials furnished and manufacturer's brochures containing complete information and instructions pertaining to the storage, handling, installation, inspection, maintenance, and repair of each type of pipe, fitting, and valve furnished for the project. 1.4 REFERENCE A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. Use of the most recent version is required. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) 1. ASTM D 1785-15e1 – Standard Specification for PVC Pipe, Schedules 40, 80, and 120. 2. ASTM D 2855-20 – Standard Practice for the Two-Step (Primer and Solvent Cement) Method of Joining PVC or CPVC Pipe and Piping Components with Tapered Sockets. 3. ASTM D 2672-20 – Standard Specification for Joints for IPS PVC Pipe Using Solvent Cement. 4. ASTM D 2564-20 – Standard Specifications for Solvent Cements for PVC Plastic Piping Systems. 5. ASTM F656-15 – Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride) (PVC) Plastic Pipe and Fittings 6. ASTM D 2466-17 – Standard Specification for PVC Fittings, Schedule 40. 7. ASTM D 2152-17 – Standard Test Method for Adequacy of Fusion of Extruded PVC pipe and molded fittings by Acetone Immersion. 8. ASTM D 2241-20 – Standard Specification for PVC Pressure-Rated Pipe (SDR Series). Revision 0 15050-2 SECTION 15050 PVC PIPE, FITTINGS, AND VALVES 9. ASTM D 1598-15a – Standard Test Method for Time-to-Failure of Plastic Pipe under Constant Internal Pressure. 10. ASTM F 610/F610M-15 – Standard Practice for Evaluating the Quality of Molded PVC Plastic Pipe Fittings by the Heat Reversion Technique. 11. ASTM D 2261-06 (2018) - Standard Test Method for Pressure Rating PVC Plastic Pipe Fittings, Schedule 40 and 80 Socket-Type. AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) 1. ASME SD1785 – Specification for Rigid PVC Plastic Pipe, Schedules 40, 80, and 120. 2. ASME SD2152 – Standard Test Method for Degree of Fusion of Extruded PVC Pipe, PVC Pipe and Molded Fittings by Acetone Immersion. 3. ASME SD1784 – Specification for Primers for Use in Solvent Cement Joints of Rigid PVC Plastic Pipe Compounds and Chlorinated Polyvinyl Chloride (CPVC) Compounds. 4. ASME SF1970 Specification for Special Engineered Fittings, Appurtenances or Valves for use in PVC or CPVC Systems. PLASTICS PIPING INSTITUTE (PPI) 1. PPI TR-5 – Technical Report. AMERICAN WATER WORKS ASSOCIATION (AWWA) 1. AWWA SF 1970 – Standards for PVC Pressure Pipe and Fabricated Fittings, 4-inch through 12- inch size in diameter. 2. AWWA Manual M23 PVC Pipe – Design and Installation. PART 2 - PRODUCTS 2.1 PVC Pipe and Fittings A. As shown on the Construction Plans, PVC pipe and fittings shall have the following Standard Dimension Ratios (SDR): 1. 6-inch diameter reclaimed water schedule 40 purple solvent weld pipe and fittings shall be SDR 21 and SDR 26, respectively; B. All PVC pipe and fittings shall meet the requirements of AWWA C-900, DR 14 for PVC Pressure Pipe. All pipe and fittings shall be made from clean, virgin, NSF/ANSI Standard 14 and Standard 61 approved, Class 12454B PVC. Clean reworked materials generated from the manufacturer's own production may be used within the current limits of the referenced AWWA C-900. Manufacturer's literature shall be adhered to when "manufacturer's recommendations" are specified. All pipe and fittings shall be provided by one manufacturer. 2.2 VALVES A. General Revision 0 15050-3 SECTION 15050 PVC PIPE, FITTINGS, AND VALVES 1. All valves shall be complete with all necessary operators, actuators, hand wheels, chain wheels, extension stems, floor stands, worm and gear operators, operating nuts, chains, wrenches, and other accessories or appurtenances which are required for the proper completion of the Work. Operators, actuators, and other accessories shall be sized and furnished by the valve supplier and factory mounted. 2. All valves shall have the name of the manufacturer and sizes cast on the body or bonnet or shown on a permanently attached plate raised in letters. 3. Unless otherwise shown, valves shall be the same size as the adjoining pipe. B. Resilient Wedge Gate Valve 1. The resilient seat gate valves shall fully comply with the latest revision of AWWA C509, and shall also be UL listed and FM approved. The valves shall be tested and certified to ANSI/NSF 61 & 372.2. 2. The valve shall have a 250 psig working pressure. 3. The valve type shall be NRS (non-rising stem) or OS&Y (outside screw & yoke) as specified. 4. The valve shall have an arrow cast on the operating nut or hand wheel showing opening direction. The direction of opening shall be as specified. 5. The NRS valves shall be provided with a 2" square operating nut and OS&Y valves shall be provided with a hand wheel. The bolt that attaches the operating nut to the stem shall be recessed into the operating nut so as not to interfere with valve wrench operation. 6. The valves shall have Type 316 stainless steel bolts and nuts for the stuffing box and bonnet. 7. The valve stem shall be made of bronze ASTM B-138 alloy C67600 bar stock material. The stem shall have at least one "anti-friction" thrust washer above and below the stem collar to reduce operating torque. The design of the NRS valve stem shall be such that if excessive input torque is applied, stem failure shall occur above the stuffing box at such a point as to enable the operation of the valve with a pipe wrench or other readily available tool. The stem material shall provide a minimum 70,000 psi tensile strength with 15% elongation and yield strength of 30,000 psi. Valves with cast stems or two piece stem collars are not acceptable. 8. The NRS valves shall have a stuffing box that is O-ring sealed. Two O-rings shall be placed above and one O-ring below the stem thrust collar. The thrust collar shall be factory lubricated. The thrust collar and its lubrication shall be isolated by the O-rings from the waterway and from outside contamination providing permanent lubrication for long term ease of operation. Valves without a stuffing box are unacceptable. Valves without at least three stem O-rings are also unacceptable. 9. The valve body, bonnet, and stuffing box shall be composed of ASTM A536 ductile iron. The body and bonnet shall also adhere to the minimum wall thickness as set forth in Table 2, section 4.3.1 of AWWA C509. Wall thickness less than those in table 2 are not acceptable. 10. The valve disc and guide lugs must be fully (100%) encapsulated in SBR ASTM D2000 rubber material. Guide caps of an acetal bearing material shall be placed over solid guide lugs to prevent abrasion and to reduce the operating torque. Revision 0 15050-4 SECTION 15050 PVC PIPE, FITTINGS, AND VALVES 11. The valves shall have all internal and external ferrous surfaces coated with a fusion bonded thermosetting powder epoxy coating of 10 mils nominal thickness. The coating shall conform to AWWA C550. 12. The tapping valves shall have an inlet flange conforming to ANSI B16.1 Class 125 for attachment to a tapping sleeve or cross. In addition, the valve inlet flange shall have a machined projection or raised face complying with MSS SP-60 for accurate alignment to the mating recess in the tapping sleeve flange. The seat opening of the tapping valves shall be at least .30" larger than the nominal pipe size to permit full diameter cuts. 13. The valves shall be warranted by the manufacturer against defects in materials or workmanship for a period of ten (10) years from the date of manufacture. The manufacturing facility for the valves must have current ISO certification. 14. The valves shall be Mueller® A2362 Series or approved equal. 2.3 WATERLINE PIPE WARNING TAPE A. Tape shall be a metallic locator/warning tape imprinted with the words “Caution Water Line Buried Below,” as supplied by Terra Tape (1-800-231-6074) or Engineer-approved equal. PART 3 - EXECUTION 3.1 EXCAVATION The minimum width of trench excavation shall not be less than the internal diameter of the pipe plus twelve (12") inches. The pipe shall have a minimum cover as shown on the Construction Plans. 3.2 PVC PIPE HANDLING A. PVC pipe shall not be bent more than the minimum radius recommended by the manufacturer for type, grade, and SDR. Care shall be taken to avoid imposing strains that will overstress or buckle the PVC piping or impose excessive stress on the joints. B. Ropes, fabric, or rubber–protected slings and straps shall be used when handling pipe. Slings, straps, etc. shall not be positioned at butt fused joints. Chains, cables, or hooks shall not be inserted into the pipe ends as a means of moving the pipe. 3.3 JOINING PVC PIPE Manufacturer’s recommendations shall be followed at each pipe joint. Under no circumstances will joints be subject to full hydrostatic pressure until after the joint has cured for 8 hours. 3.4 PVC PIPE INSTALLATION A. No tapping or threading of plastic pipe shall be permitted on pipe with a wall thickness less than Schedule 80. Service taps in AWWA C900 PVC pressure pipe shall be made with a shell cutter assembly and the coupon removed for tap sizes relative to pipe class and diameter as shown in Table 502.10.3.1.7.(a) Tapping PVC Pipe. Revision 0 15050-5 SECTION 15050 PVC PIPE, FITTINGS, AND VALVES Table 502.10.3.1.7.(a) Tapping PVC Pipe Tap Diameter Pipe Diameter Pressure Class ¾-in. and 1-in. 6-in. to 12-in. 150 and 200 When direct tapping of PVC pipe cannot be made within the limits as hereinbefore provided, taps shall be made as set forth in this specification, utilizing service saddles. B. Pipe shall be inspected and cleaned of pipe cuttings, dirt, debris, or other deleterious materials prior to installation in the trench. C. Pipe fittings and couplings shall be at the same temperature when joints are made. Before the solvent is applied, the joint shall be tested for dry fit. If the dry fit is stuck because of improperly sized pipe or if the pipe is out-of-round to the extent that force is required to place the fitting on the pipe, the pipe shall be rejected. Building up the joint for undersized pipe with multiple layers of solvent cement or "shaving" the end of the pipe shall not be permitted. D. Tees for service lines or laterals must be assembled so that no strain is placed on the pipe during or after the backfill operation. E. The Owner and CQA Consultant shall be notified prior to any pipe being installed in the trench in order for them to have an opportunity to inspect the following items: 1. Pipe joining. 2. Pipe integrity. 3. Trench excavation for rocks and foreign material. 4. Proper trench slope and depth. 5. Trench contour to ensure the pipe will have uniform and continuous support. F. Any irregularities found by the Owner or CQA Consultant during this inspection must be corrected before lowering the pipe into the trench. Pipe shall be allowed sufficient time to adjust to trench temperature prior to any testing, segment tie-ins, and/or backfilling. G. Below-grade piping shall be marked with metallic warning tape to be buried in the trench above the pipe as specified in Part 2.5 and indicated on the Construction Plans. 3.5 VALVE INSTALLATION A. Valves shall be set installed at the location as indicated on the Construction Plans, unless otherwise approved by the Engineer. Valves shall be installed in accordance with manufacturer’s installation instructions. B. Valves shall be carefully inspected during installation. They shall be opened wide and then tightly closed and the various nuts and bolts shall be tested for tightness. Special care shall be taken to prevent any foreign matter from becoming lodged in the valve seal. All valves shall be checked and adjusted for smooth operation. Revision 0 15050-6 SECTION 15050 PVC PIPE, FITTINGS, AND VALVES C. Install valves with operating stem in either horizontal or vertical position, as shown on the Construction Plans, and allow sufficient clearance around the valve operator for proper operation. 3.6 CONCRETE THRUST BLOCKS A. All piping and valves shall be supported in such a manner as to prevent any stress being transmitted between sections and connected equipment and appurtenances. B. Thrust blocks shall be made of concrete and shall be installed whenever the pipe line changes direction, at tees and bends; changes size, at reducers (also some crosses and tees); stops, at a dead end; or is expected to develop thrust at valves. The concrete mix used should be of a minimum strength of 2500 psi and as specified by Engineer. 3.7 PVC PIPE AND VALVE TESTING A. All PVC piping shall be subjected to a hydrostatic test pressure of not less than 150-psi over a period of no less than 2-hours in accordance with AWWA C605 – Underground Installation of PVC Pressure Pipe and Fittings for Water. Contractor shall furnish all necessary equipment and materials, and make all taps in the pipe, as required, for testing. B. The Contractor shall accept the responsibility for locating, uncovering (if previously backfilled), and repairing any leaks detected during testing at no additional cost to the Owner. C. The CQA Consultant shall be notified prior to commencement of the testing procedure and shall be present during all tests. D. Valves shall be tested in accordance with AWWA C 509. Valves shall be tested at the same time that the adjacent pipe is tested. Valves or joints shall show no detectable leakage under the test. Valves or joints that show sings of leakage shall be repaired prior to final acceptance. E. Any section of pipe which falls to meet the stipulated pressure test shall be checked by the Contractor and corrective measures taken. The test shall then be repeated, at no additional cost to the Owner. Pipe installation will not be accepted unless and until it meets the pressure test requirements. F. The following steps shall be performed for failing pressure test described in this Part. 1. The pipe and all joints shall be inspected for cracks, pinholes, or perforations. 2. All blocked risers and capped ends shall be inspected for leaks. 3. Leaks shall be located and/or verified by applying a soapy water solution and observing soap bubble formation. G. All pipe and joint leaks shall be repaired by cutting out the leaking area and rejoining the pipe. H. After all leaks are repaired, a retest shall be performed in accordance with this Section. I. The Owner’s CQA Consultant shall prepare records of each pipe segment pneumatically tests. These records shall include: 1. Date of test, 2. Description and identification of pipe tested, Revision 0 15050-7 SECTION 15050 PVC PIPE, FITTINGS, AND VALVES 3. Test pressure, 4. Remarks regarding leaks or repairs made of leaks, and 5. Certification by contractor. END OF SECTION ATTACHMENT A SOIL TEST RESULTS AND HISTORICAL BORINGS SOIL SAMPLE LOCATIONS LFG2LFG3LFG5LFG6LFG7LFG8LFG16LFG17LFG18LFG19LFG20LFG21LFG22LFG23LFG24LFG25LFG26LFG27LFG28LFG29LFG30LFG26LFG2LFG3LFG5LFG6LFG7LFG8LFG16LFG17LFG18LFG19LFG20LFG21LFG22LFG23LFG24LFG25LFG26LFG27LFG28LFG29LFG30FIGURE 1 - SOIL SAMPLES CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 0.6 12.0 0.0 0.0 43 22 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Tan CL, lean clay, Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 100.0 B-13 Bulk Sample 5 " 2 " 1/4 " 99.7 Remarks: NMC, % 11.2 4.5 " 1- 1/2 " # 4 99.4 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 98.2 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 94.8 Clay content reported at 0.002mm 15.69 3 "1/2 "# 200 87.4 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 94.82 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-13 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 26.4 38.4 13.6 21.6 47 25 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Gray/Brown SC, clayey sand, Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 86.5 B-1 Bulk Sample 5 " 2 " 100.0 1/4 " 77.4 Remarks: NMC, % 8.0 4.5 " 1- 1/2 " 98.8 # 4 73.6 Moist Method, ASTM D422 Bulk 4 " 1 " 96.1 # 10 59.9 Sample split on 3/8" and # 40 sieve Sample wt., kg 3.5 "3/4 " 94.5 # 40 46.6 Clay content reported at 0.002mm 16.06 3 "1/2 " 89.7 # 200 35.2 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.59.90 Traceability Items WS+t 75.71 Hydrometer Specimen Dry wt.44.82 Balance ID 1 2 DS+T 69.19 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 49.81 Percent <#40 based on complete specimen 46.57 Flask ID 1 NA Moist Ratio 0.3364 Calculated biased weight 96.25 Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 35 20 0 29 0.0133 36 10.39 0.0303 29.5 5 33 20 0 27 0.0133 34 10.72 0.0195 27.5 15 31 20 0 25 0.0133 32 11.05 0.0114 25.5 30 30 20 0 24 0.0133 31 11.21 0.0081 24.4 60 29 20 0 23 0.0133 30 11.38 0.0058 23.4 240 27 20 0 21 0.0133 28 11.70 0.0029 21.4 600 26 21 0.2 20.2 0.0133 27 11.87 0.0019 20.6 Page ID B-1 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 11.3 20.2 0.0 0.0 41 20 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Brown CL, lean clay, sandy Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 92.4 B-2 Bulk Sample 5 " 2 " 1/4 " 89.9 Remarks: NMC, % 12.5 4.5 " 1- 1/2 " # 4 88.7 Moist Method, ASTM D422 Bulk 4 " 1 " 100.0 # 10 85.3 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 " 96.5 # 40 80.0 Clay content reported at 0.002mm 22.09 3 "1/2 " 92.7 # 200 68.5 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 79.98 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-2 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 0.6 28.5 34.6 36.3 39 19 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Tan CL, lean clay, with sand Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 100.0 B-3 Bulk Sample 5 " 2 " 1/4 " 99.7 Remarks: NMC, % 12.7 4.5 " 1- 1/2 " # 4 99.4 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 99.0 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 97.9 Clay content reported at 0.002mm 15.01 3 "1/2 "# 200 70.9 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.60.95 Traceability Items WS+t 81.77 Hydrometer Specimen Dry wt.45.47 Balance ID 1 2 DS+T 73.74 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 50.15 Percent <#40 based on complete specimen 97.87 Flask ID 1 NA Moist Ratio 0.3404 Calculated biased weight 46.46 Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 34 20 0 28 0.0133 35 10.56 0.0306 59.1 5 30 20 0 24 0.0133 31 11.21 0.0199 50.6 15 28 20 0 22 0.0133 29 11.54 0.0117 46.4 30 26 20 0 20 0.0133 27 11.87 0.0084 42.2 60 25 20 0 19 0.0133 26 12.03 0.0060 40.1 240 23 20 0 17 0.0133 24 12.36 0.0030 35.9 600 22 21 0.2 16.2 0.0133 23 12.52 0.0019 34.2 Page ID B-3 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 1.5 37.9 0.0 0.0 30 12 Report Date 1.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Red/Brown CL, lean clay, sandy Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 100.0 B-4 Bulk Sample 5 " 2 " 1/4 " 99.7 Remarks: NMC, % 14.4 4.5 " 1- 1/2 " # 4 98.5 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 94.6 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 90.9 Clay content reported at 0.002mm 15.01 3 "1/2 "# 200 60.6 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 90.90 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-4 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distrubution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# # 2000.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 1.1 31.7 30.3 36.9 38 18 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Tan/Gray CL, lean clay, sandy Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 100.0 B-5 Bulk Sample 5 " 2 " 1/4 " 99.5 Remarks: NMC, % 14.1 4.5 " 1- 1/2 " # 4 98.9 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 96.4 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 94.6 Clay content reported at 0.002mm 13.79 3 "1/2 "# 200 67.2 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.53.10 Traceability Items WS+t 70.98 Hydrometer Specimen Dry wt.40.92 Balance ID 1 2 DS+T 66.16 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 49.97 Percent <#40 based on complete specimen 94.59 Flask ID 1 NA Moist Ratio 0.2977 Calculated biased weight 43.26 Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 32 20 0 26 0.0133 33 10.88 0.0310 58.9 5 28 20 0 22 0.0133 29 11.54 0.0202 49.8 15 27 20 0 21 0.0133 28 11.70 0.0117 47.6 30 26 20 0 20 0.0133 27 11.87 0.0084 45.3 60 25 20 0 19 0.0133 26 12.03 0.0060 43.0 240 22 20 0 16 0.0133 23 12.52 0.0030 36.2 600 21 21 0.2 15.2 0.0133 22 12.69 0.0019 34.4 Page ID B-5 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 2.6 44.6 0.0 0.0 29 12 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Red/Brown CL, lean clay, sandy Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 98.5 B-6 Bulk Sample 5 " 2 " 1/4 " 97.8 Remarks: NMC, % 7.0 4.5 " 1- 1/2 " # 4 97.4 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 96.1 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 93.8 Clay content reported at 0.002mm 17.69 3 "1/2 " 100.0 # 200 52.8 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 93.78 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-6 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 1.3 48.8 0.0 0.0 27 10 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Red/Brown SC, clayey sand, Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 98.9 B-9 Bulk Sample 5 " 2 " 1/4 " 98.9 Remarks: NMC, % 7.3 4.5 " 1- 1/2 " # 4 98.7 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 97.9 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 96.4 Clay content reported at 0.002mm 17.51 3 "1/2 " 100.0 # 200 49.9 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 96.45 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-9 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 0.4 32.5 0.0 0.0 33 14 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Brown CL, lean clay, sandy Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " B-10 Bulk Sample 5 " 2 " 1/4 " 100.0 Remarks: NMC, % 13.3 4.5 " 1- 1/2 " # 4 99.6 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 98.0 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 95.3 Clay content reported at 0.002mm 15.69 3 "1/2 "# 200 67.1 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 95.33 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-10 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 5.3 60.0 0.0 0.0 34 15 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Red/Brown SC, clayey sand, Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 98.6 B-11 Bulk Sample 5 " 2 " 1/4 " 96.8 Remarks: NMC, % 14.2 4.5 " 1- 1/2 " # 4 94.7 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 89.3 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 76.1 Clay content reported at 0.002mm 16.19 3 "1/2 " 100.0 # 200 34.7 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 76.09 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-11 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 0.5 40.6 0.0 0.0 34 15 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Gray/Brown CL, lean clay, sandy Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 100.0 B-12 Bulk Sample 5 " 2 " 1/4 " 99.9 Remarks: NMC, % 16.2 4.5 " 1- 1/2 " # 4 99.5 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 98.3 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 95.1 Clay content reported at 0.002mm 16.28 3 "1/2 "# 200 58.9 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.0.00 Traceability Items WS+t 0.00 Hydrometer Specimen Dry wt.ERR Balance ID 1 2 DS+T 0.00 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 0.00 Percent <#40 based on complete specimen 95.13 Flask ID 1 NA Moist Ratio ERR Calculated biased weight ERR Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 0 0 -6 1 16.13 0.0000 5 0 0 -6 1 16.13 0.0000 15 0 0 -6 1 16.13 0.0000 30 0 0 -6 1 16.13 0.0000 60 0 0 -6 1 16.13 0.0000 240 0 0 -6 1 16.13 0.0000 600 0 0 -6 1 16.13 0.0000 Page ID B-12 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 5.3 52.9 19.0 22.8 34 15 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Red/Brown SC, clayey sand, Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 98.6 B-11 Bulk Sample 5 " 2 " 1/4 " 96.8 Remarks: NMC, % 14.2 4.5 " 1- 1/2 " # 4 94.7 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 89.3 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 76.1 Clay content reported at 0.002mm 16.19 3 "1/2 " 100.0 # 200 41.8 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.56.04 Traceability Items WS+t 66.65 Hydrometer Specimen Dry wt.44.36 Balance ID 1 2 DS+T 63.15 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 49.86 Percent <#40 based on complete specimen 76.09 Flask ID 1 NA Moist Ratio 0.2634 Calculated biased weight 58.30 Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 25 20 0 19 0.0133 26 12.03 0.0326 31.9 5 23 20 0 17 0.0133 24 12.36 0.0209 28.6 15 22 20 0 16 0.0133 23 12.52 0.0122 26.9 30 21 20 0 15 0.0133 22 12.69 0.0086 25.2 60 20 20 0 14 0.0133 21 12.85 0.0062 23.5 240 19.5 20 0 13.5 0.0133 20.5 12.93 0.0031 22.7 600 19 21 0.2 13.2 0.0133 20 13.02 0.0020 22.2 Page ID B-11 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Proj. Name: City of Denton, TX Gravel, % Sand, % Silt, % Clay, % LL PI Project No.: 2019 0.7 15.7 37.7 45.9 44 23 Report Date 11.02.2020 Log-in Date 10.29.2020 Description and Classification Project Loc. Texas Brown CL, lean clay, with sand Standard Sieve Sizes - Percent Passing Sample Identification - Location - Type 6 " 2.5 " 3/8 " 100.0 B-14 Bulk Sample 5 " 2 " 1/4 " 99.8 Remarks: NMC, % 13.3 4.5 " 1- 1/2 " # 4 99.3 Moist Method, ASTM D422 Bulk 4 " 1 " # 10 95.8 Sample split on # 40 sieve Sample wt., kg 3.5 "3/4 "# 40 92.3 Clay content reported at 0.002mm 16.19 3 "1/2 "# 200 83.6 Hygroscopic Moisture Content Data Hydrometer Specimen Wet wt.52.77 Traceability Items WS+t 75.19 Hydrometer Specimen Dry wt.38.75 Balance ID 1 2 DS+T 68.45 Assumed Gs 2.75 Therm ID 58981 NA Tare wt 49.82 Percent <#40 based on complete specimen 92.31 Flask ID 1 NA Moist Ratio 0.3618 Calculated biased weight 41.98 Bulb ID 1 152H Composite Correction at 20 deg C -6 Sol Mix, ml 125 NA Meniscus Correction only 1 Tested By JMB BMG Hydrometer Reading Data Temp. Corrected Effective Diameter, mm Percent Time, min. Readings Temp.Correction, Ct Reading, Rc K Rm depth finer 2 35 20 0 29 0.0133 36 10.39 0.0303 67.7 5 32 20 0 26 0.0133 33 10.88 0.0196 60.7 15 30 20 0 24 0.0133 31 11.21 0.0115 56.0 30 28 20 0 22 0.0133 29 11.54 0.0082 51.4 60 27 20 0 21 0.0133 28 11.70 0.0059 49.0 240 25.5 20 0 19.5 0.0133 26.5 11.95 0.0030 45.5 600 25 21 0.2 19.2 0.0133 26 12.03 0.0019 44.8 Page ID B-14 Grain-size 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 1 Diameter, mm 0 10 20 30 40 50 60 70 80 90 100 Percent FinerParticle Distribution Test Result 6 in.3 in.2 in.1 in.1/2 in.# 4# 10# 40# 200 CQA Testing Laboratory Lab ID: 05091 Particle Size Distribution Test Report Project Name: City of Denton, TX ASTM D2217, Method B, Wet Sample Prep Client:SCS Engineers ASTM D422 -or- D6913/D7928 Grain Size Analysis Sample NMC LL PL PI Gravel Sand Silt Clay Sieve Size or Number, Percent Finer Sample Classification and Description Number (%) (%) (%) (%) (%) (%) (%) (%) 2" 1.5" 1" 0.75" 0.5" 0.375" 0.25" # 4 # 10 # 40 # 200 B-1 8.0 47 22 25 26.4 38.4 13.6 21.6 100.0 98.8 96.1 94.5 89.7 86.5 77.4 73.6 59.9 46.6 35.2 Gray/Brown SC, clayey sand, B-2 12.5 41 21 20 11.3 20.2 100.0 96.5 92.7 92.4 89.9 88.7 85.3 80.0 68.5 Brown CL, lean clay,sandy B-3 12.7 39 20 19 0.6 28.5 34.6 36.3 100.0 99.7 99.4 99.0 97.9 70.9 Tan CL, lean clay,with sand B-4 14.4 30 18 12 1.5 37.9 100.0 99.7 98.5 94.6 90.9 60.6 Red/Brown CL, lean clay,sandy B-5 14.1 38 20 18 1.1 31.7 30.3 36.9 100.0 99.5 98.9 96.4 94.6 67.2 Tan/Gray CL, lean clay,sandy B-6 7.0 29 17 12 2.6 44.6 100.0 98.5 97.8 97.4 96.1 93.8 52.8 Red/Brown CL, lean clay,sandy B-9 7.3 27 17 10 1.3 48.8 100.0 98.9 98.9 98.7 97.9 96.4 49.9 Red/Brown SC, clayey sand, B-10 13.3 33 19 14 0.4 32.5 100.0 99.6 98.0 95.3 67.1 Brown CL, lean clay,sandy B-11 14.2 34 19 15 5.3 52.9 19.0 22.8 100.0 98.6 96.8 94.7 89.3 76.1 41.8 Red/Brown SC, clayey sand, B-12 16.2 34 19 15 0.5 40.6 100.0 99.9 99.5 98.3 95.1 58.9 Gray/Brown CL, lean clay,sandy B-13 11.2 43 21 22 0.6 12.0 100.0 99.7 99.4 98.2 94.8 87.4 Tan CL, lean clay, B-14 13.3 44 21 23 0.7 15.7 37.7 45.9 100.0 99.8 99.3 95.8 92.3 83.6 Brown CL, lean clay,with sand Page ID 1 GS Summation 14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-6840 0.0010.010.11101001000 Grain Diameter, (mm) 0 10 20 30 40 50 60 70 80 90 100 Percent Finer6 in.3 in.2 in.1.5 in.1 in.0.75 in.0.5 in.0.375 in.0.25 in.# 4# 10# 40# 200 CQA Testing LaboratoryLab ID: 05091Project Name: City of Denton, TX Client's Project No. N/A ASTM D2217/AASHTO R-74, Method B, Moist Sample PreparationProject Number: 2019Project Location: Texas ASTM D4318, Method A - or - Method B, Liquid and Plastic LimitsClient: SCS EngineersASTM D422/D1140 - or - D6913/D7928 - or - C136/C117, Grain Size AnalysisProject Test Sample Number and Locations Liquid Plasticity Percent Percent Fines Natural Sample Description/ClassificationCount, This Page Limits Index Gravel (Minus #200) Moisture, %1 B-1472526.435.28.0Gray/Brown SC, clayey sand,2 B-2412011.368.512.5Brown CL, lean clay, sandy3 B-339190.670.912.7Tan CL, lean clay, with sand4 B-430121.560.614.4Red/Brown CL, lean clay, sandy5 B-538181.167.214.1Tan/Gray CL, lean clay, sandy6 B-629122.652.87.0Red/Brown CL, lean clay, sandy7 B-927101.349.97.3Red/Brown SC, clayey sand,8 B-1033140.467.113.3Brown CL, lean clay, sandy9 B-1134155.341.814.2Red/Brown SC, clayey sand,10 B-1234150.558.916.2Gray/Brown CL, lean clay, sandy11 B-1343220.687.411.2Tan CL, lean clay,12 B-1444230.783.613.3Brown CL, lean clay, with sand13 14 15 16 17 18 19 20 21 22 23 24 25 Page ID 1 Limits14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-68400 102030405060708090100110120Liquid Limits051015202530354045505560Plasticity IndexClassification for Fine Grained Soils, and Fine Grain Fraction of Coarse Grained Soils, ASTM D2487 USCS Classification BEARING RATIO TEST REPORT ASTM D1883-16 BEARING RATIO TEST REPORT CQA Testing Laboratory Project No: 2019 Project: City of Denton, Tx. Landfill Sample Number: B-1 Date: 11.11.2020 Clayey Sand Test Description/Remarks: Recompacted to 95% MDD of Standard Compaction Effort 1> Pre-soaking Penetration 2> After 96 hour Soaking Penetration Figure B-1 114.6 14.2 47 25SC Material Description USCS Max. Dens. (pcf) Optimum Moisture (%) LL PI Molded Density (pcf) Percent of Max. Dens. Moisture (%) Soaked Density (pcf) Percent of Max. Dens. Moisture (%) CBR (%) 0.10 in. 0.20 in. Linearity Correction (in.) Surcharge (lbs.) Max. Swell (%) 1 108.9 95 14.0 9.9 8.2 0.000 10 2 108.9 95 14.0 106.1 92.6 18.4 1.9 1.4 0.000 10 2.7 3 Penetration Resistance (psi)0 40 80 120 160 200 Penetration Depth (in.) 0 0.1 0.2 0.3 0.4 0.5 BEARING RATIO TEST REPORT ASTM D1883-16 BEARING RATIO TEST REPORT CQA Testing Laboratory Project No: 2019 Project: City of Denton, Tx. Landfill Sample Number: B-3 Date: 11.11.2020 Lean Clay Test Description/Remarks: Recompacted to 95% MDD of Standard Commpaction Effort 1> Pre-soaking Penetration 2> After 96 hour Soaking Figure B-3 110.2 16.7 39 19CL Material Description USCS Max. Dens. (pcf) Optimum Moisture (%) LL PI Molded Density (pcf) Percent of Max. Dens. Moisture (%) Soaked Density (pcf) Percent of Max. Dens. Moisture (%) CBR (%) 0.10 in. 0.20 in. Linearity Correction (in.) Surcharge (lbs.) Max. Swell (%) 1 104.7 95 16.0 6.4 5.6 0.000 10 2 104.7 95 16.0 103.6 94 19.4 3.1 2.5 0.000 10 1.1 3 Penetration Resistance (psi)0 40 80 120 160 200 Penetration Depth (in.) 0 0.1 0.2 0.3 0.4 0.5 BEARING RATIO TEST REPORT ASTM D1883-16 BEARING RATIO TEST REPORT CQA Testing Laboratory Project No: 2019 Project: City of Denton, Tx. Landfill Sample Number: B-5 Date: 11.11.2020 Lean Clay Test Description/Remarks: Recompacted to 95% MDD of Standard Compaction Effort 1> Pre-soaking Penetration 2> After 96 hour Soaking Figure B-5 113.9 15.0 38 18Lean Clay Material Description USCS Max. Dens. (pcf) Optimum Moisture (%) LL PI Molded Density (pcf) Percent of Max. Dens. Moisture (%) Soaked Density (pcf) Percent of Max. Dens. Moisture (%) CBR (%) 0.10 in. 0.20 in. Linearity Correction (in.) Surcharge (lbs.) Max. Swell (%) 1 108.2 95 14.5 6.8 6.7 0.000 10 2 108.2 95 14.5 106.4 93.4 18.1 2.2 2.0 0.000 10 1.7 3 Penetration Resistance (psi)0 40 80 120 160 200 Penetration Depth (in.) 0 0.1 0.2 0.3 0.4 0.5 BEARING RATIO TEST REPORT ASTM D1883-16 BEARING RATIO TEST REPORT CQA Testing Laboratory Project No: 2019 Project: City of Denton, Tx. Landfill Sample Number: B-11 Date: 11.12.2020 Clayey Sand Test Description/Remarks: Recompacted to 95% MDD of Standard Compaction Effort 1> Pre-soaking Penetration 2> After 96 hour Soaking Penetration Figure B-11 116.4 14.6 34 15SC Material Description USCS Max. Dens. (pcf) Optimum Moisture (%) LL PI Molded Density (pcf) Percent of Max. Dens. Moisture (%) Soaked Density (pcf) Percent of Max. Dens. Moisture (%) CBR (%) 0.10 in. 0.20 in. Linearity Correction (in.) Surcharge (lbs.) Max. Swell (%) 1 110.6 95 13.4 13.1 12.4 0.003 10 2 110.6 95 13.4 110.2 94.7 15.4 12.4 11.0 0.000 10 0.3 3 Penetration Resistance (psi)0 70 140 210 280 350 Penetration Depth (in.) 0 0.1 0.2 0.3 0.4 0.5 BEARING RATIO TEST REPORT ASTM D1883-16 BEARING RATIO TEST REPORT CQA Testing Laboratory Project No: 2019 Project: City of Denton, Tx. Landfill Sample Number: B-14 Date: 11.13.2020 Lean Clay Test Description/Remarks: Recompacted to 95% MDD of Standard Compaction Effort 1> Pre-soaking Penetration 2> After 96 hour Soaking Penetration Figure B-14 111.2 16.1 44 23 Material Description USCS Max. Dens. (pcf) Optimum Moisture (%) LL PI Molded Density (pcf) Percent of Max. Dens. Moisture (%) Soaked Density (pcf) Percent of Max. Dens. Moisture (%) CBR (%) 0.10 in. 0.20 in. Linearity Correction (in.) Surcharge (lbs.) Max. Swell (%) 1 105.6 95 15.7 13.6 11.5 0.000 10 2 105.6 95 15.7 102.0 91.7 20.0 1.9 1.7 0.000 10 3.6 3 Penetration Resistance (psi)0 70 140 210 280 350 Penetration Depth (in.) 0 0.1 0.2 0.3 0.4 0.5 Tested By: JMB Checked By: BMG UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST CQA Testing Laboratory Project No.: 2019 Date Sampled: 11.11.2020 Remarks: 1> No Limed Added 2> 2% Lime Added 3> 4% Lime Added 4> 6% Lime Added Figure B-1, 1 Client: SCS Engineers Project: City of Denton, Tx. Landfill Sample Number: B-1 Description: Clayey Sand LL = 47 PI = 25PL = 22 Assumed GS= 2.75 Type: Recompacted to 95% MDD Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, in./min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 2.103 1.052 8.3 0.100 14.0 124.2 108.9 66.9 0.5767 2.88 6.00 2.09 2 3.695 1.847 1.7 0.100 16.3 126.6 108.8 77.6 0.5774 2.88 6.00 2.09 3 3.728 1.864 2.5 0.100 15.1 125.5 109.0 72.4 0.5755 2.88 6.00 2.09 4 3.912 1.956 2.5 0.100 18.0 128.5 108.9 86.0 0.5767 2.88 6.00 2.09Compressive Stress, tsf0 1.5 3 4.5 6 Axial Strain, % 0 5 10 15 20 1 2 3 4 Tested By: JMB Checked By: BMG UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST CQA Testing Laboratory Project No.: 2019 Date Sampled: 11.11.2020 Remarks: 1> No Lime Added 2> 2% Lime Added 3> 4% Lime Added 4> 6% Lime Added Figure B-3, 1 Client: SCS Engineers Project: City of Denton, Tx. Landfill Sample Number: B-3 Description: Lean Clay LL = 39 PI = 19PL = 20 Assumed GS= 2.75 Type: Recompacted to 95% MDD Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, in./min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.996 0.998 15.8 0.100 16.1 121.5 104.6 69.2 0.6415 2.88 6.00 2.09 2 3.782 1.891 2.5 0.100 16.8 122.3 104.7 72.2 0.6394 2.88 6.00 2.09 3 4.232 2.116 3.3 0.100 16.9 122.4 104.7 72.6 0.6391 2.88 6.00 2.09 4 4.414 2.207 1.7 0.100 19.5 125.1 104.7 83.9 0.6395 2.88 6.00 2.09Compressive Stress, tsf0 1.5 3 4.5 6 Axial Strain, % 0 5 10 15 20 1 2 3 4 Tested By: JMB Checked By: BMG UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST CQA Testing Laboratory Project No.: 2019 Date Sampled: 11.11.2020 Remarks: 1> No Lime Added 2> 2% Lime Added 3> 4% Lime Added 4> 6% Lime Added Figure B-5, 1 Client: SCS Engineers Project: City of Denton, Tx. Landfill Sample Number: B-5 Description: Lean Clay LL = 38 PI = 18PL = 20 Assumed GS= 2.75 Type: Recompacted to 95% MDD Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, in./min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.973 0.987 9.2 0.100 14.5 123.9 108.3 67.9 0.5857 2.88 6.00 2.09 2 3.267 1.633 2.1 0.100 16.1 125.6 108.2 75.6 0.5867 2.88 6.00 2.09 3 3.728 1.864 2.5 0.100 17.4 127.0 108.3 81.5 0.5859 2.88 6.00 2.09 4 4.298 2.149 2.1 0.100 13.0 122.1 108.0 60.8 0.5897 2.88 6.00 2.09Compressive Stress, tsf0 1.5 3 4.5 6 Axial Strain, % 0 5 10 15 20 1 2 3 4 Tested By: JMB Checked By: BMG UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST CQA Testing Laboratory Project No.: 2019 Date Sampled: 11.12.2020 Remarks: 1> No Lime Added 2> 2% Lime Added 3> 4% Lime Added 4> 6% Lime Added Figure B-11, 1 Client: SCS Engineers Project: City of Denton, Tx. Landfill Sample Number: B-11 Description: Clayey Sand LL = 34 PI = 15PL = 19 Assumed GS= 2.75 Type: Recompacted to 95% MDD Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, in./min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 1.928 0.964 3.3 0.100 13.7 125.4 110.3 67.8 0.5564 2.88 6.00 2.09 2 3.117 1.558 1.7 0.100 14.6 126.8 110.6 72.7 0.5521 2.88 6.00 2.09 3 3.478 1.739 3.8 0.100 15.8 128.0 110.6 78.5 0.5521 2.88 6.00 2.09 4 4.009 2.005 2.5 0.100 17.2 129.6 110.6 85.6 0.5515 2.88 6.00 2.09Compressive Stress, tsf0 1.5 3 4.5 6 Axial Strain, % 0 2.5 5 7.5 10 1 2 3 4 Tested By: JMB Checked By: BMG UNCONFINED COMPRESSION TEST UNCONFINED COMPRESSION TEST CQA Testing Laboratory Project No.: 2019 Date Sampled: 11.13.2020 Remarks: 1> No Lime Added 2> 2% Lime Added 3> 4% Lime Added 4> 6% Lime Added Figure B-14, 1 Client: SCS Engineers Project: City of Denton, Tx. Landfill Sample Number: B-14 Description: Lean Clay LL = 44 PI = 23PL = 21 Assumed GS= 2.75 Type: Recompacted to 95% MDD Sample No. Unconfined strength, tsf Undrained shear strength, tsf Failure strain, % Strain rate, in./min. Water content, % Wet density, pcf Dry density, pcf Saturation, % Void ratio Specimen diameter, in. Specimen height, in. Height/diameter ratio 1 2.876 1.438 6.7 0.100 15.7 122.2 105.6 69.0 0.6252 2.88 6.00 2.09 2 3.804 1.902 2.5 0.100 17.5 124.1 105.7 76.8 0.6249 2.88 6.00 2.09 3 3.901 1.951 2.5 0.100 17.9 124.5 105.6 78.7 0.6252 2.88 6.00 2.09 4 4.721 2.360 2.1 0.100 20.0 126.7 105.6 88.0 0.6258 2.88 6.00 2.09Compressive Stress, tsf0 1.5 3 4.5 6 Axial Strain, % 0 5 10 15 20 1 2 3 4 CQA Testing LaboratoryLab ID: 05091Project Name: City of Denton, TX Client's Project No. N/A ASTM D2217/AASHTO R-74, Method B, Moist Sample PreparationProject Number: 2019Project Location: Texas ASTM D4318, Method A - or - Method B, Liquid and Plastic LimitsClient: SCS EngineersASTM D422/D1140 - or - D6913/D7928 - or - C136/C117, Grain Size AnalysisProject Test Sample Number and Locations Liquid Plasticity Percent Percent Fines Natural Sample Description/ClassificationCount, This Page Limits Index Gravel (Minus #200) Moisture, %1B-1 Without Lime 47 250.0 0.0 0.0 Gray/Brown 02 B-1 With + 2% Lime 41 200.0 0.0 0.0 Gray/Brown 03 B-1 With + 4% Lime 39 180.0 0.0 0.0 Gray/Brown 04 B-1 With + 6% Lime 38 170.0 0.0 0.0 Gray/Brown 05B-3 Without Lime 39 190.0 0.0 0.0 Tan 06 B-3 With + 2% Lime 37 170.0 0.0 0.0 Tan 07 B-3 With + 4% Lime 37 160.0 0.0 0.0 Tan 08 B-3 With + 6% Lime 35 150.0 0.0 0.0 Tan 09B-5 Without Lime 38 180.0 0.0 0.0 Tan/Gray 010 B-5 With + 2% Lime 36 160.0 0.0 0.0 Tan/Gray 011 B-5 With + 4% Lime 33 130.0 0.0 0.0 Tan/Gray 012 B-5 With + 6% Lime 32 120.0 0.0 0.0 Tan/Gray 013B-11 Without Lime 34 150.0 0.0 0.0 Red/Brown 014 B-11 With + 2% Lime 30 100.0 0.0 0.0 Red/Brown 015 B-11 With + 4% Lime 29 90.0 0.0 0.0 Red/Brown 016 B-11 With + 6% Lime 30 100.0 0.0 0.0 Red/Brown 017B-14 Without Lime 44 230.0 0.0 0.0 Brown 018 B-14 With + 2% Lime 44 220.0 0.0 0.0 Brown 019 B-14 With + 4% Lime 42 200.0 0.0 0.0 Brown 020 B-14 With + 6% Lime 40 180.0 0.0 0.0 Brown 021 22 23 24 25 Page ID 2 Limits - With and Without Lime14194 Florida - Livingston, LA. 70754 Phone 225-435-0408 Mobile 812-603-68400 102030405060708090100110120Liquid Limits051015202530354045505560Plasticity IndexClassification for Fine Grained Soils, and Fine Grain Fraction of Coarse Grained Soils, ASTM D2487 USCS Classification HISTORICAL BORING LOCATIONS AND RESULTS