Loading...
19-1031AN ORDINANCE OF THE CITY OF DENTON, A TEXAS HOME -RULE MUNICIPAL CORPORATION, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH JAGOE-PUBLIC COMPANY, INC., FOR THE CONSTRUCTION OF THE PEC 4 DRAINAGE IMPROVEMENTS PHASE AND 2 AND ELM AND LOCUST WATER AND SEWER IMPROVEMENTS ! O PHASE FOR THE CITY OF DENTON; PROVIDING ' THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING AN EFFECTIVE DATE (IFB 6900-001 - AWARDED TO JAGOE-PUBLIC COMPANY, INC., IN THE NOT -TO -EXCEED AMOUNT OF $10,960,623.19). WHEREAS, the City has solicited, received, and tabulated competitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of State law and City ordinances; and WHEREAS, the City Manager, or a designated employee, has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefore; and WHEREAS, the City Council has provided in the City Budget for the appropriation of to be .! for the ! • of the materials,equipment, or approved 1, zcceptedTHEREFORE, SECTION 1. That the following competitive bids for the materials, equipment, supplies, or services, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: I NUMBER VENDOR AMOUNT SECTION 2. The acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for such items and agrees to purchase the materials, equipment, supplies, or services in accordance with the terms, specifications, standards, quantities, and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION 3. Should the City and the winning bidder(s) wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager, or his designated representative, is hereby authorized to execute a written contract in 9.ccordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related documents and to extend that contract as determined to be advantageous to the City of Denton. SEC TION 4. The City Council of the City of Denton, hereby expressly delegates the authority to take any actions that may be required or permitted to be performed by the City of Denton under this ordinance to the City Manager of the City of Denton, or his designee. SECTION 5. By the acceptance and approval of the above enumerated bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids. SECTION 6. That this ordinance shall become effective immediately upon its passage and approval. The motion to approye iliis ordiaiaiice was inadc by '. y .... r ',/ t - and seconded by,u� llic ordinance was passed and approved by the following vote; �. Aye Nay Mayor Chris Watts: Gerard Hudspeth, District 1: Keely G. Briggs, District 2: Jesse Davis, District 3: John Ryan, District 4: Deb Armintor, At Large Place 5 Paul Meltzer, At Large Place 6: Abstain Absent PASSED AND APPROVED this the ���+ day of 2019. .... �...: ,,,.__._---- CHRIS WATTS, MAYOR ATTEST:µ ROSA RIOS, CITY SECRETARY APPROVED AS TO LEGAL FORM: AARON LEAL, CITY ATTORNEY BY: . _ DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Docusign City Council Transmittal Coversheet IFB 6900-001 File Name PEC 4 Phase 1 & 2 Drainage Improvements Purchasing Contact Jamie Cogdell City Council Target Date May 21, 2019 Piggy Back Option Not Applicable Contract Expiration NSA Ordinance 19-1031 DS D DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 52 43 - 1 Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 5/21/2019 is made by and between the City of Denton, 4 a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), 5 and Jagoe Public -Company, Inc., authorized to do business in Texas, acting by and through its duly 6 authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 PEC 4 PH 1 & 2 Drainage Improvements 15 Contract No: 6900-001 16 Article 3. CONTRACT PRICE 17 City agrees to pay Contractor for performance of the Work in accordance with the Contract 18 Documents an amount, in current funds, of Ten million nine hundred sixty thousand six hundred 19 twenty-three Dollars and nineteen cents ($10,960,623.19). 20 Article 4. CONTRACT TIME 21 4.1 Final Acceptance. 22 The Work will be complete for Final Acceptance within 730 days after the date when the 23 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 24 plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 25 4.2 Liquidated Damages 26 Contractor recognizes that tune is of the essence for completion of Milestones, if any, and 27 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 28 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 29 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 30 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 31 instead of requiring any such proof, Contractor agrees that as liquidated damages for delay 32 (but not as a penalty), Contractor shall pay City Three thousand Dollars ($3,000.00) for 33 each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until 34 the City issues the Final Letter of Acceptance. 35 Article 5. CONTRACT DOCUMENTS 36 5.1 CONTENTS: 37 A.The Contract Documents which comprise the entire agreement between City and 38 Contractor concerning the Work consist of the following: 39 1. This Agreement. 40 2. Attachments to this Agreement: CITY OF DENTON 6900-001 PEC 4 Ph 1&2 Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 00 52 43 -2 Agreement Page 2 of 6 a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Worker's Compensation Affidavit e. General Conditions. f. Supplementary Conditions. 3. The following located in File 6900 at: https://Ifpubweb.cityofdenton.com/MaterialsManagement/Browse.aspx?startid=19 &row=1 &dbid=0: a. Specifications described in the Table of Contents 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. 4. The following which shall be issued after the Effective Date 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 5. The following which may be delivered or issued after the Effective Date 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. CITY OF DENTON 6900-001 PEC 4 Ph 1&2 Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 52 43 -3 Agreement Page 3 of 6 1 Article 6. INDEMNIFICATION 2 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 3 expense, the city, its officers, servants and employees, from and against any and all 4 claims arising out of, or alleged to arise out of, the work and services to be performed 5 by the contractor, its officers, agents, employees, subcontractors, licensees or invitees 6 under this contract. This indemnification provision is specifically intended to operate 7 and be effective even if it is alleged or proven that all or some of the damaees beine 8 sought were caused, in whole or in part, by any act, omission or negligence of the city. 9 This indemnity provision is intended to include, without limitation, indemnity for any 10 and all costs, expenses and legal fees incurred by the city in defending against such 11 claims and causes of actions. 12 13 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 14 the city, its officers, servants and employees, from and against any and all loss of, 15 damage to, or destruction of, property of the city, arising out of, or alleged to arise out 16 of, the work and services to be performed by the contractor, its officers, agents, 17 employees, subcontractors, licensees or invitees under this contract. This 18 indemnification provision is specifically intended to operate and be effective even if it is 19 alleged or proven that all or some of the damages beine sought were caused, in whole or 20 in Dart. by anv act. omission or neOiLyence of the citv. 21 22 Article 7. MISCELLANEOUS 23 7.1 Terms. 24 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 25 have the meanings indicated in the General Conditions. 26 7.2 Assignment of Contract. 27 This Agreement, including all of the Contract Documents may not be assigned by the 28 Contractor without the advanced express written consent of the City. 29 7.3 Successors and Assigns. 30 City and Contractor each binds itself, its partners, successors, assigns and legal 31 representatives to the other party hereto, in respect to all covenants, agreements and 32 obligations contained in the Contract Documents. 33 7.4 Severability. 34 Any provision or part of the Contract Documents held to be unconstitutional, void or 35 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 36 remaining provisions shall continue to be valid and binding upon City and Contractor. 37 7.5 Governing Law and Venue. 38 This Agreement, including all of the Contract Documents is performable in the State of 39 Texas. Venue shall be Denton County, Texas, or the United States District Court for the 40 Eastern District of Texas, Sherman Division. CITY OF DENTON 6900-001 PEC 4 Ph 1&2 Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 005243-4 Agreement Page 4 of 6 1 7.6 Authority to Sign. 2 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 3 than the duly authorized signatory of the Contractor. 4 5 7.7 Prohibition On Contracts With Companies Boycotting Israel. 6 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 7 Code, the City is prohibited from entering into a contract with a company for goods or 8 services unless the contract contains a written verification from the company that it: (1) 9 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 10 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 11 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 12 certifies that Contractor's signature provides written verification to the City that 13 Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of 14 the contract. 15 16 7.8 Immigration Nationality Act. 17 Contractor shall verify the identity and employment eligibility of its employees who perform 18 work under this Agreement, including completing the Employment Eligibility Verification 19 Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms 20 and supporting eligibility documentation for each employee who performs work under this 21 Agreement. Contractor shall adhere to all Federal and State laws as well as establish 22 appropriate procedures and controls so that no services will be performed by any Contractor 23 employee who is not legally eligible to perform such services. CONTRACTOR SHALL 24 INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 25 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 26 CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, 27 AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right 28 to immediately terminate this Agreement for violations of this provision by Contractor. 29 30 7.9 No Third -Parry Beneficiaries. 31 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 32 and there are no third -parry beneficiaries. 33 34 CITY OF DENTON 6900-001 PEC 4 Ph 1&2 Drainage Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 005243-5 Agreement Page 5 of 6 1 7.10 No Cause of Action Against Engineer. 2 Contractor, its subcontractors and equipment and materials suppliers on the Project or their 3 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 4 subcontractors, for any claim arising out of, in connection with, or resulting from the engineering 5 services performed. Only the City will be the beneficiary of any undertaking by the Engineer. 6 The presence or duties of the Engineer's personnel at a construction site, whether as on -site 7 representatives or otherwise, do not make the Engineer or its personnel in any way 8 responsible for those duties that belong to the City and/or the City's Contractors or other 9 entities, and do not relieve the Contractors or any other entity of their obligations, duties, and 10 responsibilities, including, but not limited to, all construction methods, means, techniques, 11 sequences, and procedures necessary for coordinating and completing all portions of the 12 construction work in accordance with the Contract Documents and any health or safety 13 precautions required by such construction work. The Engineer and its personnel have no 14 authority to exercise any control over any construction contractor or other entity or their 15 employees in connection with their work or any health or safety precautions. 16 17 SIGNATURE PAGE TO FOLLOW 18 CITY OF DENTON 6900-001 PEC 4 Ph 1&2 Drainage huprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 005243-6 Agreement Page 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated City Manager (`Effective Date"). ATTEST: ROSA RIOS, CITY SECRETARY EDocuSigned by: A8G5E175493... APPROVED AS TO LEGAL FORM: AARON LDEpAs�CdITY ATTORNEY 7HD328BF0204E5... CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 CITY OF DENTON F-0 ned by: BY: �1A1rL CITY M Bm.76G711BA0o454.. CONTRACTOR JAGOE PUBLIC -COMPANY, INC. uSigned by: KDocc ,9v. BY: AUTHOR7ZET) AGENT Bill Cheek, Jr. NAME Executive Vice President TITLE 940-382-2581 PHONE NUMBER billy.cheek@jagoepublic.com EMAIL ADDRESS THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. TDocuSigned by: _ Todd Estes �Tumxlrufw476.PRINTED NAME City Engineer TITLE Capital Projects DEPARTMENT 6900-001 PEC 4 Ph 1&2 Drainage Improvements DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 SECTION 00 4100 BID FORM TO: Jamie Cogdell c/o: Purchasing Division 901-B Texas Street Denton, Texas 76209 004100-1 BID FORM Page 1 of 3 FOR: PEC-4 PHASE I & 2 DRAINAGE IMPROVEMENTS AND ELM & LOCUST WATER, SEWER, AND FIBER IMPROVEMENTS — HICKORY TO EAGLE 1 Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2 BIDDER Acknowledgements and Certification 2.1 In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2 Bidder 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 Bidder certifies that this Bid 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 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6 Bidder 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 any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid 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 Bidders, with or without the knowledge of City, a purpose of which is to establish Bid 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 bidding process or affect the execution of the Contract. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 004100-2 BID FORM Page 2 of 3 2.7 The Bidder 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 complete for Final Acceptance within 730 calendar days after the date when the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 3.2 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. 4 Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form Section d. Vendor Compliance to State Law Non -Resident Bidder, Section 00 43 37 e. Conflict of Interest Affidavit, Section 00 35 13 f. Proposed Subcontractors Form, Section 00 43 36 g. Bidders Minimum Qualification Statement, Section 00 45 13 h. Corporate Resolution of Authorized Signatories, Section 00 45 43 i. Any additional documents that may be required by Section 12 of the Instructions to Bidders 5 Total Bid Amount 5.1 Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 5.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. S Total Bid Amount: $ C ! , 4 -, 1 b CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 6 Bid Submittal 2 T-- q 3 This Bid is submitted on tt�—, �7 E 4 5 6 Respectful7sub. d 7 a 8 By 9 (Signature) 10 Wyc, 11 12 (Printed Name) 13 14 Title: 15 16 Company•ryJt� 17 004100-3 BID FORM Page 3 of 3 20 19 by the entity named below. Receipt is acknowledged of Initial the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: 18 Address: 3w o r r r 20 State of Incorporation: 21 Email:` ��' C. )q"0e--P ttW,C, com 22 Phone: 9,40 S 076 CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20. 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 1 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity PHASE 1- SECTION 1- COMMON 1 Mobilization and Demobilization 017000 LS 1 560,000.00 $560,000.00 2 Storm Water Pollution Prevention Plan 01 57 13 LS 1 58,457.00 $58,457.00 3 Temporary Project Sign 01 58 13 EA 2 398.45 $796.90 4 General Site Preparation CoD Amendments 203.3 LS 1 48,000.00 $48,000.00 5 Barricades, Warning Signs and Detours CoD Amendments 801 LS 1 58,500.00 $58,500.00 6 Reestablish Pavement Striping Tx DOT Item 678 LS 1 11,156.60 $11,156.60 7 Portable Changeable Message Sign Bid Item Definition for PCMS DAY 6001 124.00 $74,400.00 Subtotall $811,310.50 PHASE 1- SECTION 2 - SEWER 1 Excavation Protection NCTCOG 107.19.3 LF 4633 4.25 $19,690.25 2 4' I.D. Concrete Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 9 10,040.94 $90,368.46 502.1-B 3 5' I.D. Concrete Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 5 16,363.01 $81,815.05 502.1-B 4 4' I.D. Concrete Drop Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 4 15,220.79 $60,883.16 502.1-B 5 5' I.D. Concrete Drop Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 4 19,391.24 $77,564.96 502.1-B 6 Additional Concrete MH Depth ( > 6 ft deep) CoD Amendment 502.1-A and VF 106 148.75 $15,767.50 502.1-B 7 6" Sanitary Sewer Service CoD Amendment 502.10.4 EA 58 2,868.84 $166,392.72 8 Core Into Existing Manhole CoD Amendment 502.12.4 EA 2 409.08 $818.16 NCTCOG 503 for installation / CoD 9 8" Sanitary Sewer In Casing Amendment 503.2 for Spacers, LF 20 71.19 $1,423.80 501.17 for material 10 10" Sanitary Sewer In Casing CoD Amendment 501.17 LF 70 98.82 $6,917.40 11 21" Sanitary Sewer In Casing CoD Amendment 501.17 LF 34 524.89 $17,846.26 NCTCOG 505 for Installation / CoD 12 16" Steel Casing by Core LF 22 161.51 $3,553.22 Amendment 503.3 for Welding 13 Concrete Encasement NCTCOG 504 LF 10 23.38 $233.80 NCTCOG 505 for Installation / CoD 14 14" Steel Casing by Open Cut LF 23 217.82 $5,009.86 Amendment 503.3 for Welding NCTCOG 505 for Installation / CoD 15 16" Steel Casing by Open Cut LF 48 222.07 $10,659.36 Amendment 503.3 for Welding 16 8" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 712 125.38 $89,270.56 501.17, and 501.24 17 10" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 2971 132.82 $394,608.22 501.17, and 501.24 18 18" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 307 201.88 $61,977.16 501.17, and 501.24 19 21" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 23 541.89 $12,463.47 501.17, and 501.24 20 24" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 480 265.63 $127,502.40 501.17, and 501.24 21 Cut and Plug Existing Sanitary Sewer Line CoD Amendments SS01 EA 13 504.70 $6,561.10 22 Abandon Existing Manhole CoD Amendments SS02 EA 12 297.51 $3,570.12 23 Remove Existing Manhole CoD Amendments SS03 EA 4 621.58 $2,486.32 24 Bypass Pumping NCTCOG 506 LS 1 103,915.77 $103,915.77 25 Temporary Manhole and Tie -over (Station CoD Amendment 502.1-A and LS 1 34,957.35 $34,957.35 0+00) 502.1-B CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 2 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity 26 Service Connection at Station 4+39.26, Line F CoD Amendment 502.10.4 LS 1 10,412.83 $10,412.83 Subtotal $1,406,669.26 PHASE 1- SECTION 3 - WATER 1 Excavation Protection NCTCOG 107.19.3 LF 2914 5.31 $15,473.34 2 Fire Hydrant Assembly CoD Amendments 502.3 EA 9 6,481.45 $58,333.05 3 12" Gate Valve CoD Amendments 502.6.2 EA 2 2,656.34 $5,312.68 4 8" Gate Valve CoD Amendments 502.6.2 EA 6 1,445.05 $8,670.30 5 3" Gate Valve CoD Amendments 502.6.2 EA 1 839.40 $839.40 6 2" Water Service Connection CoD Amendments 502.10.3-A EA 47 2,321.64 $109,117.08 7 3" Water Service Connection CoD Amendments 502.10.3-A EA 1 2,337.57 $2,337.57 NCTCOG 503 for installation / CoD 8 8" C900 PVC Water In Casing Amendment 503.2 for Spacers, LF 50 92.44 $4,622.00 501.17 for material CoD Amendment 501.7 and 9 20" Class 52 DIP Water In Casing 501.7.4 for material, 503 for LF 34 263.51 $8,959.34 installation /COD Amendment 503.2 for Spacers 10 16" Steel Casing by Bore/Tunnel CoD Amendment 503.3 LF 20 671.52 $13,430.40 NCTCOG 505 for Installation / CoD 11 12" Steel Casing by Open Cut LF 30 301.76 $9,052.80 Amendment 503.3 for Welding NCTCOG 505 for Installation / CoD 12 36" Steel Casing by Open Cut LF 34 371.89 $12,644.26 Amendment 503.3 for Welding 13 8" C900 PVC Water with Pavement Repair CoD Amendments 501.1, 501.7, LF 2345 110.50 $259,122.50 501.7.4, 501.14, and 502.8 14 12" C900 PVC Water with Pavement Repair CoD Amendments 501.1, 501.7, LF 456 167.88 $76,553.28 501.7.4, 501.14, and 502.8 15 20" Class 52 DIP Water CoD Amendments 501.1, 501.7, LF 29 5,950.19 $172,555.51 501.7.4, 501.14, and 502.8 CoD Amendments 502.6.2 for 16 4" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 1 8,394.01 $8,394.01 and 502.8 for polyethylene wrap CoD Amendments 502.6.2 for 17 6" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 3 8,638.40 $25,915.20 and 502.8 for polyethylene wrap CoD Amendments 502.6.2 for 18 8" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 1 14,981.72 $14,981.72 and 502.8 for polyethylene wrap CoD Amendments 502.6.2 for 19 10" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 1 19,763.12 $19,763.12 and 502.8 for polyethylene wrap CoD Amendments 502.6.2 for 20 20" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 1 29,219.67 $29,219.67 and 502.8 for polyethylene wrap 21 Cut & Plug Existing Water Line CoD Amendment 501.14 EA 7 393.14 $2,751.98 22 Remove Fire Hydrant Assembly NCTCOG 107.25 EA 4 249.70 $998.80 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 3 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity CoD Amendments 502.6.2 for 23 Fire Service Connection valve material, 501.7.4 for fittings, EA 6 4,728.27 $28,369.62 501.14 for pipe, and 502.8 for polyethylene wrap 24 Remove Valve Stack NCTCOG 107.25 EA 10 58.44 $584.40 Subtotall $888,002.03 PHASE 1- SECTION 4 - DRAINAGE 1 Excavation Protection NCTCOG 107.19.3 LF 1960 56.43 $110,602.80 2 Hydromulch CoD Amendment 202.6 Sy 3141 1.49 $4,680.09 3 Dewatering NCTCOG 203.5.4 LS 1 48,000.00 $48,000.00 4 Embankment CoD Amendment 203.7 Cy 803 10.92 $8,768.76 5 8" Lime Treatment CoD Amendment 301.2 Sy 2039 7.28 $14,843.92 6 Lime Material NCTCOG 301.2.1 TN 23 197.63 $4,545.49 6" Type B and 3" Type C Asphalt Pavement CoD Amendments 301.5 and 302.9 7 Sy 1634 34.50 $56,373.00 (Warren & Wainright Full Depth) / NCTCOG 302.9.6 5" Type B and 2" Type C Asphalt Pavement CoD Amendments 301.5 and 302.9 8 Sy 405 30.00 $12,150.00 (Parking Lot) / NCTCOG 302.9.6 9 Concrete Curb & Gutter CoD Amendment 305.1 LF 564 21.00 $11,844.00 10 Concrete Flume (above Box Culvert) NCTCOG 305.2 LF 126 201.25 $25,357.50 11 Concrete Sloped Paving NCTCOG 305.2 Sy 268 94.00 $25,192.00 12 Concrete Sidewalk CoD Amendment 305.2 Sy 9 59.00 $531.00 13 Concrete Driveway NCTCOG 305.2 Sy 85 129.00 $10,965.00 14 18" Class III RCP CoD Amendment 501.1 LF 50 97.08 $4,854.00 15 18" Class IV RCP CoD Amendment 501.1 LF 116 98.14 $11,384.24 16 24" Class III RCP CoD Amendment 501.1 LF 186 131.59 $24,475.74 17 30" Class III RCP CoD Amendment 501.1 LF 101 149.10 $15,059.10 18 30" Class IV RCP CoD Amendment 501.1 LF 27 159.33 $4,301.91 19 33" Class IV RCP CoD Amendment 501.1 LF 6 188.63 $1,131.78 20 36" Class IV RCP CoD Amendment 501.1 LF 375 192.33 $72,123.75 21 42" Class III RCP CoD Amendment 501.1 LF 237 209.27 $49,596.99 22 Flowable Fill NCTCOG 504.2.3.4 Cy 194 157.55 $30,564.70 23 18" Pipe Headwall NCTCOG 502.12 EA 1 2,795.48 $2,795.48 24 RCB Headwall and Wingwalls NCTCOG 502.12 EA 1 23,637.25 $23,637.25 25 PRDTY E Handrail Tx DOT Item 450 LF 22 125.80 $2,767.60 26 10' CoD Curb Inlet NCTCOG 702 EA 2 4,558.95 $9,117.90 27 20' CoD Open Bottom Curb Inlet NCTCOG 702 EA 2 5,028.97 $10,057.94 28 4'x4' CoD Drop Inlet NCTCOG 702 EA 1 4,982.10 $4,982.10 29 4'x4' CoD Open Bottom Drop Inlet NCTCOG 702 EA 1 3,808.17 $3,808.17 30 10' Tx DOT Type 1 Curb Inlet NCTCOG 702 EA 3 6,304.09 $18,912.27 31 20' Tx DOT Type 1 Curb Inlet NCTCOG 702 EA 1 9,054.72 $9,054.72 32 20' Tx DOT Type 2 Curb Inlet NCTCOG 702 EA 4 12,084.01 $48,336.04 33 5'x5' Storm Drain Manhole NCTCOG 702 EA 3 1,426.40 $4,279.20 34 6'x5' Storm Drain Manhole NCTCOG 702 EA 1 4,395.13 $4,395.13 35 6' Chain Link Fence NCTCOG 801.4 LF 243 36.13 $8,779.59 36 Tx DOT Trench Pavement Repair NCTCOG 300 LF 940 41.56 $39,066.40 37 JCoD Trench Pavement Repair INCTCOG 300 LF 100 63.42 $6,342.00 Subtotall $743,677.56 PHASE 1- SECTION 5 - SD LINE A - CIP 18'X8' 1 18'x8' C.I.P. Box Culvert NCTCOG 501.6 and 702.8 1 LF 1 862 Subtotal PHASE 1- SECTION SA - SD LINE A - PC (2)11'X8' 1 (2) 11'x8' P.C. Box Culvert NCTCOG 501.6 LF 862 2,097.72 $1,808,234.64 2 RCB Cross Connection NCTCOG 502.12 EA 2 536.61 $1,073.22 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 4 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity Subtotal $1,809,307.86 PHASE 1- SECTION 513 - SD LINE A - CIP (2)11'X8' 1 (2) 11'x8' C.I.P. Box Culvert 1 NCTCOG 501.6 and 702.8 LF 862 2 RCB Cross Connection NCTCOG 502.12 EA 2 Subtotal PHASE 1 TRANSITION 1 Phase 1 Transition Structure NCTCOG 502.12 LS 1 19,089.48 $19,089.48 2 Headwall �PRDTY NCTCOG 502.12 �TxDOT LS 1 4,301.27 $4,301.27 3 E Handrail Item 450 LF 60 125.31 $7,518.60 Subtotal $30,909.35 PHASE 2 - SECTION 1- COMMON 1 Mobilization and Demobilization 017000 LS 1 530,000.00 $530,000.00 2 Storm Water Pollution Prevention Plan 01 57 13 LS 1 49,369.41 $49,369.41 3 Temporary Project Sign 01 58 13 EA 2 398.45 $796.90 4 General Site Preparation CoD Amendments 203.3 LS 1 11,000.00 $11,000.00 5 Barricades, Warning Signs and Detours CoD Amendments 801 LS 1 40,000.00 $40,000.00 6 Reestablish Pavement Striping Tx DOT Item 678 LS 1 5,727.05 $5,727.05 10 Portable Changeable Message Sign Bid Item Definition for PCMS DAY 6001 124.00 $74,400.00 Subtotall $711,293.36 PHASE 2 - SECTION 2 - SEWER 1 Excavation Protection NCTCOG 107.19.3 LF 3582 4.25 $15,223.50 2 4' I.D. Concrete Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 4 10,306.58 $41,226.32 502.1-B 3 5' I.D. Concrete Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 4 19,710.00 $78,840.00 502.1-B 4 4' I.D. Concrete Drop Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 3 12,537.89 $37,613.67 502.1-B 5 5' I.D. Concrete Drop Manhole (0-6 ft deep) CoD Amendment 502.1-A and EA 6 15,725.50 $94,353.00 502.1-B 6 5' I.D. Fiberglass Drop Manhole (0-6 ft deep) CoD Amendment 502.1-C EA 2 15,512.99 $31,025.98 7 Additional Concrete MH Depth ( > 6 ft deep) CoD Amendment 502.1-A and VF 43 160.44 $6,898.92 502.1-B NCTCOG 503 for installation / CoD 8 8" Sanitary Sewer In Casing Amendment 503.2 for Spacers, LF 20 65.88 $1,317.60 501.17 for material 9 18" Sanitary Sewer In Casing CoD Amendment 501.17 LF 40 318.76 $12,750.40 10 6" Sanitary Sewer Service CoD Amendment 502.10.4 EA 34 3,857.00 $131,138.00 NCTCOG 505 for Installation / CoD 11 12" Steel Casing by Open Cut LF 20 239.07 $4,781.40 Amendment 503.3 for Welding 12 24" Steel Casing by Bore CoD Amendment 503.3 LF 40 637.52 $25,500.80 13 30" Steel Casing by Bore CoD Amendment 503.3 LF 34 1,434.42 $48,770.28 14 8" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 1453 109.44 $159,016.32 501.17, and 501.24 15 10" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 641 139.19 $89,220.79 501.17, and 501.24 16 18" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 294 204.01 $59,978.94 501.17, and 501.24 17 21" Sanitary Sewer with Pavement Repair CoD Amendments 501.1, 501.15, LF 843 213.57 $180,039.51 501.17, and 501.24 18 15" Sanitary Sewer CoD Amendments 501.1, 501.15, LF 25 316.63 $7,915.75 501.17, and 501.24 19 18" Sanitary Sewer CoD Amendments 501.1, 501.15, LF 235 127.50 $29,962.50 501.17, and 501.24 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 5 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity 20 24" Sanitary Sewer CoD Amendments 501.1, 501.15, LF 225 137.07 $30,840.75 501.17, and 501.24 21 Bypass Pumping NCTCOG 506 LS 1 13,759.81 $13,759.81 22 Cut and Plug Existing Sanitary Sewer Line CoD Amendments SS01 EA 5 488.77 $2,443.85 23 Abandon Existing Manhole CoD Amendments SS02 EA 2 377.20 $754.40 24 Remove Existing Manhole CoD Amendments SS03 EA 1 8 626.90 $5,015.20 Subtotal $1,108,387.69 PHASE 2 - SECTION 3 - WATER 1 Excavation Protection NCTCOG 107.19.3 LF 3747 3.19 $11,952.93 2 Fire Hydrant Assembly CoD Amendments 502.3 EA 10 6,056.44 $60,564.40 3 12" Gate Valve CoD Amendments 502.6.2 EA 5 2,656.33 $13,281.65 4 8" Gate Valve CoD Amendments 502.6.2 EA 8 1,476.92 $11,815.36 5 2" CAV CoD Amendments 502.6.3 EA 1 4,000.44 $4,000.44 6 2" Water Service Connection CoD Amendments 502.10.3-A EA 46 2,231.32 $102,640.72 NCTCOG 503 for installation / CoD 7 8" C900 PVC Water In Casing Amendment 503.2 for Spacers, LF 40 97.75 $3,910.00 501.14 for material NCTCOG 503 for installation / CoD 8 12" C900 PVC Water In Casing Amendment 503.2 for Spacers, LF 189 121.13 $22,893.57 501.14 for material NCTCOG 505 for Installation / CoD 9 12" Steel Casing by Open Cut LF 40 297.51 $11,900.40 Amendment 503.3 for Welding NCTCOG 505 for Installation / CoD 10 20" Steel Casing by Open Cut LF 40 265.63 $10,625.20 Amendment 503.3 for Welding 11 8" C900 PVC Water with Pavement Repair CoD Amendments 501.1, 501.7, LF 825 139.19 $114,831.75 501.7.4, 501.14, and 502.8 12 12" C900 PVC Water with Pavement Repair CoD Amendments 501.1, 501.7, LF 2733 128.57 $351,381.81 501.7.4, 501.14, and 502.8 CoD Amendments 502.6.2 for 13 6" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 6 8,447.14 $50,682.84 and 502.8 for polyethylene wrap CoD Amendments 502.6.2 for 14 8" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 1 9,244.04 $9,244.04 and 502.8 for polyethylene wrap 15 Cut & Plug Existing Water Line CoD Amendment 501.14 EA 7 403.76 $2,826.32 16 Remove Fire Hydrant Assembly NCTCOG 107.25 EA 6 255.01 $1,530.06 17 Remove Valve Stack NCTCOG 107.25 EA 15 116.88 $1,753.20 18 8" Cut in Connection CoD Amendment 501.14 EA 1 5,897.06 $5,897.06 CoD Amendments 502.6.2 for 19 12" Tapping Sleeve Connection valve material, 501.7.4 for fittings, EA 1 22,047.57 $22,047.57 and 502.8 for polyethylene wrap 20 20" Casing by Bore lCoD Amendment 503.3 LF 1 149 541.89 $80,741.61 Subtotall $894,520.93 PHASE 2 - SECTION 4 - DRAINAGE 1 Excavation Protection NCTCOG 107.19.3 LF 2710 27.01 $73,197.10 2 Hydromulch CoD Amendment 202.6 Sy 2500 1.49 $3,725.00 3 Dewatering NCTCOG 203.5.4 LS 1 46,000.00 $46,000.00 4 Demo Prairie Street NCTCOG 203 Sy 1364 7.94 $10,830.16 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 6 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity 5 Demo Concrete Channel Bottom NCTCOG 203 Sy 561 6.77 $3,797.97 6 Demo Channel Rock Wall (Avg. Height 5') NCTCOG 203 LF 760 6.21 $4,719.60 7 Demo Channel Crossing at Prairie Street NCTCOG 203 EA 1 901.69 $901.69 8 Demo Sidewalk NCTCOG 203 Sy 68 9.15 $622.20 9 Demo Curb Inlet NCTCOG 203 EA 4 379.91 $1,519.64 10 Demo 18" RCP NCTCOG 203 LF 97 20.27 $1,966.19 11 Demo 24" RCP NCTCOG 203 LF 22 20.30 $446.60 12 Demo Chain Link Fence NCTCOG 203 LF 316 2.00 $632.00 13 Demo Curb and Gutter NCTCOG 203 LF 560 3.38 $1,892.80 14 Tree Removal NCTCOG 202.1 EA 21 983.63 $20,656.23 15 Remove and Replace Stop Sign NCTCOG 203.1.3.2 EA 2 176.06 $352.12 16 Embankment CoD Amendment 203.7 Cy 1600 10.88 $17,408.00 17 8" Lime Treatment CoD Amendment 301.2 Sy 1456 6.62 $9,638.72 18 Lime Material NCTCOG 301.2.1 TN 16 197.63 $3,162.08 19 6" Type B and 3" Type C Asphalt Pavement CoD Amendments 301.5 and 302.9 Sy 1354 34.50 $46,713.00 (Prairie Street) / NCTCOG 302.9.6 20 5" Asphalt Pavement Repair CoD Amendments 301.5 and 302.9 Sy 32 57.00 $1,824.00 / NCTCOG 302.9.E 21 Concrete Curb & Gutter CoD Amendment 305.1 LF 611 21.00 $12,831.00 22 4' Valley Gutter NCTCOG 305.2 LF 43 101.00 $4,343.00 23 Concrete Flume (Elm Street and Prairie Street) NCTCOG 305.2 LF 14 82.00 $1,148.00 24 Concrete Flume (Elm Street and Locust Street) NCTCOG 305.2 LF 425 39.00 $16,575.00 25 Concrete Sidewalk CoD Amendment 305.2 Sy 94 55.00 $5,170.00 26 18" Class III RCP CoD Amendment 501.1 LF 401 96.19 $38,572.19 27 21" Class III RCP CoD Amendment 501.1 LF 339 120.48 $40,842.72 28 24" Class III RCP CoD Amendment 501.1 LF 319 131.10 $41,820.90 29 27" Class III RCP CoD Amendment 501.1 LF 64 140.47 $8,990.08 30 36" Class IV RCP CoD Amendment 501.1 LF 214 192.91 $41,282.74 31 42" Class III RCP CoD Amendment 501.1 LF 359 208.21 $74,747.39 32 48" Class III RCP CoD Amendment 501.1 LF 304 238.27 $72,434.08 33 (2) 48" Class III RCP CoD Amendment 501.1 LF 32 462.36 $14,795.52 34 RCB Headwall NCTCOG 502.12 LS 1 4,301.27 $4,301.27 35 Phase 2 Transition Structure NCTCOG 502.12 LS 1 31,818.84 $31,818.84 36 PRDTY E Handrail Tx DOT Item 450 LF 42 124.93 $5,247.06 37 10' CoD Curb Inlet NCTCOG 702 EA 2 4,497.15 $8,994.30 38 15' CoD Curb Inlet NCTCOG 702 EA 1 5,277.21 $5,277.21 39 10' CoD Open Bottom Curb Inlet NCTCOG 702 EA 1 3,227.44 $3,227.44 40 20' CoD Open Bottom Curb Inlet NCTCOG 702 EA 4 5,215.00 $20,860.00 41 4'x4' CoD Open Bottom Drop Inlet NCTCOG 702 EA 1 3,808.17 $3,808.17 42 10' Tx DOT Type 1 Curb Inlet NCTCOG 702 EA 5 6,304.58 $31,522.90 43 15' Tx DOT Type 1 Curb Inlet NCTCOG 702 EA 2 7,475.77 $14,951.54 44 20' Tx DOT Type 1 Curb Inlet NCTCOG 702 EA 10 9,054.99 $90,549.90 45 3'x3' Storm Drain Manhole NCTCOG 702 EA 7 3,830.34 $26,812.38 46 4'x4' Storm Drain Manhole NCTCOG 702 EA 1 4,159.25 $4,159.25 47 5'x5' Storm Drain Manhole NCTCOG 702 EA 3 5,560.29 $16,680.87 48 Sidewalk Curb Ramp NCTCOG 305.2 EA 5 1,946.21 $9,731.05 49 Flowable Fill (5' Curb Inlet at Prairie and Elm) NCTCOG 504.2.3.4 Cy 5 312.98 $1,564.90 50 6' Chain Link Fence NCTCOG 801.4 LF 274 38.25 $10,480.50 51 Tx DOT Trench Pavement Repair NCTCOG 300 LF 2622 78.60 $206,089.20 52 CoD Trench Pavement Repair NCTCOG 300 LF 1001 63.42 $6,342.00 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 7 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity Subtotal $1,125,976.50 PHASE 2 - SECTION 5 - SD LINE A - CIP 18'X8' 1 18'x8' C.I.P. Box Culvert NCTCOG 501.6 and 702.8 LF 667 2 4'x4' Open Bottom Storm Drain Manhole NCTCOG 702 1 EA 1 Subtotal PHASE 2 - SECTION SA - SD LINE A - PC (2)11'X8' 1 (2) 11'x8' P.C. Box Culvert NCTCOG 501.6 LF 614 2,088.84 $1,282,547.76 2 (2) 11'x8' C.I.P. Box Culvert NCTCOG 501.6 and 702.8 LF 53 3,212.10 $170,241.30 3 RCB Cross Connection NCTCOG 502.12 EA 2 536.61 $1,073.22 4 4'x4' Open Bottom Storm Drain Manhole NCTCOG 702 EA 2 3,807.61 $7,615.22 Subtotal $1,461,477.50 PHASE 2 - SECTION 513 - SD LINE A - CIP (2)11'X8' 1 (2) 11'x8' C.I.P. Box Culvert NCTCOG 501.6 and 702.8 LF 667 2 RCB Cross Connection �4V'Open NCTCOG 502.12 EA 2 3 Bottom Storm Drain Manhole NCTCOG 702 EA 2 Subtotal Bid Summary Phase 1 - Section 1 - Common $811,310.50 Phase 1 - Section 2 - Sewer $1,406,669.26 Phase 1 - Section 3 - Water $888,002.03 Phase 1 - Section 4 - Drainage $743,677.56 Phase 1 - Section 5, 5A, or 5B - SD LINE A $1,809,307.86 Phase 1- Total $5,658,967.21 Phase 1 Transition - Total $30,909.35 Phase 2 - Section 1 - Common $711,293.36 Phase 2 - Section 2 - Sewer $1,108,387.69 Phase 2 - Section 3 - Water $894,520.93 Phase 2 - Section 4 - Drainage $1,125,976.50 Phase 2 - Section 5, 5A, or 5B - SD LINE A $1,461,477.50 Phase 2 - Total $5,301,655.98 TOTAL BASE BID (Phase 1 + Phase 1 Transition) $5,689,876.56 ALTERNATE BID (Phase 1 + Phase 2) $10,960,623.19 END OF SECTION CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 42 43 BID PROPOSAL Page 8 of 8 Proposal Form UNIT PRICE BID Jagoe Public -Co Project Item Information Bidder's Proposal Bidlist Unit of Bid Description Specification Section No. Unit Price Extended Price Item No. Measure Quantity CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 004337-1 VENDOR COMPLIANCE TO STATE LAW Page 1 of 2 1 SECTION 00 43 37 2 VENDOR COMPLIANCE TO STATE LAW NOW RESIDENT BIDDER 3 4 Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident 5 bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident 6 bidders (out-of-state contractors whose corporate offices or principal place of business are 7 outside the State of Texas) bid projects for construction, improvements, supplies or services in 8 Texas at an amount lower than the lowest Texas resident bidder by the same amount that a 9 Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a 10 comparable contract in the State which the nonresident's principal place of business is located. 11 The appropriate blanks in Section A must be filled out by all nonresident bidders in order for 12 your bid to meet specifications. The failure of nonresident bidders to do so will automatically 13 disqualify that bidder. Resident bidders must check the box in Section B. 14 A. 15 16 17 18 Nonresident bidders in the State of business, are required to be State Law. A copy of the statute is attached. , our principal place of percent lower than resident bidders by Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. 19 B. The principal place of business of our company or our parent company or majority owner is 20 in the State of Texas. 21 23 24 25 26 27 28 29 30 31 32 Company Address By: � N— r1o'!5—,�— t (Please Print) e— d Signature: Title City/State/Zip CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 (Please Print) BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 004337-2 VENDOR COMPLIANCE TO STATE LAW Page 2 of 2 Date: 77 llc� , Q` ( ) END OF SECTION CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 General Decision Number: TX190018 01/04/2019 TX18 Superseded General Decision Number: TX20180028 State: Texas Construction Type: Heavy Counties: Collin, Dallas, Denton, Ellis, Kaufman and Rockwall Counties in Texas. Water and Sewer Lines/Utilities (Including Related Tunneling Where the Tunnel is 48" or Less in Diameter) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.60 for calendar year 2019 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.60 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/04/2019 * PLUM0100-002 11/01/2017 Rates Fringes Plumbers and Pipefitters......... $ 30.84 11.51 ---------------------------------------------------------------- SUTX1991-004 09/23/1991 Rates Fringes DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Laborers: Common ......................$ 7.25 Utility .....................$ 7.467 Pipelayer ........................$ 7.828 Power equipment operators: Backhoe.....................$ 10.804 Crane .......................$ 10.942 Front End Loader ............ $ 9.163 Tunneling Machine (48" or less) .......................$ 9.163 TRUCK DRIVER .....................$ 8.528 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health -related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 JLEEMIL-01 EMI DATE (MM)DD(YYYY) CERTIFICATE OF LIABILITY INSURANCE o9rzarzols THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER [CONTACT Eustis Insurance, Inc. PHONE 110 Veterans Memorial Boulevard tArc, Na, Est) (604) 586-0440 (AAixc, Na):(504) 565-5219 E-MAIL Metairiee, LA 70005 - - - Suite ADDREssfo@eusti : ins.com, INSURERS) AFFORDING COVERAGE NAIL 8...--.. wsuRERA__Travelers Indemnity Company "25658 INSURED INSURER B : Phoenix Insurance Company 125623 _ Jagoe-Public Company INSURER c : American Guarantee and Liability Insurance Compa 6 P.O. Box 250 +--. INSURER o:Texas Mutual Insurance Co. ___ 22945 Denton, TX 76202 '.... - -----y COVERAGES CFRTIFICATF MI IMRFR• ocvrmnu wuaoro. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPEOF INSURANCE 'ADOL SURR .. POLICY EFF POLICY EXP --- TR INSD I WVD ' POLICY NUMBER �7MMR)D/YYY1'1'IMMlDD/1'YYYII LIMBS A X COMMERCIAL GENERAL �-- -, F_LIABILITY 1 EACH OCCURRENCE $ 2,000,000 r CLAIMS -MADE I X, OCCUR GL-VTC2K-CO-579B832-16 10101/2018 ,! 10101/2019 DAMAGE T4 RENTED 300,000 1 �DAMAGET Rocourrencel $ 1 �MEDEXPJAnyone pajon) $ 51000 PERSONAL& ADV INJURY $ 2,000,000 GEN% AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 4,000,000 r POLICY X.._�JECT X LOG '', FRODUCTE3-COMP/OP AGG $_ 41000+000 OTHER $ AUTOMOBILE LIABILITY " COMBINED SINGLE LIMIT 2,000,000 ANY AUTO fEa eccidentj $ AL-VTC2N-CAP-579B8444-18 10/01/2018 10/01/2019 BODILY INJURY (Perperson)_ OWNED. SCHEDULED AUTOS ONLY AUTOS '.. BODILY INJURY fPer accident) $ 1 1I HIRED NON -OWNED (AUTOS ONLY '.,_ AUTO ONLY PROPERTY DAMAGE (Per accsdentl $ C 1 UMBRELLA LIAB X., OCCUR EACH OCCURRENCE �,$ 5,000,000 EXCESS CLAIMS MADE. SXS 4521409-00 10/01/2018 �— 5,000,000 10/01/2019 AGGREGATE. I DED RETENTION $ ,.$ _ ProdrComp Ops 1 $ 5,000,000 D WORKERS COMPENSATION X OERH- SEAT E ,AND EMPLO ERT UABILIITY YIN N ANY PROPRIETORIPARTNERIEXECUTIVE 001294765 10/01/2016110/01/2019 $ 1 000'000 � I I I 1 E L EACH ACCIDENT atory B1j EXCLUDED? NIA _ 1 E.L. DISEASE -EA EMPLOYEE S 1 000,000 I�ancERIMEn yes, descrihe under DESCRIPTION OF OPERATIONS below I I E.L. DISEASE - POLICY LIMIT $ 11000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Project: 3393 Annual Contract The General Liability policy includes the certificate holder for a 30 Day notice of cancellation if required by written contract, subject to terms and conditions of coverage form IL T4 05, available upon request. The Auto Liability policy includes the certificate holder for a 30 Day notice of cancellation if required by written contract, subject to terms and conditions of coverage form IL T4 05, available upon request. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Denton AUTHORIZED REPRESENTATIVE Public Works Department 901 B Texas Street Denton, TX 76209 G-G_'C ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 AGENCY CUSTOMER ID: JLEEMIL-01 EMILYN LOC ACORO _ �.�..- ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMEDINSURED Eustis Insurance, Inc. Jagoe-Public Company Pre250 Denton, TX 76202 POLICY NUMBER SEE PAGE 1 CARRIER : NAIL CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE: PAGE1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Auto Physical Damage: Policy AAPD-VTN-BAP-5794B856-18-PHX Effective 101112018 - 1011/2019 Phoenix Insurance Company All units deductibles: Comprehensive $5,000/Collision $5,000 Additional Insured: With respects to the General Liability policy, the certificate holder will be considered an additional insured if required by written contract, subject to terms and conditions of coverage form CG D6 04, available upon request. With respects to the Auto Liability policy, the certificate holder will be considered an additional insured if required by written contract, subject to terms and conditions of coverage form CA T3 53, available upon request. With respects to the Excess Liability policy, the certificate holder will be considered an additional insured if required by written contract, subject to terms and conditions of coverage form U-SXS-100-A CW (09111), available upon request. Waiver of Subrogation: With respects to the General Liability policy, the certificate holder will be provided a waiver of subrogation if required by written contract, subject to terms and conditions of coverage form CG D6 04, available upon request. With respects to the Auto Liability policy, the certificate holder will be provided a waiver of subrogation if required by written contract, subject to terms and conditions of coverage form CA T3 53, available upon request. With respects to the Workers Compensation policy, the certificate holder will be provided a waiver of subrogation if required by written contract, subject to terms and conditions of coverage form WC42 03 04B, available upon request. With respects to the Excess Liability policy, the certificate holder will be provided a waiver of subrogation if required by written contract, subject to terms and conditions of coverage form U-SXS-100-A CW (09/11), available upon request. Primary & Non -Contributory: The General Liability policy is primary and non-contributory, if required by written contract, subject to terms and conditions of coverage form CG D6 04, available upon request. The Auto Liability policy is primary and non-contributory, if required by written contract, subject to terms and conditions of coverage form CA T4 74, available upon request. Loss Payee: With respects to the Auto policy, the certificate holder will be considered a loss payee if required by written contract, subject to terms and conditions of coverage form CA T3 53, available upon request. s��.vrtu Iul tcwalu y U ZOOS ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 2 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on PEC-4 5 PHASE 1 & 2 DRAINAGE IMPROVEMENTS AND ELM & LOCUST WATER, SEWER, AND FIBER 6 IMPROVEMENTS - HICKORY TO EAGLE. Contractor further certifies that, pursuant to Texas Labor 7 Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 8 compliance with worker's compensation coverage. 9 10 CONTRACTOR: 11 12 �' - ;-� L( C _ ,-; By: C ' 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 Company (Please Print) -5c) Signature: Address 76 Title: ES �---- ,--- City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF DENTON § BEFORE ME, the undersigned authority, on this day personally appeared 1 -(� I 1 e r!­-,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 (k(A I t :'ouo" �1 for the purposes and consideration therein expressed a' in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this t day of ,' )3 Y` r, 20. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Hit_DA BID /FILE NO.6900 Notary Public STATE cc,VOFXASr� qfF OF 1 MyComm. 1� . Dec.I11 , 2019 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 004526-2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 2 of 2 1 Notary Public in and for the State of Texas 3 END OF SECTION CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 — Definitions and Terminology.............................................................................................. 1.01 Defined Terms................................................................................................................... 1.02 Terminology...................................................................................................................... Article 2 — Preliminary Matters.............................................................. 2.01 Copies of Documents......................................................... 2.02 Commencement of Contract Time; Notice to Proceed ..... 2.03 Starting the Work............................................................... 2.04 Before Starting Construction ............................................. 2.05 Preconstruction Conference ............................................... 2.06 Public Meeting................................................................... 2.07 Initial Acceptance of Schedules ......................................... 2.08 Electronic Submittals......................................................... Article 3 — Contract Documents: Intent, Amending, Reuse ................................... 3.01 Intent.................................................................................................... . 3.02 Reference Standards............................................................................. 3.03 Reporting and Resolving Discrepancies .............................................. 3.04 Amending and Supplementing Contract Documents .......................... 3.05 Reuse of Documents............................................................................ 3.06 Electronic Data..................................................................................... Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points............................................................................................... 4.01 Availability of Lands...................................................................................................... 4.02 Subsurface and Physical Conditions.............................................................................. 4.03 Differing Subsurface or Physical Conditions................................................................. 4.04 Underground Facilities................................................................................................... 4.05 Hazardous Environmental Condition at Site.................................................................. Page 1 1 6 7 7 7 7 7 8 8 8 8 Article 5 — Bonds and Insurance.....................................................................................................................15 5.01 Licensed Sureties and Insurers...................................................................................................15 5.02 Performance, Payment, and Maintenance Bonds.......................................................................15 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 6.02 Labor; Working Hours......................................................................... 6.03 Services, Materials, and Equipment .................................................... 6.04 Project Schedule................................................................................... 6.05 Substitutes and "Or-Equals"................................................................ 6.06 Concerning Subcontractors, Suppliers, and Others ............................. 6.07 Wage Rates........................................................................................... 6.08 Patent Fees and Royalties.................................................................... 6.09 Permits and Utilities............................................................................. 6.10 Laws and Regulations.......................................................................... 6.11 Taxes.................................................................................................... 6.12 Use of Site and Other Areas................................................................ 6.13 Record Documents............................................................................... 6.14 Safety and Protection........................................................................... 6.15 Safety Representative........................................................................... 6.16 Hazard Communication Programs...................................................... 6.17 Emergencies and/or Rectification........................................................ 6.18 Submittals............................................................................................. 6.19 Continuing the Work............................................................................ 6.20 Contractor's General Warranty and Guarantee ................................... 6.21 Indemnification.................................................................................. 6.22 Delegation of Professional Design Services ....................................... 6.23 Right to Audit....................................................................................... 6.24 Nondiscrimination................................................................................ ...................................19 ................................... 20 ................................... 20 ................................... 21 ................................... 23 ................................... 24 ................................... 25 ................................... 26 ................................... 26 ................................... 27 ................................... 27 ................................... 28 ................................... 29 ................................... 29 ................................... 30 ................................... 30 ................................... 30 ................................... 31 ................................... 32 ................................... 32 ................................... 33 ................................... 34 ................................... 34 Article 7 - Other Work at the Site........................................................................................... 7.01 Related Work at Site........................................................................................... 7.02 Coordination........................................................................................................ Article 8 - City's Responsibilities............................................................................................. 8.01 Communications to Contractor............................................................................. 8.02 Furnish Data.......................................................................................................... 8.03 Pay When Due...................................................................................................... 8.04 Lands and Easements; Reports and Tests............................................................. 8.05 Change Orders....................................................................................................... 8.06 Inspections, Tests, and Approvals........................................................................ 8.07 Limitations on City's Responsibilities................................................................. 8.08 Undisclosed Hazardous Environmental Condition .............................................. 8.09 Compliance with Safety Program......................................................................... Article 9 - City's Observation Status During Construction...................................................... 9.01 City's Project Manager....................................................................................... 9.02 Visits to Site........................................................................................................... 9.03 Authorized Variations in Work............................................................................. 9.04 Rejecting Defective Work..................................................................................... 9.05 Determinations for Work Performed..................................................................... 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 ..... 34 ..... 34 ..... 35 .. 35 .. 35 .. 35 .. 35 .. 36 .. 36 .. 36 .. 36 ..36 .. 36 ..... 36 ..... 36 ..... 37 ..... 37 ..... 37 ..... 37 ..... 38 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Article 10 - Changes in the Work; Claims; Extra Work ....................... 10.01 Authorized Changes in the Work ...................................... 10.02 Unauthorized Changes in the Work .................................. 10.03 Execution of Change Orders .............................................. 10.04 Extra Work......................................................................... 10.05 Notification to Surety......................................................... 10.06 Contract Claims Process .................................................... Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................40 11.01 Cost of the Work......................................................................................................................... 40 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 43 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 45 12.01 Change of Contract Price............................................................................................................45 12.02 Change of Contract Time............................................................................................................46 12.03 Delays.......................................................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work 13.01 Notice of Defects................................................................................................. 13.02 Access to Work.................................................................................................... 13.03 Tests and Inspections........................................................................................... 13.04 Uncovering Work................................................................................................. 13.05 City May Stop the Work...................................................................................... 13.06 Correction or Removal of Defective Work ......................................................... 13.07 Correction Period................................................................................................. 13.08 Acceptance of Defective Work............................................................................ 13.09 City May Correct Defective Work...................................................................... Article 14 - Payments to Contractor and Completion........................................................... 14.01 Schedule of Values............................................................................................. 14.02 Progress Payments............................................................................................. 14.03 Contractor's Warranty of Title.......................................................................... 14.04 Partial Utilization............................................................................................... 14.05 Final Inspection.................................................................................................. 14.06 Final Acceptance................................................................................................ 14.07 Final Payment..................................................................................................... 14.08 Final Completion Delayed and Partial Retainage Release ............................... 14.09 Waiver of Claims............................................................................................... Article 15 - Suspension of Work and Termination............................................................... 15.01 City May Suspend Work.................................................................................... 15.02 City May Terminate for Cause.......................................................................... 15.03 City May Terminate For Convenience.............................................................. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 ...................... 47 ....................... 47 ....................... 47 ....................... 47 ....................... 49 ....................... 49 ....................... 49 ....................... 50 ....................... 51 ....................... 51 ..................... 52 ..................... 52 ..................... 52 ..................... 54 ..................... 54 ..................... 55 ..................... 55 ..................... 55 ..................... 56 ..................... 56 ..................... 57 ..................... 57 ..................... 57 ..................... 59 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Article 16 — Dispute Resolution .................... 16.01 Methods and Procedures ........... Article 17 — Miscellaneous ............................ 17.01 Giving Notice ............................ 17.02 Computation of Times .............. 17.03 Cumulative Remedies ............... 17.04 Survival of Obligations ............. 17.05 Headings .................................... CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 ............................................................................................. 61 ............................................................................................. 61 ............................................................................................. 62 ............................................................................................. 62 ............................................................................................. 62 ............................................................................................. 62 ............................................................................................. 63 ............................................................................................. 63 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award— Authorization by the City Council for the City to enter into an Agreement. 6. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 2 of 63 12. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 13. City The City of Denton is a Texas home -rule municipal corporation acting by its City Council through its City Manager or his designee. 14. City Attorney — The officially appointed City Attorney of the City of Denton, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Denton, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Denton, Texas, or his duly authorized representative. 17. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. Contract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 20. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work See Paragraph 11.01 of these General Conditions for definition. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 3 of 63 24. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 26. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 27. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 28. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 29. Extra Work Additional work made necessary by changes or alterations of the Contract Documents or quantities; or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 30. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. 31. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 32. Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 33. General Requirements Sections of Division 1 of the Contract Documents. 34. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 35. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 36. Incidental Work items that the Contractor is not paid for directly, but costs for which are included under the various bid items of the Project. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 4 of 63 37. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 38. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 39. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 40. Milestone --A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 41. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 42. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 43. PCBs Polychlorinated biphenyls. 44. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 45. Plans See definition of Drawings. 46. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 47. Project The Work to be performed under the Contract Documents. 48. Project Manager The authorized representative of the City who will be assigned to the Project. 49. Project Manual — The documentary information prepared for bidding and furnishing the Work. A listing of the contents of the Project Manual is contained in its Table of Contents. 50. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 5 of 63 51. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 52. Regular Working Hours Excluding legal holidays, regular working hours shall be Monday thru Friday between 6:00 a.m. and 8:30 p.m. from June 1 to September 30 and between 7:00 a.m. and 8:30 p.m. from October 1 to May 31. 53. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 54. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 55. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 56. Site Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 57. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 58. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 59. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 60. Subsidiary See definition of Incidental. 61. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 62. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 6 of 63 63. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 64. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 65. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 66. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 67. Weekend Working Hours Hours between 8:00 a.m. and 8:30 p.m., Saturday, and between 1:00 p.m. and 8:30 p.m. Sunday or legal holiday, as approved in advance by the City. 68. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 69. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 8 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 7 of 63 C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and three (3) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 8 of 63 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. 2.08 Electronic Submittals A. Except as otherwise stated elsewhere in the Contract, the City and Contractor may transmit, and shall accept, Project -related correspondence, text, data, documents, drawings, information, and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format. B. When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages, operating systems, or computer hardware differing from those used in the drafting or transmittal of the items, or from those established in applicable transmittal protocols. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 9 of 63 relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 10 of 63 within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Drawings shall govern over Specifications, and Supplementary Conditions shall govern over General Conditions and Specifications. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 verification or adaptation by Engineer. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability ofLands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then Contractor shall, promptly after becoming aware thereof and before further disturbing the CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 13 of 63 subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 14 of 63 identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately. (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 15 of 63 Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 16 of 63 to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attomey-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. The bonds must be dated on, or after, the date of the Contract. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance A. Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 17 of 63 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the pnmary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, or self -funding, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon the scope of the Work, changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, liability under an insured contract, and explosion/collapse/underground (where those exposures exist). Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 19 of 63 D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance ofBonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent Superintendent, who is proficient in English, and who shall not be replaced without written notice to City. If at any time the Superintendent is not satisfactory to the City, Contractor shall, if requested by City, replace the Superintendent with another satisfactory to City. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 20 of 63 performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours, request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours, request must be made by noon of the preceding Wednesday 3. for legal holidays, request must be made by noon seven Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work, whether or not such items are specifically called for in the Contract Documents. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of sufficient quality to complete the Work and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and 4) it is not objectionable to the City. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 23 of 63 of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 24 of 63 individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. E. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. F. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. G. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Denton to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 25 of 63 good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the llth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 26 of 63 use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits 5. Texas Department of Licensing and Regulation (TDLR) Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 27 of 63 A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Rulings applicable to Texas Tax Code, Subchapter H. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with all applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htt2://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use ofSite and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed, closed, or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Construction equipment, spoil materials, supplies, forms, buildings, labs, or equipment and supply storage buildings, or any other item that may be transported by flood flows, shall not be stored within existing federal floodways during the course of the Work. 4. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 5. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25% of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work, Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 29 of 63 show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and embedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 30 of 63 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City resources or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit in accordance with the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data, to demonstrate to City the services, materials, and equipment Contractor proposes to provide, and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 31 of 63 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 33 of 63 Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 34 of 63 6.23 Right to Audit A. The City shall have the right to audit and make copies of the books, records and computations pertaining to the Contract. The Contractor shall retain such books, records, documents and other evidence pertaining to the Contract period and five years thereafter, except if an audit is in progress or audit findings are yet unresolved, in which case records shall be kept until all audit tasks are completed and resolved. These books, records, documents and other evidence shall be available, within ten (10) business days of written request. Further, the Contractor shall also require all Subcontractors, material suppliers, and other payees to retain all books, records, documents and other evidence pertaining to the Contract, and to allow the City similar access to those documents. All books and records will be made available within a 50 mile radius of the City. The cost of the audit will be borne by the City unless the audit reveals an overpayment of 1% or greater. If an overpayment of 1% or greater occurs, the reasonable cost of the audit, including any travel costs, must be borne by the Contractor which must be payable within five (5) business days of receipt of an invoice. B. Failure to comply with the provisions of this section shall be a material breach of the Contract and shall constitute, in the City's sole discretion, grounds for termination thereof. Each of the terms "books", "records", "documents" and "other evidence", as used above, shall be construed to include drafts and electronic files, even if such drafts or electronic files are subsequently used to generate or prepare a final printed document. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 35 of 63 introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 36 of 63 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager or Duly Authorized Representative City will provide a Project Manager or duly authorized representative during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager or duly appointed representative during construction are set forth in the Contract Documents. City's Project Manager for this Contract is as set forth in the Supplementary Conditions. City will establish a duly authorized representative at the Preconstruction Meeting in accordance with Section 0131 19. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 9.02 Visits to Site A. City will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's visits and observations are subject to all the limitations on authority and responsibility set forth in Paragraph 8.07. Particularly, but without limitation, during or as a result of City's visits or observations of Contractor's Work, City will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. 9.03 Authorized Variations in Work City's Project Manager or duly authorized representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager or duly authorized representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager or duly authorized representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall proceed with the Work involved only upon receiving written notice from City. Extra Work will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Dispute of Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 40 of 63 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. F. If the City fails to take any action pursuant to Paragraph 10.06 (C) the contract Claim is considered to have been denied by the City. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 41 of 63 a. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 42 of 63 d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 43 of 63 C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 11.04 Plans Quantity Measurement for Unclassified Excavation or Embankment A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 46 of 63 and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 47 of 63 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 48 of 63 of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 49 of 63 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an extension of the Contract Time directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 50 of 63 B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 51 of 63 13.08 Acceptance ofDefective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 52 of 63 acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 53 of 63 the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For all contracts, retainage shall be five percent (5%). D. Liquidated Damages: For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Claims have been made against City on account of Contractor's performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; c. there are other items entitling City to a set-off against the amount recommended; or d. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 55 of63 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. City will promptly schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. City reserves the right to deny request for Final Inspection if City determines that the entire Work is not sufficiently complete to warrant a Final Inspection. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 57 of63 governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 58 of63 limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04. 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 59 of 63 Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 60 of 63 Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-1 GENERAL CONDITIONS Page 61 of 63 submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) 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 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 3. delivered by electronic means to or from the Project Manager. B. Business address changes must be promptly made in writing to the other parry. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007200-I GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 4 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions, unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-4.01A 24 25 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 26 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 27 Contract Drawings. 28 29 SC-4.01A.1., "Availability of Lands" 30 31 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 32 January 18, 2019: 33 34 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 35 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 36 and do not bind the City. 37 38 If Contractor considers the final easements provided to differ materially from the representations on the 39 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 40 notify City in writing associated with the differing easement line locations. 41 42 SC-4.01A.2, "Availability of Lands" 43 44 Utilities or obstructions to be removed, adjusted, and/or relocated 45 46 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 47 as of January 18, 2019: CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007300-2 SUPPLEMENTARY CONDITIONS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 EXPECTED UTILITY AND LOCATION OWNER ATMOS Various locations in project limits FRONTIER Various locations in project limits Page 2 of 4 TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Report No. 444-09-28, dated September 11, 2009, prepared by CMJ Engineering, Inc., a sub -consultant of Freese and Nichols, Inc., a consultant of the City, providing additional information on subsurface conditions within the project limits. This report is provided for contractor's information only 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: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "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: Freese and Nichols, Inc. (3) Other: None SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease -policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 2 $1,000,000 eachoccurrence 3 $2,000,000 aggregate limit 4 5 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 6 General Aggregate Limits apply separately to each job site. 7 W 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 The Commercial General Liability Insurance policies shall provide "Y', "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., 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. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Street Cut Permit City of Denton SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: TxDOT Permit Approval of the Notice of Proposed Utility Installation No. DAL20180226152030 and No. DAL20180226141005. SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 18, 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 4 1 2 3 SC-8.01, "Communications to Contractor" 4 5 None 6 7 SC-9.01., "City's Project Manager" 8 9 The City's Project Manager for this Contract is Lee Perry, or his/her successor pursuant to written 10 notification from the City Engineer. 11 12 SC-13.03C., "Tests and Inspections" 13 14 None 15 16 SC-16.01C.1, "Methods and Procedures" 17 18 None 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 007373-1 FORM 1295 - CERTIFICATE OF INTERESTED PARTIES Page 1 of 1 1 SECTION 00 73 73 2 FORM 1295 - CERTIFICATE OF INTERESTED PARTIES 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0125 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Denton Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered incidental to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution - General 26 1. Within 30 days after award of Contract (unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or -equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or -equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0125 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit one PDF copy via email to the Proj ect Manager and their duly appointed 9 representative, including: 10 a. Documentation 11 1) Complete data substantiating compliance of proposed substitution with 12 Contract Documents 13 2) Data relating to changes in construction schedule, when a reduction is 14 proposed 15 3) Data relating to changes in cost 16 b. For products 17 1) Product identification 18 a) Manufacturer's name 19 b) Telephone number and representative contact name 20 c) Specification Section or Drawing reference of originally specified 21 product, including discrete name or tag number assigned to original 22 product in the Contract Documents 23 2) Manufacturer's literature clearly marked to show compliance of proposed 24 product with Contract Documents 25 3) Itemized comparison of original and proposed product addressing product 26 characteristics including, but not necessarily limited to: 27 a) Size 28 b) Composition or materials of construction 29 c) Weight 30 d) Electrical or mechanical requirements 31 4) Product experience 32 a) Location of past projects utilizing product 33 b) Name and telephone number of persons associated with referenced 34 projects knowledgeable concerning proposed product 35 c) Available field data and reports associated with proposed product 36 5) Samples 37 a) Provide at request of City. 38 b) Samples become the property of the City. 39 c. For construction methods: 40 1) Detailed description of proposed method 41 2) Illustration drawings 42 C. Approval or Rejection 43 1. Written approval or rejection of substitution given by the City 44 2. City reserves the right to require proposed product to comply with color and pattern 45 of specified product if necessary to secure design intent. 46 3. In the event the substitution is approved, the resulting cost and/or time reduction 47 will be documented by Change Order in accordance with the General Conditions. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 012500-4 SUB STITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Recommended Not recommended By Date _ Remarks Date Rejected Recommended Received late BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 PART1- GENERAL SECTION 01 31 19 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Denton Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered incidental to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Proj ect Manager will establish their duly authorized representative(s) authorized to make decisions as identified in the Contract Documents. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Manager will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Manager b. Project Manager's duly authorized representative (if any) c. Contractor's project manager d. Contractor's superintendent CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request f. Other City representatives g. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing cc. Record Drawings ff. Temporary construction facilities gg. Final Acceptance hh. Final Payment 11. Communications Plan jj. Questions or Comments CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 31 20 PROJECT MEETINGS 013120-1 PROJECT MEETINGS Page 1 of 3 5 A. Section Includes: 6 1. Provisions for pro] ect meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Denton Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered incidental to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be recorded. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present pro]ected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor b. Pro]ect Manager c. Other City representatives CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013120-2 PROJECT MEETINGS Page 2 of 3 1 4. Meeting Schedule 2 a. In general, the neighborhood meeting will occur within the 2 weeks following 3 the pre -construction conference. 4 b. In no case will construction be allowed to begin until this meeting is held. 5 C. Progress Meetings 6 1. Formal project coordination meetings will be held monthly. Meetings will be 7 scheduled and administered by Project Manager. 8 a. Additional meetings may be held at the request of the 9 1) City 10 2) Engineer 11 3) Contractor 12 2. Additional progress meetings to discuss specific topics will be conducted on an as- 13 needed basis. Such additional meetings shall include, but not be limited to: 14 a. Coordinating shutdowns 15 b. Installation of piping and equipment 16 c. Coordination between other construction projects 17 d. Resolution of construction issues 18 e. Equipment approval 19 3. The Project Manager will preside at progress meetings, prepare the notes of the 20 meeting and distribute copies of the same to all participants who so request by fully 21 completing the attendance form to be circulated at the beginning of each meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others, as requested by the Project Manager 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations, problems, conflicts 33 c. Items which impede construction schedule 34 d. Review of off -site fabrication, delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule, during succeeding Work period 40 1. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 in. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 o. Review monthly pay request 49 p. Review status of Requests for Information CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Location 2 a. The City will establish a meeting location. 3 1) To the extent practicable, meetings will be held at the Site. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 4 1 SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 B. Deviations from this City of Denton Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered incidental to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES 18 A. Definitions 19 1. Baseline Schedule - Initial schedule submitted before work begins that will serve 20 as the baseline for measuring progress and departures from the schedule. 21 2. Progress Schedule - Monthly submittal of a progress schedule documenting 22 progress on the project and any changes anticipated. 23 3. Schedule Narrative - Concise narrative of the schedule including schedule 24 changes, expected delays, key schedule issues, critical path items, etc 25 B. Reference Standards 26 1. None 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Baseline Schedule 29 1. General 30 a. Prepare a baseline Schedule using approved software and the Critical Path 31 Method (CPM). 32 b. Review the draft baseline Schedule with the City to demonstrate understanding 33 of the work to be performed and known issues and constraints related to the 34 schedule. 35 c. Designate an authorized representative (Project Scheduler) responsible for 36 developing and updating the schedule and preparing reports. 37 B. Progress Schedule 38 1. Update the progress Schedule monthly. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 4 1 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 2 3. Change Orders 3 a. Incorporate approved change orders, resulting in a change of contract time, in 4 the baseline Schedule. 5 C. Responsibility for Schedule Compliance 6 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 7 Report that delays to the critical path have resulted and the Contract completion 8 date will not be met, or when so directed by the City, make some or all of the 9 following actions at no additional cost to the City 10 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 11 outlining: 12 1) A written statement of the steps intended to take to remove or arrest the 13 delay to the critical path in the approved schedule 14 2) Increase construction manpower in such quantities and crafts as will 15 substantially eliminate the backlog of work and return current Schedule to 16 meet pro] ected baseline completion dates 17 3) Increase the number of working hours per shift, shifts per day, working 18 days per week, the amount of construction equipment, or any combination 19 of the foregoing, sufficiently to substantially eliminate the backlog of work 20 4) Reschedule activities to achieve maximum practical concurrency of 21 accomplishment of activities, and comply with the revised schedule 22 2. If no written statement of the steps intended to take is submitted when so requested 23 by the City, the City may direct the Contractor to increase the level of effort in 24 manpower (trades), equipment and work schedule (overtime, weekend and holiday 25 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 26 to the critical path in the approved schedule. 27 a. No additional cost for such work will be considered. 28 D. The Contract completion time will be adjusted only for causes specified in this 29 Contract. 30 a. Requests for an extension of any Contract completion date must be 31 supplemented with the following: 32 1) Furnish justification and supporting evidence as the City may deem 33 necessary to determine whether the requested extension of time is entitled 34 under the provisions of this Contract. 35 a) The City will, after receipt of such justification and supporting 36 evidence, make findings of fact and will advise the Contractor, in 37 writing thereof. 38 2) If the City finds that the requested extension of time is entitled, the City's 39 determination as to the total number of days allowed for the extensions 40 shall be based upon the approved total baseline schedule and on all data 41 relevant to the extension. 42 a) Such data shall be included in the next updating of the Progress 43 schedule. 44 b) Actual delays in activities which, according to the Baseline schedule, 45 do not affect any Contract completion date shown by the critical path in 46 the network will not be the basis for a change therein. 47 2. Submit each request for change in Contract completion date to the City within 30 48 days after the beginning of the delay for which a time extension is requested but 49 before the date of final payment under this Contract. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 4 1 a. No time extension will be granted for requests which are not submitted within 2 the foregoing time limit. 3 b. From time to time, it may be necessary for the Contract schedule or completion 4 time to be adjusted by the City to reflect the effects of job conditions, weather, 5 technical difficulties, strikes, unavoidable delays on the part of the City or its 6 representatives, and other unforeseeable conditions which may indicate 7 schedule adjustments or completion time extensions. 8 1) Under such conditions, the City will direct the Contractor to reschedule the 9 work or Contract completion time to reflect the changed conditions and the 10 Contractor shall revise his schedule accordingly. 11 a) No additional compensation will be made to the Contractor for such 12 schedule changes except for unavoidable overall contract time 13 extensions beyond the actual completion of unaffected work, in which 14 case the Contractor shall take all possible action to minimize any time 15 extension and any additional cost to the City. 16 b) Available float time in the Baseline schedule may be used by the City 17 as well as by the Contractor. 18 3. Float or slack time is defined as the amount of time between the earliest start date 19 and the latest start date or between the earliest finish date and the latest finish date 20 of a chain of activities on the Baseline Schedule. 21 a. Float or slack time is not for the exclusive use or benefit of either the 22 Contractor or the City. 23 b. Proceed with work according to early start dates, and the City shall have the 24 right to reserve and apportion float time according to the needs of the project. 25 c. Acknowledge and agree that actual delays, affecting paths of activities 26 containing float time, will not have any effect upon contract completion times, 27 providing that the actual delay does not exceed the float time associated with 28 those activities. 29 E. Coordinating Schedule with Other Contract Schedules 30 1. Where work is to be performed under this Contract concurrently with or contingent 31 upon work performed on the same facilities or area under other contracts, the 32 Baseline Schedule shall be coordinated with the schedules of the other contracts. 33 a. Obtain the schedules of the other appropriate contracts from the City for the 34 preparation and updating of Baseline schedule and make the required changes 35 in his schedule when indicated by changes in corresponding schedules. 36 2. In case of interference between the operations of different contractors, the City will 37 determine the work priority of each contractor and the sequence of work necessary 38 to expedite the completion of the entire Project. 39 a. In such cases, the decision of the City shall be accepted as final. 40 b. The temporary delay of any work due to such circumstances shall not be 41 considered as justification for claims for additional compensation. 42 1.5 SUBMITTALS 43 A. Baseline Schedule 44 1. Submit Schedule in native file format and pdf format. 45 a. Native file format shall be: 46 1) Microsoft Project 47 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 48 bring in hard copy to the meeting for review and discussion. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 4 1 B. Progress Schedule 2 1. Submit progress Schedule in native file format and pdf format. 3 2. Submit progress Schedule monthly no later than the 25th day of the month. 4 C. Schedule Narrative 5 1. Submit the schedule narrative in pdf format. 6 2. Submit schedule narrative monthly no later than the 25th day of the month. 7 D. Submittal Process 8 1. 9 2. Contractor shall submit one (1) hard copy of documents to the Project Manager's 10 duly appointed representative. 11 3. Contractor shall submit documents via email to the Project Manager and their duly 12 appointed representative. 13 4. Once the pro] ect has been completed and Final Acceptance has been issued by the 14 City, no further progress schedules are required. 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. The person preparing and revising the construction Progress Schedule shall be 20 experienced in the preparation of schedules of similar complexity. 21 B. Schedule and supporting documents addressed in this Specification shall be prepared, 22 updated and revised to accurately reflect the performance of the construction. 23 C. Contractor is responsible for the quality of all submittals in this section meeting the 24 standard of care for the construction industry for similar projects. 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS [NOT USED] 29 PART 3 - EXECUTION [NOT USED] 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Denton Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered incidental to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-1 SUBMITTALS Page 1 of 13 1 SECTION 0133 00 2 SUBMITTALS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Project Material Submittal Checklist submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Denton Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered incidental to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-2 SUBMITTALS Page 2 of 13 1 2. Coordination of Submittal Times 2 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 3 performing the related Work or other applicable activities, or within the time 4 specified in the individual Work Sections, of the Specifications. 5 b. Contractor is responsible such that the installation will not be delayed by 6 processing times including, but not limited to: 7 a) Disapproval and resubmittal (if required) 8 b) Coordination with other submittals 9 c) Testing 10 d) Purchasing 11 e) Fabrication 12 f) Delivery 13 g) Similar sequenced activities 14 c. No extension of time will be authorized because of the Contractor's failure to 15 transmit submittals sufficiently in advance of the Work. 16 d. Make submittals promptly in accordance with approved schedule, and in such 17 sequence as to cause no delay in the Work or in the work of any other 18 contractor. 19 B. Submittal Numbering 20 1. When submitting shop drawings or samples, utilize a submittal cross-reference 21 identification numbering system in the following manner: 22 a. Use the applicable Specification Section Number. 23 b. For the next 2 digits number use numbers 01-99 to sequentially number each 24 initial separate item or drawing submitted under each specific Section 25 number. 26 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 27 A=2nd submission, B=3rd submission, C=4th submission, etc.). Atypical 28 submittal number would be as follows: 29 30 303-02-B 31 CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-3 SUBMITTALS Page 3 of 13 1 1) 303 is the Specification Section for Portland Cement Concrete Pavement 2 2) 02 is the second initial submittal under this Specification Section 3 3) B is the third submission (second resubmission) of that particular shop 4 drawing 5 C. Contractor Certification 6 1. Review shop drawings, product data and samples, including those by 7 subcontractors, prior to submission to determine and verify the following: 8 a. Field measurements 9 b. Field construction criteria 10 c. Catalog numbers and similar data 11 d. Conformance with the Contract Documents 12 2. Provide each shop drawing, sample and product data submitted by the Contractor 13 with a Certification Statement affixed including: 14 a. The Contractor's Company name 15 b. Signature of submittal reviewer 16 c. Certification Statement 17 1) "By this submittal, I hereby represent that I have determined and verified 18 field measurements, field construction criteria, materials, dimensions, 19 catalog numbers and similar data and I have checked and coordinated 20 each item with other applicable approved shop drawings." 21 D. Submittal Format 22 1. Fold shop drawings larger than 8 % inches x 11 inches to 8 % inches x 11inches. 23 2. Bind shop drawings and product data sheets together. 24 3. Order 25 a. Cover Sheet 26 1) Description of Packet 27 2) Contractor Certification 28 b. List of items / Table of Contents CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-4 SUBMITTALS Page 4 of 13 1 c. Product Data /Shop Drawings/Samples /Calculations 2 E. Submittal Content 3 1. The date of submission and the dates of any previous submissions 4 2. The Project title and number 5 3. Contractor identification 6 4. The names of: 7 a. Contractor 8 b. Supplier 9 c. Manufacturer 10 5. Identification of the product, with the Specification Section number, page and 11 paragraph(s) 12 6. Field dimensions, clearly identified as such 13 7. Relation to adjacent or critical features of the Work or materials 14 8. Applicable standards, such as ASTM or Federal Specification numbers 15 9. Identification by highlighting of deviations from Contract Documents 16 10. Identification by highlighting of revisions on resubmittals 17 11. An 8-inch x 3-inch blank space for Contractor and City stamps 18 F. Shop Drawings 19 1. As specified in individual Work Sections includes, but is not necessarily limited to: 20 a. Custom -prepared data such as fabrication and erection/installation (working) 21 drawings 22 b. Scheduled information 23 c. Setting diagrams 24 d. Actual shopwork manufacturing instructions 25 e. Custom templates 26 f. Special wiring diagrams CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-5 SUBMITTALS Page 5 of 13 1 g. Coordination drawings 2 h. Individual system or equipment inspection and test reports including: 3 1) Performance curves and certifications 4 i. As applicable to the Work 5 2. Details 6 a. Relation of the various parts to the main members and lines of the structure 7 b. Where correct fabrication of the Work depends upon field measurements 8 1) Provide such measurements and note on the drawings prior to submitting 9 for approval. 10 G. Product Data 11 1. For submittals of product data for products included on the City's Product Material 12 Submittal Checklist, highlight each item selected for use on the Project. 13 2. For submittals of product data for products not included on the City's Product 14 Material Submittal Checklist, submittal data may include, but is not necessarily 15 limited to: 16 a. Standard prepared data for manufactured products (sometimes referred to as 17 catalog data) 18 1) Such as the manufacturer's product specification and installation 19 instructions 20 2) Availability of colors and patterns 21 3) Manufacturer's printed statements of compliances and applicability 22 4) Roughing -in diagrams and templates 23 5) Catalog cuts 24 6) Product photographs 25 7) Standard wiring diagrams 26 8) Printed performance curves and operational -range diagrams 27 9) Production or quality control inspection and test reports and certifications 28 10) Mill reports CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-6 SUBMITTALS Page 6 of 13 1 11) Product operating and maintenance instructions and recommended 2 spare -parts listing and printed product warranties 3 12) As applicable to the Work 4 3. Submittals of product data for products not included on the City's Product 5 Material Submittal Checklist may be considered a Substitution in accordance with 6 Section 0125 00. 7 4. All deviations from City's Product Material Submittal Checklist shall require 8 approval by the Engineer of Record for the Project. 9 H. Samples 10 1. As specified in individual Sections, include, but are not necessarily limited to: 11 a. Physical examples of the Work such as: 12 1) Sections of manufactured or fabricated Work 13 2) Small cuts or containers of materials 14 3) Complete units of repetitively used products color/texture/pattern 15 swatches and range sets 16 4) Specimens for coordination of visual effect 17 5) Graphic symbols and units of Work to be used by the City for independent 18 inspection and testing, as applicable to the Work 19 I. Do not start Work requiring a shop drawing, sample or product data nor any material 20 to be fabricated or installed prior to the approval or qualified approval of such item. 21 1. Fabrication performed, materials purchased or on -site construction accomplished 22 which does not conform to approved shop drawings and data is at the Contractor's 23 risk. 24 2. The City will not be liable for any expense or delay due to corrections or remedies 25 required to accomplish conformity. 26 3. Complete project Work, materials, fabrication, and installations in conformance 27 with approved shop drawings, applicable samples, and product data. 28 J. Submittal Distribution 29 1. Electronic Distribution CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-7 SUBMITTALS Page 7 of 13 1 a. Provide all submittals in electronic form via email to Project Manager and their 2 duly appointed representative. 3 b. Shop Drawings 4 1) Email submittal to Project Manager and their duly appointed 5 representative. 6 2) Hard Copies 7 a) Not required 8 c. Product Data 9 1) Email submittal to Project Manager and their duly appointed 10 representative. 11 2) Hard Copies 12 a) Not required 13 d. Samples 14 1) Distributed to the Project Manager 15 K. Submittal Review 16 1. The review of shop drawings, data and samples will be for general conformance 17 with the design concept and Contract Documents. This is not to be construed as: 18 a. Permitting any departure from the Contract requirements 19 b. Relieving the Contractor of responsibility for any errors, including details, 20 dimensions, and materials 21 c. Approving departures from details furnished by the City, except as otherwise 22 provided herein 23 2. The review and approval of shop drawings, samples or product data by the City 24 does not relieve the Contractor from his/her responsibility with regard to the 25 fulfillment of the terms of the Contract. 26 a. All risks of error and omission are assumed by the Contractor, and the City will 27 have no responsibility therefore. 28 3. The Contractor remains responsible for details and accuracy, for coordinating the 29 Work with all other associated work and trades, for selecting fabrication 30 processes, for techniques of assembly and for performing Work in a safe manner. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-8 SUBMITTALS Page 8 of 13 1 4. If the shop drawings, data or samples as submitted describe variations and show a 2 departure from the Contract requirements which City finds to be in the interest of 3 the City and to be so minor as not to involve a change in Contract Price or time for 4 performance, the City may return the reviewed drawings without noting an 5 exception. 6 5. Submittals will be returned to the Contractor under 1 of the following codes: 7 a. Code 1 8 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 9 comments on the submittal. 10 a) When returned under this code the Contractor may release the 11 equipment and/or material for manufacture. 12 b. Code 2 13 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the 14 notations and comments IS NOT required by the Contractor. 15 a) The Contractor may release the equipment or material for 16 manufacture; however, all notations and comments must be 17 incorporated into the final product. 18 c. Code 3 19 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned 20 when notations and comments are extensive enough to require a 21 resubmittal of the package. 22 a) This resubmittal is to address all comments, omissions and 23 non -conforming items that were noted. 24 b) Resubmittal is to be received by the City within 15 Calendar Days of 25 the date of the City's transmittal requiring the resubmittal. 26 d. Code 4 27 1) "NOT APPROVED" is assigned when the submittal does not meet the intent 28 of the Contract Documents. 29 a) The Contractor must resubmit the entire package revised to bring the 30 submittal into conformance. 31 b) It may be necessary to resubmit using a different 32 manufacturer/vendor to meet the Contract Documents. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 013300-9 SUBMITTALS Page 9 of 13 1 6. Resubmittals 2 a. Handled in the same manner as first submittals 3 1) Corrections other than requested by the City 4 2) Marked with revision triangle or other similar method 5 a) At Contractor's risk if not marked 6 b. Submittals for each item will be reviewed no more than twice at the City's 7 expense. 8 1) All subsequent reviews will be performed at times convenient to the City 9 and at the Contractor's expense, based on the City's or City 10 Representative's then prevailing rates. 11 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 12 all such fees invoiced by the City. 13 c. The need for more than 1 resubmission or any other delay in obtaining City's 14 review of submittals, will not entitle the Contractor to an extension of 15 Contract Time. 16 7. Partial Submittals 17 a. City reserves the right to not review submittals deemed partial, at the City's 18 discretion. 19 b. Submittals deemed by the City to be not complete will be returned to the 20 Contractor, and will be considered "Not Approved" until resubmitted. 21 c. The City may at its option provide a list or mark the submittal directing the 22 Contractor to the areas that are incomplete. 23 8. If the Contractor considers any correction indicated on the shop drawings to 24 constitute a change to the Contract Documents, then written notice must be 25 provided thereof to the City at least 7 Calendar Days prior to release for 26 manufacture. 27 9. When the shop drawings have been completed to the satisfaction of the City, the 28 Contractor may carry out the construction in accordance therewith and no further 29 changes therein except upon written instructions from the City. 30 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 31 following receipt of submittal by the City. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 33 00 - 10 SUBMITTALS Page 10 of 13 1 L. Mock ups 2 1. Mock Up units as specified in individual Sections, include, but are not necessarily 3 limited to, complete units of the standard of acceptance for that type of Work to 4 be used on the Project. Remove at the completion of the Work or when directed. 5 M. Qualifications 6 1. If specifically required in other Sections of these Specifications, submit a P.E. 7 Certification for each item required. 8 N. Request for Information (RFI) 9 1. Contractor Request for additional information 10 a. Clarification or interpretation of the contract documents 11 b. When the Contractor believes there is a conflict between Contract Documents 12 c. When the Contractor believes there is a conflict between the Drawings and 13 Specifications 14 1) Identify the conflict and request clarification 15 d. When the Contractor encounters an unknown condition in the field 16 2. Use the Request for Information (RFI) form provided by the City (attached). 17 3. Numbering of RFI 18 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 19 increasing sequentially with each additional transmittal. 20 4. Sufficient information shall be attached to permit a written response without 21 further information. 22 5. The City will log each request and will review the request. 23 a. If review of the project information request indicates that a change to the 24 Contract Documents is required, the City will issue a Field Order or Change 25 Order, as appropriate. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY [NOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [NOT USED] p7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 01 33 00 - 11 SUBMITTALS Page 11 of 13 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 33 00 - 12 SUBMITTALS Page 12 of 13 REQUEST FOR INFORMATION Project: RFI #: Engineering Project No.: Date Sent: Sender: Receiver: Copies To: 3 Subject: Request: Sender's Proposed Answer/Solution: 4 5 THE PROPOSED ANSWER/SOLUTION❑ IS, ❑ IS NOT, INCLUDED IN THE 6 CONTRACT. 7 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 33 00 - 13 SUBMITTALS Page 13 of 13 Receiver's Response: Response By: Company: Date: DISTRIBUTION: CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0135 13 -1 SPECIAL PROJECT PROCEDURES Page 1 of 10 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Excavation Protection 11 e. Air Pollution Watch Days 12 f. Use of Explosives, Drop Weight, Etc. 13 g. Water Utilities Notification 14 h. Public Notification Prior to Beginning Construction 15 1. Coordination with United States Army Corps of Engineers 16 j. Coordination within Railroad permits areas 17 k. Dust Control 18 1. Employee Parking 19 in. Coordination with North Central Texas Council of Governments Clean 20 Construction Specification 21 B. Deviations from this City of Denton Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 — General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates 40 6) Other requirements associated with general coordination with Railroad, 41 including additional employees required to protect the right-of-way and 42 property of the Railroad from damage arising out of and/or from the 43 construction of the Project. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0135 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 10 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. Excavation Protection (Trench Safety) 13 a. Measurement 14 1) Measured per linear foot of excavation for all trenches that require trench 15 safety in accordance with OSHA excavation safety standards (29 CFR Part 16 1926 Subpart P Safety and Health regulations for Construction) 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per linear foot of excavation to comply with OSHA excavation 21 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 22 limited to, all submittals, labor and equipment. 23 4. All other items 24 a. Work associated with these Items is considered incidental to the various Items 25 bid. No separate payment will be allowed for this Item. 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 32 High Voltage Overhead Lines. 33 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 34 Specification 35 4. Occupational Health and Safety Administration (OSHA) Standards — 29 CFR Part 36 1910.146 — Permit -Required Confined Spaces 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination with the Texas Department of Transportation 39 1. When work in the right-of-way which is under the jurisdiction of the Texas 40 Department of Transportation (TxDOT): 41 a. Notify the Texas Department of Transportation prior to commencing any work 42 therein in accordance with the provisions of the permit 43 b. All work performed in the TxDOT right-of-way shall be performed in 44 compliance with and subject to approval from the Texas Department of 45 Transportation 46 B. Work near High Voltage Lines CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 0135 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 10 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: Denton Municipal Electric) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Excavation Protection 1. Excavation protection shall be in strict compliance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) . 2. Submit three (3) copies of a site -specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction in accordance with Section 0133 00. a. The City will not review the submittal. Receipt of submittal is confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. b. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of the General Conditions. 3. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. 4. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. 47 E. Air Pollution Watch Days CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0135 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 10 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. F. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. G. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24-hour public notification in accordance with Section 01 31 13 H. Water Utilities Coordination 1. During the construction of this project, it may be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with Water Utilities to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. If needed, obtain a hydrant water meter from Water Utilities for use during the life of named project. b. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. 46 I. Public Notification Prior to Beginning Construction CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 0135 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 10 1. Prior to beginning construction on any block in the project, on a block -by -block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name ofProject b) Engineering ProjectNumber (EPN) c) Scope ofProject (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the pro] ect to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. J. Public Notification of Temporary Water Service Interruption during Construction 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) Engineering ProjectNumber (EPN) 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. K. Coordination with United States Army Corps of Engineers (USACE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0135 13 -6 SPECIAL PROJECT PROCEDURES Page 6 of 10 1 L. Coordination within Railroad Permit Areas 2 1. At locations in the project where construction activities occur in areas where 3 railroad permits are required, meet all requirements set forth in each designated 4 railroad permit. This includes, but is not limited to, provisions for: 5 a. Flagmen 6 b. Inspectors 7 c. Safety training 8 d. Additional insurance 9 e. Insurance certificates 10 f. Other employees required to protect the right-of-way and property of the 11 Railroad Company from damage arising out of and/or from the construction of 12 the project. Proper utility clearance procedures shall be used in accordance 13 with the permit guidelines. 14 2. Obtain any supplemental information needed to comply with the railroad's 15 requirements. 16 3. Railroad Flagmen 17 a. Submit receipts to City for verification of working days that railroad flagmen 18 were present on Site. 19 M. Dust Control 20 1. Use acceptable measures to control dust at the Site. 21 a. If water is used to control dust, capture and properly dispose of waste water. 22 b. If wet saw cutting is performed, capture and properly dispose of slurry. 23 N. Employee Parking 24 1. Provide parking for employees at locations approved by the City. 25 O. Coordination with North Central Texas Council of Governments (NCTCOG) Clean 26 Construction Specification 27 1. Equipment Requirements 28 a. All construction equipment being used to perform work on the Contract shall 29 meet EPA emissions standards of Tier 3 or equivalent, or cleaner. Model Form 30 A.14. Schedule for Phase -In of Tier 1-Tier 4 Non -Road Engines is included in 31 Appendix A. Compliance may be achieved through the use of equipment 32 powered by an EPA -certified engine, through engine repowers, or through the 33 use of retrofits which have been verified by the EPA and/or California Air 34 Resources Board. A list of available retrofits is available online at EPA's 35 website "Verified Technologies List for Clean Diesel." 36 b. Equipment that meets one or more of the following conditions may be exempt 37 from these requirements: 38 1) Equipment powered by an engine that is less than or equal to ten (10) years 39 old. 40 2) Equipment that must be used to fulfill use or reporting requirements for a 41 grant program or other clean air initiative. Documentation of such 42 obligations must be submitted to City for verification. 43 3) Equipment that is designated as low -use equipment, which is defined as 44 any piece of construction equipment which is used for less than ten (10) 45 hours per week on a single public works contract. A Low -Use Exemption 46 Weekly Reporting Form will be required for all equipment for which this 47 exemption is claimed. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 0135 13 -7 SPECIAL PROJECT PROCEDURES Page 7 of 10 4) Equipment that is being used to address a critical or emergency public works need, including, but not limited to, broken water mains or sanitary sewer lines. This exemption is limited to work performed in a situation in which the procurement of construction services is performed on an emergency basis, as provided for by State law. 2. Operational Requirements a. All diesel fuel used to perform work on the public works contract shall be Ultra -Low Sulfur Diesel (ULSD) fuel which also complies with Texas Low Emission Diesel (TxLED) program requirements. This may include TxLED- compliant Biodiesel blends. b. The Contractor shall limit idling of equipment to no more than five (5) minutes, unless the idling is applicable to one or more of the following exceptions: 1) is being used for emergency response purposes; 2) is idling as a necessary component of mechanical operation, maintenance, or diagnostic purposes; or 3) is idling for the health or safety of the equipment operator. c. To the greatest extent possible, Contractor shall stage equipment away from, and minimize operation near, sensitive receptors including, but not limited to, fresh air intakes, hospitals, schools, licensed day care facilities, and residences. 3. Reporting Requirements a. On or before the day construction activity commences, the Contractor shall submit to the City an inventory report containing identifying data for each piece of equipment to be used on the worksite. A form for submitting such information will be provided by the City. This inventory may be used by the City to conduct site inspections and/or verify compliance with specification elements. b. If additional equipment is brought on -site after construction begins, the Contractor shall provide this same inventory information to the City for the new equipment on or before the day it begins work on -site. c. Reports shall be provided for all equipment used on -site. 4. Enforcement Requirements a. All construction equipment used at the Site is subject to inspection by the City at random. Contractor is responsible for ensuring that all subcontractors meet the requirements of this specification. 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. 38 B. All submittals shall be approved by the City prior to delivery. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Construction Notice Flyer 41 B. Notice of Temporary Water Service Interruption CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0135 13 -8 SPECIAL PROJECT PROCEDURES Page 8 of 10 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION [NOT USED] 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 0135 13 -9 SPECIAL PROJECT PROCEDURES Page 9 of 10 EXHIBIT A (To be printed on Contractor's Letterhead) Date: EPN No.: Project Name: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF DENTON, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> <CITY INSPECTOR> AT < TELEPHONE NO.> PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 Date: EPN No.: Project Name: EXHIBIT B 0135 13 - 10 SPECIAL PROJECT PROCEDURES Page 10 of 10 10 NOTICE OF 11 TEMPORARY WATER SERVICE 12 INTERRUPTION 13 14 15 Due to utility improvements in your neighborhood, your water service will be 16 interrupted on 17 between the hours of and 18 19 20 IF YOU HAVE QUESTIONS ABOUT THIS DISRUPTION, PLEASE CALL: 21 22 23 <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 24 25 OR 26 27 <CITY INSPECTOR> AT < TELEPHONE NO.> 28 29 THIS SERVICE INTERRUPTION WILL BE AS SHORT AS POSSIBLE 30 31 Thank you, 32 , Contractor CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 45 23 - 1 TESTING AND INSPECTION SERVICES Page 1 of 3 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Denton Standard Specification 8 1. None 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered incidental to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. In accordance with Article 13 of the General Conditions, Contractor is 17 responsible for performing, coordinating, and payment of all inspections, tests, 18 re -tests, or approvals. 19 b. In accordance with Article 13 of the General Conditions, City is responsible for 20 performing and payment for first set additional independent testing chosen by 21 the City to be performed. 22 1) If the first independent test performed by the City fails, the Contractor is 23 responsible for payment of subsequent testing until a passing test occurs. 24 a) Final acceptance will not be issued by City until all required payments 25 for testing by Contractor have been paid in full. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Testing 29 1. Complete testing in accordance with the Contract Documents. 30 2. Coordination 31 a. When testing is required to be performed by the City, notify City, sufficiently 32 in advance, when testing is needed. 33 b. When testing is required to be completed by the Contractor, notify City, 34 sufficiently in advance, that testing will be performed. 35 3. Distribution of Testing Reports 36 a. Electronic Distribution 37 1) Provide all reports to Project Manager and their duly appointed 38 representative electronically via email. 39 4. Provide Project Manager's duly appointed representative with trip tickets for each 40 delivered load of Concrete or Lime material including the following information: CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 45 23 -2 TESTING AND INSPECTION SERVICES Page 2 of 3 1 a. Name of pit 2 b. Date of delivery 3 c. Material delivered 4 B. Inspection 5 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 6 perform work in accordance with the Contract Documents. 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Materials Testing Reports sealed by a Professional Engineer or Professional 11 Geoscientist licensed in the State of Texas. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 PART 3 - EXECUTION [NOT USED] 20 CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Denton Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered incidental to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and Project Manager and Project 39 Manager's duly authorized representative. 40 c. Coordination CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off -site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on -call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE -INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0157 13 -1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 01 5713 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan 16 a. Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for "Storm Water Pollution 20 Prevention Plan". 21 c. The price bid shall include: 22 1) Preparation of Storm Water Pollution Prevention Plan 23 2) Implementation 24 3) Permitting fees 25 4) Installation 26 5) Maintenance 27 6) Removal 28 1.3 REFERENCES 29 A. Abbreviations and Acronyms 30 1. Notice of Intent: NOI 31 2. Notice of Termination: NOT 32 3. Storm Water Pollution Prevention Plan: SWPPP 33 4. Texas Commission on Environmental Quality: TCEQ 34 5. Notice of Change: NOC 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0157 13 -2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 2. Integrated Storm Management (iSWM) Technical Manual for Construction 2 Controls 3 1.4 ADMINISTRATIVE REQUIREMENTS 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 2. As a condition of approval, applicants conducting land disturbing activities will complete the online construction site survey. This survey can be found at https://www.surveymonkey.com/r/HT2BDHZ B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Watershed Protection Department, Joetta Dailey (940) 349-7153 or David Hunter (940) 349-7123. 2) Provide erosion and sediment control in accordance with: a) Drawings b) TXR150000 General Permit c) SWPPP d) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at j ob site b) Send copy to City Watershed Protection Department, Joetta Dailey (940) 349 7153 or David Hunter (940) 349 7123. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Drawings b) TXR150000 General Permit c) SWPPP d) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Watershed Protection Department, Joetta Dailey (940) 349-7153 or David Hunter (940) 349-7123. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 0157 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 1.5 SUBMITTALS 2 A. SWPPP 3 1. Submit in accordance with Section 0133 00, except as stated herein. 4 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 5 as follows: 6 1) 1 copy to the Project Manager 7 a) Project Manager will forward to the City Watershed Protection 8 Department, Joetta Dailey (940) 349-7153 or David Hunter (940) 349- 9 7123 for review. 10 B. Modified SWPPP 11 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 12 in accordance with Section 01 33 00. 13 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS [NOT USED] 21 PART 3 - EXECUTION [NOT USED] 22 A. Implementation Instructions 23 1. See City of Denton Amendments to NCTCOG Specifications Item 201 Temporm 24 Erosion Control. 25 END OF SECTION 26 27 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 58 13 - 1 TEMPORARY PROJECTSIGNAGE Page 1 of 5 1 2 3 PART 1- GENERAL SECTION 0158 13 TEMPORARY PROJECT SIGNAGE 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Temporary Project Sign 15 a. Measurement 16 1) Measurement for this Item will be per each project sign installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" shall be paid for at the 20 unit price bid per each 'Temporary Project Sign." 21 c. The price bid shall include: 22 1) Installation of Temporary Project Sign 23 2) Excavation 24 3) Hauling 25 4) Disposal of excess Materials CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 015813-2 TEMPORARY PROJECTSIGNAGE Page 2 of 5 1 5) Maintenance and Repair of Signs During Construction 2 6) Removal and Disposal of Temporary Project Sign 3 1.3 REFERENCES [NOT USED] 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 16 A. Design Criteria 17 1. Provide freestanding Project Designation Sign as indicated below: CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 015813-3 TEMPORARY PROJECTSIGNAGE Page 3 of 5 UTY OF DENTON �O�'IN APITAL. �u 4µ -1-11V MPROV'EMEE g PR0GRAM DENTON 23.5" PROJiECT NAME CII"TY aN=,. DENTON CONTRACTOR CITY EINGINEER NAME 2 15- VV. TOIDD ESTES, P.E. ADDRESS I'H4U)349-8910 wwwJffiprov!ngdentcn.corrri PHONE 2 ....................................................................................................................................................................................................................................................................................... 1 e 2 The flag shall resemble the Texas Flag. The background of the stars and the "City of 3 Denton" lettering shall be blue. The lower bar of the flag shall be red, and the upper -A.' bar shall be white. The dimensions, from the farthest ends, 5 � shall be 12-inches vertically and 23.5-inches horizontally. MY The flag shall appear in the dimensions shown. The 01"" contractor may request a digital copy in either .jpg or Aif Djr,NTON format. 9 10 2. The Project Designation Sign shall be placed at strategic points with lettering as 11 needed to adequately describe the work. 12 3. Signs shall be painted white with blue letters and symbols. Letter size shall 13 conform to dimensions shown on sign drawing. Exceptions or variations from the 14 sign shown above shall not be allowed. 15 B. Materials 16 1. Sign 17 a. Constructed of %-inch fir plywood, grade A-C (exterior) or better M CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 015813-4 TEMPORARY PROJECTSIGNAGE Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Provide vertical installation at extents of project. 10 2. Signs shall be placed prior to beginning the Work and maintained until the end of 11 the project. 12 3. Relocate sign as needed, upon request of the City. 13 B. Mounting options 14 a. Skids 15 b. Posts 16 c. Barricade 17 3.5 -- 3.12 [NOT USED] 18 3.6 MAINTENANCE 19 A. General 20 1. Maintenance will include painting and repairs as needed or directed by the City. 21 3.7 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 015813-5 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 TEMPORARY PROJECTSIGNAGE Page 5 of 5 BID/ FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 5 A. Section Includes: 6 1. References for Product Requirements and Product Material Submittal Checklist 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located online as follows: 16 1. https://www.ciiyofdenton.com/CoD/media/Ciiy-of- 17 DentonBusiness/Development%20Reyiew/Materials-List.pdf 18 B. Only products specifically included on City's Product Material Submittal Checklist in 19 these Contract Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon specific 21 approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the Product Material Submittal Checklist. 24 1. The City reserves the right to not allow products to be used for certain projects even 25 though the product is listed on the Product Material Submittal Checklist. 26 D. Although a specific product is included on Product Material Submittal Checklist, not all 27 products from that manufacturer are approved for use, including but not limited to, that 28 manufacturer's standard product. 29 E. See Section 0133 00 for submittal requirements of Product Data included on Product 30 Material Submittal Checklist. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] Cd 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Denton Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered incidental to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. 34 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 35 containers designed and constructed to protect the contents from physical or 36 environmental damage. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 1 5. Clearly and fully mark and identify as to manufacturer, item and installation 2 location. 3 6. Provide manufacturer's instructions for storage and handling. 4 B. Handling Requirements 5 1. Handle products or equipment in accordance with these Contract Documents and 6 manufacturer's recommendations and instructions. 7 C. Storage Requirements 8 1. Store materials in accordance with manufacturer's recommendations and 9 requirements of these Specifications. 10 2. Make necessary provisions for safe storage of materials and equipment. 11 a. Place loose soil materials and materials to be incorporated into Work to prevent 12 damage to any part of Work or existing facilities and to maintain free access at 13 all times to all parts of Work and to utility service company installations in 14 vicinity of Work. 15 3. Keep materials and equipment neatly and compactly stored in locations that will 16 cause minimum inconvenience to other contractors, public travel, adjoining owners, 17 tenants and occupants. 18 a. Arrange storage to provide easy access for inspection. 19 4. Restrict storage to areas available on construction site for storage of material and 20 equipment as shown on Drawings, or approved by Project Manager or their duly 21 authorized representative. 22 5. Provide off -site storage and protection when on -site storage is not adequate. 23 a. Provide addresses of and access to off -site storage locations for inspection by 24 Pro] ect Manager or their duly authorized representative. 25 6. Do not use lawns, grass plots or other private property for storage purposes without 26 written permission of owner or other person in possession or control of premises. 27 7. Store in manufacturers' unopened containers. 28 8. Neatly, safely and compactly stack materials delivered and stored along line of 29 Work to avoid inconvenience and damage to property owners and general public 30 and maintain at least 3 feet from fire hydrant. 31 9. Keep public and private driveways and street crossings open. 32 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 33 satisfaction of Project Manager or their duly authorized representative. 34 a. Total length which materials may be distributed along route of construction at 35 one time is 1,000 linear feet, unless otherwise approved in writing by Project 36 Manager. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 -3.6 [NOT USED] 6 3.2 FIELD [OR] SITE QUALITY CONTROL 7 A. Tests and Inspections 8 1. Inspect all products or equipment delivered to the site prior to unloading. 9 B. Non -Conforming Work 10 1. Reject all products or equipment that are damaged, used or in any other way 11 unsatisfactory for use on the project. 12 3.3 SYSTEM STARTUP [NOT USED] 13 3.4 ADJUSTING [NOT USED] 14 3.5 CLEANING [NOT USED] 15 3.6 CLOSEOUT ACTIVITIES [NOT USED] 16 3.7 PROTECTION 17 A. Protect all products or equipment in accordance with manufacturer's written directions. 18 B. Store products or equipment in location to avoid physical damage to items while in 19 storage. 20 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 21 the manufacturer. 22 3.8 MAINTENANCE [NOT USED] 23 3.9 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 5 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating 9 supplies to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating 14 supplies to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating 19 supplies away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for 22 this Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 a) Transportation of Contractor's personnel, equipment, and operating 2 supplies from the Site including disassembly or temporarily securing 3 equipment, supplies, and other facilities as designated by the Contract 4 Documents necessary to suspend the Work. 5 b) Site Clean-up as designated in the Contract Documents 6 2) Remobilization 7 a) Transportation of Contractor's personnel, equipment, and operating 8 supplies to the Site necessary to resume the Work. 9 b) Establishment of necessary general facilities for the Contractor's 10 operation at the Site necessary to resume the Work. 11 3) No Payments will be made for: 12 a) Mobilization and Demobilization from one location to another on the 13 Site in the normal progress of performing the Work. 14 b) Stand-by or idle time 15 c) Lost profits 16 CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 5 1 B. Deviations from this City of Denton Standard Specification 2 1. None. 3 C. Related Specification Sections include, but are not necessarily limited to: 4 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 5 2. Division 1— General Requirements 6 1.2 PRICE AND PAYMENT PROCEDURES 7 A. Measurement and Payment 8 1. Mobilization and Demobilization 9 a. Measurement 10 1) This Item will be measured by the lump sum as the work progresses. 11 b. Payment 12 1) For this Item, the adjusted Contract amount will be calculated as the total 13 Contract amount less the lump sum for mobilization. Mobilization shall be 14 made in partial payments as follows: 15 a) When 1% of the adjusted Contract amount for construction Items is 16 earned, 50%of the mobilization lump sum bid will be paid. 17 b) When 5% of the adjusted Contract amount for construction Items is 18 earned, 75% of the mobilization lump sum bid will be paid. Previous 19 payments under the Item will be deducted from this amount. 20 c) When 10% of the adjusted Contract amount for construction Items is 21 earned, 100% of the mobilization lump sum bid will be paid. Previous 22 payments under the Item will be deducted from this amount. 23 d) A bid containing a total for "Mobilization" in excess of 10% of total 24 contract shall be considered unbalanced and a cause for consideration of 25 rejection. 26 c. The price bid shall include: 27 1) Mobilization of equipment to Site 28 2) Performance Bond 29 3) Payment Bond CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 4) Maintenance Bond 2 5) Remobilization as identified in the Contract Documents 3 6) Demobilization 4 d. No payments will be made for standby, idle time, or lost profits associated this 5 Item. 6 2. Remobilization for suspension of Work not identified in the Contract Documents, 7 as required by City 8 a. Measurement and Payment 9 1) This shall be submitted as a Contract Claim in accordance with Article 10 10 of Section 00 72 00. 11 2) No payments will be made for standby, idle time, or lost profits associated 12 with this Item. 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS [NOT USED] 16 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 - EXECUTION [NOT USED] 25 END OF SECTION 26 CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017123 -1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking to be provided by the Contractor. 7 2. Requirements for coordination with City to allow performance of as -built survey at 8 the Site. 9 B. Deviations from this City of Denton Standard Specification 10 1. None 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Staking 17 a. Measurement and Payment 18 1) Work associated with this Item is considered incidental to the various Items 19 bid. No separate payment will be allowed for this Item. 20 2. As -Built Survey 21 a. Measurement and Payment 22 1) Work associated with this Item is considered incidental to the various Items 23 bid. No separate payment will be allowed for this Item. 24 1.3 REFERENCES [NOT USED] 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS 27 A. Submittals, if required, shall be in accordance with Section 01 33 00. 28 B. All submittals shall be approved by the City prior to delivery. 29 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 30 A. Certificates 31 1. Provide certificate certifying that elevations and locations of improvements are in 32 conformance or non-conformance with requirements of the Contract Documents. 33 a. Certificate must be sealed by a registered professional land surveyor in the 34 State of Texas. 35 B. Field Quality Control Submittals 36 1. Documentation verifying accuracy of field engineering work. 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017123 -2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE 3 A. Construction Staking 4 1. Construction staking will be performed by the Contractor. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. Coordination a. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining staking. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to re - stake the deficient areas. B. As -built Survey I . As -built Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. It is the Contractor's responsibility to coordinate As -built Survey such that construction activities are not delayed or negatively impacted. c. Contractor shall coordinate construction operations with City sufficiently in advance and make provisions for City to perform as -built survey on various items indicated in Paragraph B.3.b. d. Contractor shall restore or replace all necessary control data damaged during construction operations. 1) Contractor shall perform replacements and/or restorations. 3. General a. As -built survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. b. The Contractor will ensure coordination is maintained with the City to allow performance of as -built survey to obtain construction features including, but not limited to, the following: 1) All Utility Lines a) Rim and flowline elevations and coordinates for each manhole or junction structure 2) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Every 250 linear feet (2) Horizontal and vertical points of inflection, curvature, etc. (All Fittings) (3) Cathodic protection test stations (4) Sampling stations (5) Meter boxes/vaults (All sizes) (6) Fire lines (7) Fire hydrants and valves (8) Gate valves and Butterfly Valves CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017123 -3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (9) Plugs, stubouts, dead-end lines 2 (10) Air Release valves (Manhole rim and vent pipe) 3 (11) Blow off valves (Manhole rim and valve lid) 4 (12) Pressure plane valves 5 (13) Cleaning wyes 6 (14) Casing pipe (each end) 7 b) Storm Sewer 8 (1) Top of pipe elevations and coordinates at the following locations: 9 (a) Every 250 linear feet 10 (b) Horizontal and vertical points of inflection, curvature, etc. 11 c) Sanitary Sewer 12 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 13 the following locations: 14 (a) Every 250 linear feet 15 (b) Horizontal and vertical points of inflection, curvature, etc. 16 (c) Cleanouts 17 c. As -built survey will be performed in order to maintain complete and accurate 18 logs of control and survey work associated with meeting or exceeding the line 19 and grade required by these Specifications. 20 d. The Contractor will ensure coordination is maintained with the City to allow 21 performance of as -built survey and verify control data including, but not limited 22 to, the following: 23 1) Verification that established benchmarks and control are accurate. 24 2) Use of Benchmarks to furnish and maintain all reference lines and grades 25 for tunneling. 26 3) Use of lines and grades to establish the location of the pipe. 27 4) Submit to the City copies of field notes, if requested, used to establish all 28 lines and grades and allow the City to check guidance system setup prior to 29 beginning each tunneling drive. 30 5) Provide access for the City, when requested, to verify the guidance system 31 and the line and grade of the carrier pipe on a daily basis. 32 6) The Contractor remains fully responsible for the accuracy of the work and 33 the correction of it, as required. 34 7) Monitor line and grade continuously during construction. 35 8) Record deviation with respect to design line and grade once at each pipe 36 joint and submit daily records to City. 37 9) If the installation does not meet the specified tolerances, immediately notify 38 the City and correct the installation in accordance with the Contract 39 Documents. 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD [SITE] CONDITIONS [NOT USED] 42 1.12 WARRANTY [NOT USED] 43 PART 2 - PRODUCTS [NOT USED] 44 45 CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 7123 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 APPLICATION 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD [OR] SITE QUALITY CONTROL 9 A. It is the Contractor's responsibility to maintain all stakes and control data in accordance 10 with this Specification. 11 B. Do not change or relocate stakes or control data without approval from the City. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Denton Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered incidental to the various Items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Scheduling 20 1. Schedule cleaning operations so that dust and other contaminants disturbed by 21 cleaning process will not fall on newly painted surfaces. 22 2. Schedule final cleaning upon completion of Work and immediately prior to final 23 inspection. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 STORAGE, AND HANDLING 30 A. Storage and Handling Requirements 31 1. Store cleaning products and cleaning wastes in containers specifically designed for 32 those materials. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 74 23 -3 CLEANING Page 3 of 4 1 6. Transport and deposit vegetative material removed as a result of work operations 2 off -site at a legal site in accordance with all applicable federal, state, and local laws 3 and regulations. 4 a. Removed vegetation will not be allowed to remain in piles or mounds on the 5 easement or surrounding property. 6 7. Handle materials in a controlled manner with as few handlings as possible. 7 8. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 8 this project. 9 9. Remove all signs of temporary construction and activities incidental to construction 10 of required permanent Work. 11 10. If project is not cleaned to the satisfaction of the City, the City reserves the right to 12 have the cleaning completed at the expense of the Contractor. 13 11. Do not burn on -site. 14 B. Intermediate Cleaning during Construction 15 1. Keep Work areas clean so as not to hinder health, safety or convenience of 16 personnel in existing facility operations. 17 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 18 3. Confine construction debris daily in strategically located container(s): 19 a. Cover to prevent blowing by wind 20 b. Store debris away from construction or operational activities 21 c. Haul from site at a minimum of once per week 22 4. Vacuum clean interior areas when ready to receive finish painting. 23 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 24 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 25 may become airborne or transported by flowing water during the storm. 26 C. Interior Final Cleaning 27 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 28 foreign materials from sight -exposed surfaces. 29 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 30 3. Wash and shine glazing and mirrors. 31 4. Polish glossy surfaces to a clear shine. 32 5. Ventilating systems 33 a. Clean permanent filters and replace disposable filters if units were operated 34 during construction. 35 b. Clean ducts, blowers and coils if units were operated without filters during 36 construction. 37 6. Replace all burned out lamps. 38 7. Broom clean process area floors. 39 8. Mop office and control room floors. 40 D. Exterior (Site or Right of Way) Final Cleaning 41 1. Remove trash and debris containers from site. 42 a. Re -seed areas disturbed by location of trash and debris containers. 43 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 44 that may hinder or disrupt the flow of traffic along the roadway. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 74 23 - 4 CLEANING Page 4 of 4 1 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 2 junction boxes and inlets. 3 4. If no longer required for maintenance of erosion facilities, and upon approval by 4 City, remove erosion control from site. 5 5. Clean signs, lights, signals, etc. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 4 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Denton Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered incidental to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to Project Manager. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 4 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the Project Manager and their duly appointed 16 representative that the Work is completed. 17 a. City reserves the right to deny request for Final Inspection if City determines 18 that the entire Work is not sufficiently complete to warrant a Final Inspection 19 b. The City will make an initial Final Inspection with the Contractor present. 20 c. Upon completion of this inspection, the City will notify the Contractor, in 21 writing within 10 business days, of any particulars in which this inspection 22 reveals that the Work is defective or incomplete. 23 2. Upon receiving written notice from the City, immediately undertake the Work 24 required to remedy deficiencies and complete the Work to the satisfaction of the 25 City. 26 3. Upon completion of Work associated with the items listed in the City's written 27 notice, inform the City, that the required Work has been completed. Upon receipt 28 of this notice, the City, in the presence of the Contractor, will make a subsequent 29 Final Inspection of the project. 30 4. Provide all special accessories required to place each item of equipment in full 31 operation. These special accessory items include, but are not limited to: 32 a. Specified spare parts 33 b. Adequate oil and grease as required for the first lubrication of the equipment 34 c. Initial fill up of all chemical tanks and fuel tanks 35 d. Light bulbs 36 e. Fuses 37 f. Vault keys 38 g. Handwheels 39 h. Other expendable items as required for initial start-up and operation of all 40 equipment CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 4 1 D. Notice of Project Completion 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory, the City will issue a Notice of Proj ect Completion. 4 E. Supporting Documentation 5 1. Coordinate with the City Project Representative to complete the following 6 additional forms: 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 10 d. Consent of Surety to Final Payment 11 F. Letter of Final Acceptance 12 1. Upon review and acceptance of Notice of Project Completion and Supporting 13 Documentation, in accordance with General Conditions, City will issue Letter of 14 Final Acceptance and release the Final Payment Request for payment. 15 G. Warranty Inspection for Wastewater Mains 16 1. A second television inspection conforming to the standards laid out in 17 NCTCOG Item 507.5.2 shall be started by the Contractor no sooner than 630 18 calendar days and finished no later than 690 calendar days after the date of 19 acceptance for the project by the City of Denton. 20 2. The second inspection shall include a complete televised inspection of each 21 manhole interior constructed or installed on the project (including cored 22 manholes). 23 a. Should the second inspection indicate repairs that need to be made, these will 24 be performed by the Contractor at no cost to the City. 25 3. Failure of the Contractor to perform the second inspection or to make repairs 26 indicated by the second inspection shall be sufficient grounds for the City to take 27 action through the terms of the Maintenance Bond for the project to perform the 28 second inspection and make any repairs indicated. 29 3.5 REPAIR / RESTORATION [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017719-4 CLOSEOUT REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 78 23 -1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Denton Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered incidental to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 78 23 -2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title ofProject 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Proj ect Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 78 23 -3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 78 23 -4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve J. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 01 78 23 -5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] Cd 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 B. Deviations from this City of Denton Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered incidental to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 22 Pro] ect Manager. 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE 27 A. Accuracy of Records 28 1. Thoroughly coordinate changes within the Record Documents, making adequate 29 and proper entries on each page of Specifications and each sheet of Drawings and 30 other Documents where such entry is required to show the change properly. 31 2. Accuracy of records shall be such that future search for items shown in the Contract 32 Documents may rely reasonably on information obtained from the approved Pro]ect 33 Record Documents. 34 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 35 information that the change has occurred. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 4. Provide factual information regarding all aspects of the Work, both concealed and 2 visible, to enable future modification of the Work to proceed without lengthy and 3 expensive site measurement, investigation and examination. 4 1.10 STORAGE AND HANDLING 5 A. Storage and Handling Requirements 6 1. Maintain the job set of Record Documents, which shall include the Drawings and 7 the Project Manual, completely protected from deterioration and from loss and 8 damage until completion of the Work and transfer of all recorded data to the final 9 Pro] ect Record Documents. 10 2. In the event of loss of recorded data, use means necessary to again secure the data 11 to the City's approval. 12 a. In such case, provide replacements to the standards originally required by the 13 Contract Documents. 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 18 2.2 RECORD DOCUMENTS 19 A. Job set 20 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21 charge to the Contractor, I complete set of all Documents comprising the Contract. 22 B. Final Record Documents 23 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24 the City I complete set of all Final Record Drawings in the Contract. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3 - EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION [NOT USED] 30 3.3 PREPARATION [NOT USED] 31 3.4 MAINTENANCE DOCUMENTS 32 A. Maintenance of Job Set 33 1. Immediately upon receipt of the job set, identify each of the Documents with the 34 title, "RECORD DOCUMENTS - JOB SET". The Job set shall include the 35 Drawings and the Project Manual. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings and Specifications 14 a. Record any deviations from Contract Documents on Drawings and in the 15 Specifications if applicable. 16 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 17 change by graphic line and note as required. 18 c. Date all entries. 19 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 20 e. In the event of overlapping changes, use different colors for the overlapping 21 changes. 22 5. Conversion of schematic layouts 23 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 24 ducts, and similar items, are shown schematically and are not intended to 25 portray precise physical layout. 26 1) Final physical arrangement is determined by the Contractor, subject to the 27 City's approval. 28 2) However, design of future modifications of the facility may require 29 accurate information as to the final physical layout of items which are 30 shown only schematically on the Drawings. 31 b. Show on the job set of Record Drawings, by dimension accurate to within 1 32 inch, the centerline of each run of items. 33 1) Final physical arrangement is determined by the Contractor, subject to the 34 City's approval. 35 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 36 ceiling plenum", "exposed", and the like). 37 3) Make all identification sufficiently descriptive that it may be related 38 reliably to the Specifications. 39 c. The City may waive the requirements for conversion of schematic layouts 40 where, in the City's judgment, conversion serves no useful purpose. However, 41 do not rely upon waivers being issued except as specifically issued in writing 42 by the City. 43 B. Final Project Record Documents 44 1. Transfer of data to Drawings and Specifications 45 a. Carefully transfer change data shown on the job set of Record Drawings and 46 Project Manual if applicable, to the corresponding final documents, 47 coordinating the changes as required. 48 b. Clearly indicate at each affected detail and other Drawing a full description of 49 changes made during construction, and the actual location of items. CITY OF DENTON BID / FILE NO. 6900 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 BID / FILE NO. 6900 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4111 EDITION - AMENDMENTS Page 1 of 25 NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION — FOURTH EDITION, DIVISION 200-800 AMENDMENTS The following specifications and definitions are intended to amend The October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction, and where conflicts exist these notes shall rule: Item Description 201 Temporary Erosion Control 201.11 Stabilized Construction Entrance 202.5 Sodding 202.6 Seeding Turf Grass 203.3 General Site Preparation 203.7 Embankment 301.2 Lime Treatment 301.5 Flexible Sub -base or Base 302.9 Asphalt Pavement (Materials Only) 303 Portland Cement Concrete Pavement 305.1 Concrete Curb & Gutter 305.2 Concrete Sidewalks 501.1 Underground Conduit Materials 501.7 Ductile Iron Pressure Pipe 501.7.4 Ductile Iron Fittings 501.14 Polyvinyl Chloride (PVC) Water Pipe 501.15 Polyvinyl Chloride (PVC) Pressure Rate Pipe & Fittings for Wastewater 501.17 Polyvinyl Chloride (PVC) Wastewater Pipe & Fittings 501.24 Fiberglass Wastewater Pipe & Fittings 502.1-A Concrete Manholes (Cast -in -Place) 502.1-B Concrete Manholes (Precast) 502.1-C Fiberglass Manholes 502.3 Fire Hydrant Assembly 502.6.2 Resilient Seated Gate Valve 502.6.3 Air Valves 502.8 Polyethylene Wrap for Metal Pipe and Fittings 502.10.3-A Water Service Connections (Small Diameter) 502.10.4 Sanitary Sewer Services 502.12.4 Core into Existing Manhole 503.2 Tunnel/Casing Pipe Spacers 503.3 Boring and Tunneling 507.4.5 Sewer Pipe Coupling 507.5.2 Television Inspection 801 Barricades, Detours, and Warning Signs SS01 Cut and Plug Existing Sewer Lines SS02 Abandon Existing Manhole SS03 Remove Existing Manhole CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 2 of 25 Item 201 Temporary Erosion Control General: This item shall govern the control measures required to prevent and control soil erosion from the work site. Construction Requirements: The contractor shall be responsible for providing temporary erosion control during the construction process according to the specifications and procedures outlined under NCTCOG Item 201. An erosion control plan must be submitted by the contractor and approved by the project engineer prior to beginning construction. The erosion control plan must specify the type and location of all erosion control devices and methods. The contractor is free to use any of the erosion control options specified under NCTCOG Item 201 to control erosion. Erosion control devices and methods must follow the specifications outlined under NCTCOG Item 201 and the corresponding detail drawings in Division 1000. All erosion control devices must be maintained and inspected through the construction process. All erosion control devices shall be inspected every 7 calendar days during construction. In the event that silt or construction debris does escape the immediate construction areas, the contractor shall be responsible for cleaning it up within 24 hours of the incident. This includes soil tracked out of the construction areas by the contractor's vehicles. If the project inspector sees that a certain erosion control method or location is not working, he may direct the contractor to correct the erosion control devices accordingly. Duration: All erosion control devices must remain in place until the disturbed soil in the work site is stabilized. Stabilization may be obtained through one of the following options: Seeding of the work zone until 70% of the disturbed area has vegetative coverage, sodding the disturbed area, placement of an erosion blanket over the disturbed area, or the application of organic mulching material to cover the disturbed area. All erosion control devices will require removal once approval is provided by Watershed Protection. NCTCOG Reference: Item 201 Payment: Payment will be subsidiary to the "Stormwater Pollution Prevention Plan." Removal of temporary erosion control measures is considered incidental. Item 201.11 Stabilized Construction Entrance General: This item shall govern the construction of a stabilized construction entrance to the work site to minimize the tracking of soil from the work site to City streets and roads. Materials: Stone and filter fabric shall meet the requirements of NCTCOG Item 201.11.2. Construction: The construction entrance shall be constructed according to NCTCOG Drawings 1070A and 1070B and in accordance with the provisions of NCTCOG Item 201.11.3. NCTCOG Reference: Item 201 Payment: Separate payment for stabilized construction entrances shall not be made. This shall be considered a subsidiary cost of Item 203.3 General Site Preparation. Item 202.5 Soddins General: This item provides for the preparation and placement of turf grass blocks or plugs upon all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Sod grass shall be placed according to the specifications listed under NCTCOG Item 202.5 and to the extents listed on the plans if so indicated. City approval on the location, amount and type of sod is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. This item includes labor, material, equipment, water, and fertilizer necessary to establish the sod grass prior to acceptance. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 3 of 25 NCTCOG Reference: Item 202.5 Payment: Payment for this item shall be at the contract unit price for each square yard of sod grass placed. Price shall be full compensation for furnishing of all materials and labor, including water and fertilizer required to establish the sod grass. Item 202.6 Seeding Turf Grass General: This item provides for the preparation and seeding of turf grass of all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. Installation: Turf grass shall be seeded on areas that have been stripped of vegetative cover due to construction activities. City approval on the location, amount and type of seed grass is required prior to placement. Failure to obtain City approval prior to placement may be cause for the City to reject payment. Turf grass may be seeded according to any of the methods listed under NCTCOG Item 202.6. This item includes labor, material, equipment, water, and fertilizer necessary to establish the broadcast seed prior to acceptance. Seed plantings must be sprouted prior to project acceptance and the Contractor must maintain the seeded area until 70% cover is achieved. NCTCOG Reference: Item 202.6 Measurement: Measurement and payment for seeding shall be based on the square yardage of seeded area. Payment: Payment for this item shall be at the contract unit price for seeding per square yard. Price should be full compensation for furnishing of all materials including water for seeding fertilizer slurry and maintaining growth. Item 203.3 General Site Prenaration General: This item shall consist of preparing the right-of-way or public easements for construction operations by the removal of all obstructions and disposal of the materials by the contractor. Disposal of removed materials is the responsibility of the contractor. Obstructions to be removed under this item are listed in NCTCOG Item 203.3.1. Exceptions to the obstructions list shall be noted on the plans or in the Special Contract Requirements. The contractor shall keep tree removal within the permanent utility easement or right-of-way to a minimum, only removing trees necessary to install the improvements unless otherwise noted on the construction plans. All properties shall be restored to the same or better condition than prior to the construction. Existing fencing, railing, gates and barriers that require removal during construction will be replaced with equal or better fencing, railing, gates and barriers at the end of the project. Payment for replacement fencing, railing, gates and barriers is considered subsidiary to this line item. NCTCOG Reference: Item 203.3 Payment: Payment for this item shall be at the contract lump sum for General Site Preparation. Item 203.7 Embankment General: This item shall consist of the placement and compaction of approved soils to the standards and surface grades as indicated by the construction plans or Special Contract Requirements. Construction: Embankment shall be constructed in accordance to NCTCOG Item 203.7.2. The base soil surface on which the embankment will be constructed shall be scarified or plowed to a minimum depth of 6 inches prior to the placement of any embankment layers. Embankment shall be compacted in layers not to exceed 8 inches in depth. Embankment shall be compacted to the requirements specified in the Special Contract Requirements. NCTCOG Reference: Item 203.7 CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 4 of 25 Payment: Payment for this item shall be at the contract unit price for each cubic yard of embankment material placed and compacted. Payment shall include all labor, equipment and materials required to place the embankment material and to establish the surface grades indicated on the construction plans. Item 301.2 Lime Treatment General: This item establishes the requirements for the treatment of pavement subgrades with hydrated lime. General requirements are found in NCTCOG section 301.2 with modifications listed below. Materials: Dry hydrated lime or slurry lime (commercial Grade 2 or Grade 3). Quicklime will be allowed upon City approval. Construction: All subgrade surfaces shall be shaped within 0.2 feet of finished grade before liming operations start Soft areas of the subgrade shall be removed and replaced with suitable soil prior to lime treatment. Lime shall be mixed at the minimum rate and to the minimum subgrade depth indicated on the plans or in the specifications. The final lime treated mixture shall pass the gradation requirements in the table below: Sieve Size Passing 1 3�4-m 100% 3�4-m 85% No. 4 60% The mixed material shall be compacted to the density specified in NCTCOG Item 301.2.3.6. A minimum of 72 hours of curing time after the initial mixing of the subgrade will be required before remixing is allowed and the placement of base courses or other construction activities are permitted. The treated subgrade shall be kept moist during the curing process to prevent cracking of the treated surface. If the pavement or other base courses are not to be placed within 14 days of final mixing, a seal coat conforming to NCTCOG Item 302.3.5.1 and NCTCOG Tables 302.3.5.1.(a) and 302.3.5. L(b) shall be applied to the treated subgrade surface. Payment: Payment shall be at the contract unit price per square yard of subgrade treated. Item 301.5 Flexible Subbase or Base (Crushed Stone/Concrete) General: This item shall govern the composition and placement of flexible base for use as a foundation course for other pavement courses or as a surface course. Flexible base may be used in lieu of treated subgrade if approved by the City Engineer and confirmed by the geotech report. At a minimum, depth of compacted flexible base shall meet minimum treated subgrade depth as shown on the City of Denton standard details. Material: The material shall be crushed stone, naturally occurring gravel or crushed concrete. The material shall adhere to the Grade 1 material requirements of Table 301.5.2.(a) of the NCTCOG specifications. Any material source shall be approved by the City before any work occurs. Construction: Preparation of the subgrade, course applications, density, and finish shall be in accordance with NCTCOG Item 301.5.2. If the existing subgrade is unsuitable, the subgrade materiel shall be removed and replaced with suitable subgrade material from the work site or with select backfill specified by the Owner's Representative. Payment: Payment shall be at the contract unit price per square yard of flexible base or subbase constructed in place to the full depth specified on the plans. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 5 of 25 Item 302.9 Asuhalt Pavement (Materials Only) General: This item shall govern the use of allowable asphalt pavement materials required for the construction of asphalt pavement. Aggregate Composition: Coarse aggregate, fine aggregate, sand and mineral filler shall adhere to the standards of NCTCOG Item 302.2. Aggregate gradation requirements shall conform to the asphalt mix design indicated on the plans or in the Special Contract Requirements. Bituminous Materials: Unless the plans or Special Contract Requirements specify otherwise, the asphaltic binder for asphalt pavement shall be PG 62-22 asphalt cement. Fibrous Reinforcement: Unless the plans or Special Contract Requirements specify otherwise, fibrous reinforcement of asphalt pavement will not be allowed. Paving Mixture: The paving mix design shall conform to the standard plan details or Special Contract Requirements. In general, only Type B, C, and D mix designs shall be allowed. Prime Coat: A priming coat is not required between pavement courses unless specifically called for on the plans or in the Special Contract Requirements. Tack Coat: Tack coat shall be a slow setting emulsified asphalt conforming to Type CSS-lh in NCTCOG Table 302.3.4.(c) unless otherwise specified in the plans or Special Contract Requirements. Item 303 Portland Cement Concrete Pavement General: This item shall govern the composition and construction of Portland cement concrete pavement to the standards and dimensions required by the plans and specifications. Materials: Aggregate Composition: Coarse and fine aggregates for concrete shall conform to the provisions of NCTCOG Item 303.2.1. Portland Cement: Portland cement shall conform to the provisions of NCTCOG Item 303.2.2. Chemical Admixtures: Chemical admixtures shall conform to the provisions of NCTCOG Item 303.2.3. Air entrainment admixtures shall be utilized to ensure total air content of the concrete between 4% and 6%. Water reducing and set retarding admixtures shall be approved on a project by project basis. Mineral Admixtures: Mineral admixtures shall conform to the provisions of NCTCOG Item 303.2.4. Maximum fly ash amount shall not exceed 25% by weight per cubic yard of concrete. Mineral Filler: Mineral filler will be allowed under the provisions of NCTCOG Item 303.2.5 and Table 303.2.5.(a). Fibrous Reinforcement: Fiber reinforcement is required for concrete sidewalk. Fiber shall be Fibermesh° 300 Synthetic Fiber as produced by Propex Concrete Systems or an approved equivalent. Application shall be 1.5 lbs of fiber per cubic yard of concrete with 1.5-inch long strands. Application shall follow the manufacturer's guidelines. ,Steel Reinforcement: Steel reinforcement shall be of the size and quantity as shown on the City of Denton standard details unless called for on the plans or in the Special Contract Requirements. Steel reinforcement shall conform to the standards of NCTCOG Item 303.2.9. Curing Materials: Curing material shall be a ASTM 309 Type 2, white pigmented curing compound unless otherwise noted on the plans or in the Special Contract Requirements. The use of mats, paper or film shall not be permitted for curing purposes. The compound and its application shall conform to NCTCOG Item 303.2.13. The compound shall be applied per the manufacturer's guidelines. Mix Design: Mix design shall be as called for on the plans or in the Special Contract Requirements. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4111 EDITION - AMENDMENTS Page 6 of 25 Construction: Concrete shall be mixed, delivered and placed per the requirements of NCTCOG Items 303.3, 303.4 and 303.5. Concrete shall not be placed if the temperature is less than 40 degrees F and falling but may be placed if the temperature is above 35 degrees F and rising. Contractor is responsible for any adverse impacts on the quality and strength of concrete placed due to weather related conditions. Under no circumstances shall concrete be placed upon frozen subgrade. Concrete must be placed within the time limits prescribed by NCTCOG Table 303.5.5.(a). Hand finishing of concrete pavement is only allowed in areas inaccessible to a finishing machine. See Section 3.1.A of the City of Denton Transportation Criteria Manual regarding placement method. Curing compound shall be applied immediately upon conclusion of finishing per NCTCOG Item 303.5.7. Curing compound shall be applied to the side pavement edge after the forms are removed and before the placement of soil. Excessive voids or honeycombing of the pavement edge may be cause for the rejection of the pavement section. When required, contraction or dummy joints shall be sawed into the concrete per the plans within 24 hours of placement. Unless otherwise noted in the plans or Special Contract Requirements, all vehicle traffic shall be excluded from the new concrete pavement for a minimum of 14 days. Payment: Payment shall be at the contract unit price per square yard of concrete placed at the design pavement thickness. Price shall include all concrete, steel reinforcement, form work, finishing work, jointing, sawing, sealing, and cleaning. Integral or monolithic concrete curb placed with the pavement shall not be included; it shall be paid for separately. Item 305.1 Concrete Curb & Gutter General: This item shall consist of Portland Cement Concrete Curb and Gutter installed separately from new concrete pavement. Materials: Concrete shall conform to the class called for on the plans or in the current City standard detail drawings. Steel reinforcement dowels, where required, shall be as called for on the plans or in the current City standard detail drawings. Construction: No concrete shall be placed if the temperature is less than 35 degrees F. Concrete curb and gutter shall be installed per the plans and according to the provisions of NCTCOG Item 305.1.3. Expansion joints shall be required every 200 feet of curb length per NCTCOG Item 305.1.3.4. One longitudinal dowel bar of 44 reinforcing steel two feet in length shall be required at every expansion joint. Backfilling: The curb and gutter shall be backfilled within seventy-two (72) hours of pouring. The backfill shall be of suitable material and compacted in a manner acceptable to the City. All backfill material shall be free of clods and rocks and compacted to a level even with the top of curb. Payment: Payment shall beat the contract unit price for concrete curb and gutter complete and in place. The unit price shall include backfilling of soil behind the curb. The unit price does not include the excavation or disposal of material required to install the curb and gutter. Item 305.2 Concrete Sidewalks General: This item governs the composition and construction of new concrete sidewalks. References: The contractor shall refer to Item 305.2 of the NCTCOG Specifications, and the Texas Accessibility Standards Section 4, Accessible Elements and Spaces: Scope and Technical Requirements for details not specifically called out in this specification, the plans, or the Special Contract Requirements. Construction: Sidewalk shall be installed per the plans and the most current City standard sidewalk details. Unless otherwise noted on the plans or Special Contract Requirements, the Contractor shall be responsible for identifying the extent of the public right-of-way or easements in which the sidewalk will be installed. Where a permanent obstruction is encountered and existing right-of-way or easement is insufficient for the full width of the proposed sidewalk, the sidewalk width may be reduced to thirty-six inches for the length of the obstruction. The path of the sidewalk around an obstruction shall utilize a gradual curve so as not to create a sharp bend around the obstruction. Where new concrete sidewalk adjoins an existing concrete sidewalk, curb and gutter, or driveway approach, an expansion joint shall be placed at the interface and the new sidewalk shall be connected to the existing concrete item with 6 inch long, 43 steel reinforcement dowel bars placed every 24 inches into mechanically drilled holes. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 7 of 25 The completed sidewalk must have an unobstructed vertical clearance of eighty inches for the entire length and width of the sidewalk. Trees, shrubs and brush that must be trimmed to complete this task must be cut and removed in a professional manner. Materials: Concrete mix design and steel reinforcement shall be as called for on the plans, in the current City standard detail drawings, or in the Special Contract Requirements. Fiber Reinforcement and curing compound shall conform to the provisions of Item 303 Portland Cement Concrete Pavement. Payment: Payment shall be made at the contract unit price per square yard of concrete sidewalk complete in place. Price shall include concrete, fiber reinforcement, reinforcing steel, joint material, and backfilling of soil along sidewalk. Contract unit price does not include the removal and disposal of any material required to install the new concrete sidewalk, including existing sidewalk. Item 501.1 Undersround Conduit Materials General: This item establishes the permissible conduit material types and size restrictions for water, sanitary sewer and drainage applications. No other conduit types shall be permitted unless specifically called for in the plans or Special Contract Requirements. Water: Conduit shall be either AWWA C900 PVC pipe, AWWA C151 Ductile Iron pipe, AWWA C303 Bar -wrapped Concrete Steel Cylinder pipe, or AWWA C200 Steel Water pipe. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 — 12 DR-14 AWWA C151 16 — 24 Special Thickness Class 52 AWWA C303 16 and larger Design Specific AWWA C200 36 and larger Design Specific Sanitary Sewer: Conduit shall be either AWWA C900/C905 PVC pipe (pressure rated applications only), ASTM D3034 PVC pipe, ASTM F679 PVC pipe, ASTM D3262 Fiberglass pipe, or ASTM F714 Solid Wall Polyethylene Plastic pipe (pipe -bursting applications only). Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material Diameter Range (in) Min. Thickness Class AWWA C900 6 - 12 DR-18 AWWA C905 14 and larger DR-18 ASTM D3034 6 — 15 SDR-35 ASTM F679 18 and larger PS 46 ASTM D3262 18 and larger PS 46 ASTM F714 6 and larger DR-1 lh Drainage: Conduit shall be either ASTM C76 Reinforced Concrete pipe, ASTM A760 Corrugated Aluminized Type 2 Steel pipe, or ASTM C789 and ASTM C850 Precast Reinforced Concrete Box Sections. Size and thickness restrictions for each pipe material type are given in the table below: Pipe Material ASTM C76 ASTM A760 ASTM C789 or C850 Diameter Range (in) 18 and larger 18-42 As manufactured CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 Min. Thickness Class Class III Design Specific Application Specific DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 8 of 25 Item 501.7 Ductile Iron Pressure Pipe General: This item shall govern the materials of construction and installation of Ductile Iron Pressure Pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, ductile iron pressure pipe shall conform to AWWA C-151 standards and have push -on joints conforming to AWWA Cl 11 standards. Where a pipe joint requires a mechanical joint connection or a flanged joint connection, an appropriately jointed pipe segment shall be furnished conforming to AWWA Cl l l or AWWA C110 standards. Pipe shall have a bituminous exterior coating and be exterior corrosion protected using an inner encasement of 8 mil "V-bio" enhanced polyethylene and an outer encasement of 4 mil cross linked polyethylene encasement per AWWA C-105. Pipe shall be interior corrosion protected using a cement mortar lining per AWWA C-104. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". The ductile iron pressure pipe and fittings shall be wrapped in two layers of polyethylene encasement prior to installation. The inner encasement shall be 8 mil "V-bio" enhanced polyethylene and the outer encasement shall be 4 mil cross linked polyethylene. Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. All fittings shall utilize mechanical joint restraints. All fittings shall include concrete thrust blocking for full design thrust. For 16 inch diameter and greater water lines, the water lines shall be restrained at the ductile iron fittings for full design thrust requirements. For 16 inch diameter and greater water lines the Contractor shall provide lay schedules developed by the pipe manufacturer showing the required restraint at fittings and at additional joints based on the design calculations for full thrust design. The lay schedule and design calculations from the pipe manufacturer shall be a part of the pipe submittal. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be as follows: 1.) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and mechanical joints restraints. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. 2.) For pipe diameters equal or greater than 30 inches, mechanical joints restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at all time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 "Purging and Disinfection of Water Conduits" and AWWA C651. Disinfection may be accomplished by either the continuous feed or slug feed methods. Interior surface of pipe shall be swabbed with a 1 to 5 percent hypochlorite disinfecting solution. Contractor shall submit a plan for flushing and disinfection for review and approval or make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 9 of 25 Item 501.7.4 Ductile Iron Fittings General: This item shall govern the material requirements of ductile iron fittings for use in water service supply. Installation of ductile iron fittings is described under the ductile iron and PVC pipe installation specifications. Materials: Unless otherwise noted on the plans or in the Special Contract Requirements fittings shall be made of ductile iron and conform to either AWWA C110 for standard fitting sizes 16" and larger or AWWA C153 for compact fitting only for 12" and smaller. Fitting sizes and dimensions shall be as called for on the plans. Fittings shall have a bituminous seal coating and a cement interior lining in accordance with AWWA C104. Fittings shall be wrapped in an inner encasement 8 mil "V-bio" enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene after installation. Fitting connection types shall be as called for on the plans or where unspecified, mechanical joint by mechanical joint. Bolting hardware shall conform to NCTCOG Item 501.7.4. Mechanical joints shall utilize T style bolts only. Flange connections shall utilize hex bolts only. Payment: There is no separate pay item for ductile iron fittings as they are considered a subsidiary cost of water or wastewater line pipe installation unless specified otherwise in the plans or Special Contract Requirements.. Item 501.14 Polvvinvl Chloride (PVC) Water Pipe General: This item shall govern the materials of construction and installation of PVC pipe for use in potable water distribution. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" with a minimum wall thickness of DR 14. PVC pipe shall be blue in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Water Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 506 "Water Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraint shall be concrete trust blocking only. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Water pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Pipe shall be purged and disinfected according to the provisions of NCTCOG Item 506.7 "Purging and Disinfection of Water Conduits" and AWWA C651. Disinfection may be accomplished by either the continuous feed or slug feed methods. Interior surface of pipe shall be swabbed with a 1 to 5 percent hypochlorite disinfecting solution. Contractor shall submit a plan for flushing and disinfection for review and approval or make modifications to the plan. Payment: Payment for this item shall be at the contract unit price per linear foot of water pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust blocking, testing and disinfection, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 10 of25 Item 501.15 Polwinvl Chloride (PVC) Pressure Rated Pine & Fittings for Wastewater General: This item shall govern the materials of construction and installation of PVC pipe and fittings for use in pressurized wastewater applications. Material: Unless otherwise noted on the plans or in the Special Contract Requirements, pipe shall meet AWWA specification C-900 for diameter sizes 4" through 12" and AWWA specification C-905 for diameter sizes 14" and greater. Minimum wall thickness shall be DR 18. PVC pipe shall be green in color if the application is for raw wastewater and purple if the application is for reuse. Any discoloration in the pipe shall be sufficient cause for rejection. Fittings shall be AWWA C907 PVC or AWWA C11O/C 153 ductile iron with Protecto 401 protective coating. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. The Contractor shall provide lay schedules developed by the pipe manufacturer showing the required restraint at fittings and at additional joints based on the design calculations for full thrust design. The lay schedule and design calculations from the pipe manufacturer shall be a part of the pipe submittal. Unless the plans or Special Contract Requirements indicate otherwise, thrust restraints shall be as follows: 1.) For pipe diameters less than or equal to 12 inches, concrete thrust blocking only. 2.) For pipe diameters greater than 12 inches but less than 30 inches, both concrete thrust blocking and mechanical joints restraints. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. 3.) For pipe diameters equal or greater than 30 inches, mechanical joints restraints only. Calculations for the mechanical joint restraints shall be determined by the pipe supplier and furnished for review by the City prior to installation. The concrete thrust blocking shall be installed at all pipe bends, tees, or pipe ends according to the thrust blocking details in the plans or the current City standard thrust blocking details. The maximum length of open trench at any time shall be 200 feet. Open trench at the end of the working day must be plated or barricaded from public access. Testing and Disinfection: Pipe shall be hydrostatically tested according to the provisions of NCTCOG Item 506.5 "Hydrostatic Test" and NCTCOG Table 506.5.(a). Payment: Payment for this item shall be at the contract unit price per linear foot of pressure rated wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, thrust blocking, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for water pipe installed under pavement. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 11 of25 Item 501.17 Polwinvl Chloride (PVC) Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of solid wall unplasticized polyvinyl chloride (PVC) wastewater pipe and fittings for gravity flow applications. Submittals: Submittals shall demonstrate that the solid wall PVC wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe and fittings shall meet the requirements of ASTM D3034 for pipe and fittings up through 15 inches in diameter. For diameters greater than 15 inches pipe and fittings shall meet the requirements of ASTM F679 with a pipe stiffness of 46 psi at 5% deflection. B. Wall thickness shall be SDR-35 unless otherwise noted on the plans or in the Special Contract Requirements. C. Fitting wall thickness shall match the main line pipe wall thickness. D. Pipe and fittings shall be green in color. Any discoloration in the pipe shall be sufficient cause for rejection. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 "Low Pressure air Testing". Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 "Flexible Pipe (Deflection) Testing". Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of solid wall PVC wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Item 501.24 Fiberglass Wastewater Pipe & Fittings General: This item describes the materials of construction and installation of fiberglass (glass -fiber reinforced thermosetting -resin) pipe and fittings for use in wastewater applications. Submittals: Submittals shall demonstrate that the fiberglass wastewater pipe and fittings meet all of the required standards of this item. Materials: A. Pipe intended for gravity flow applications shall meet the requirements of ASTM D3262 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D3840 standards and match the pipe stiffness. B. Pipe intended for pressure flow applications shall meet the requirements of ASTM D3754 for pipe stiffness of 46 psi at 5% deflection. Fittings shall conform to ASTM D5685 standards and match the pipe stiffness. C. Minimum wall thickness shall conform to Class PN25/SN46 for gravity flow pipe and Class PN150/SN46 for pressure flow pipe unless otherwise noted on the plans or in the Special Contract Requirements. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 12 of25 D. Joints shall utilize a gasketed coupling capable of spanning both ends of the pipe to be joined and conforming to ASTM D4161. The coupling pressure class shall match or exceed the pipe pressure class. Installation: Pipe and fittings shall be installed at the locations and in the quantities indicated on the plans or in the Special Contract Requirements. Pipe without a design profile shall be installed at the minimum depths required by the current City of Denton Wastewater Criteria Manual. Pipe shall be installed according to the provisions of NCTCOG Items 505 "General Conduit Installation" and 507 "Wastewater Conduit Installation". Trench width and depth shall be governed by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Installation under existing pavement shall require a pavement saw cut conforming to NCTCOG Item 402.3 "Sawing". Embedment and backfill shall be as required by the appropriate trench detail drawing in the plans or the current City trench detail drawing. Testing and Inspection: Pipe shall be air tested according to the provisions of NCTCOG Item 507.5.1.3 "Low Pressure air Testing". Pipe shall be deflection tested according to the provisions of NCTCOG Item 507.5.1.4 "Flexible Pipe (Deflection) Testing". Pipe shall be inspected by television in accordance with City of Denton Amendment Item 507.5.2. Payment: Payment for this item shall be at the contract unit price for each linear foot of fiberglass wastewater pipe installed. Unit price shall include pavement cut and repair, trench excavation, embedment, pipe and fitting, installation, backfill, testing, and temporary and permanent pavement repair if required, including but not limited to curb and gutter, driveway approach, sidewalks, and asphalt or concrete pavement repair. A separate unit price may be utilized to differentiate pipe installed under pavement from pipe installed in unpaved areas. Asphalt or concrete saw cut and removal shall be included in the unit price for sanitary sewer pipe installed under pavement. Item 502.1-A Concrete Manhole (Cast -in -Place) General: This item governs the construction of monolithic poured concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 "Manholes" NCTCOG Item 702 "Concrete Structures" Submittals: Submittals are required for the pipe -to -manhole connector, concrete mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner (if required). Material: A. Concrete - Concrete shall conform to the strength requirements called for on the plans or in the current City standard manhole detail. B. Pipe -to -Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be 0-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". D. Grout - Grout shall be non -shrink, high strength grout that meets ASTM C 1107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser — Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. HDPE and polypropylene risers shall only be used for manholes under existing or proposed pavement. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Installation: Page 13 of25 H. Interior Lining — Acceptable interior lining systems for concrete manholes are SpectraShield by CCI Spectrum, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. A. Manholes shall be constructed at the locations and to the dimensions indicated on the construction plans. Manholes shall be constructed according to the plan details or the current City standard manhole detail for the relevant manhole type. B. Rock foundation for concrete manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. C. Manhole construction shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. D. Construction joints are not allowed for cast -in -place concrete manholes. If a construction joint is required due to delays in concrete delivery, weather or any other cause the City Inspector or Engineer shall direct the type of construction joint to be installed before proceeding with the remaining concrete placement. Cost for the creation of the construction joint and any associated delay in the construction of the manhole shall be solely the responsibility of the Contractor. E. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. F. Cast -in -Place manholes shall not be backfilled for at least 12 hours after the forms have been removed. G. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. H. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene grade adjustment risers are utilized, the riser shall be installed and sealed per the manufacturer's specification. Gasket's and/or sealants shall provide a watertight seal between the adjoining elements. I. Interior and exterior grouting is required for all construction joints, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. J. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. K. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. L. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 14 of25 C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Item 5021-B Concrete Manholes (Precast) General: This item governs the installation of precast concrete manholes used in the wastewater collection system. References: NCTCOG Item 502.1 "Manholes" NCTCOG Item 702 "Concrete Structures" Submittals: Dimensioned submittals are required for the precast manhole sections. Material submittals are required for the pipe -to -manhole connector, bitumastic gaskets, wall wrap, grout, frame and cover, grade adjustment riser (if required), drop fittings and pipe (if required), and interior liner. Material: Installation: A. Concrete — Precast concrete sections shall conform to ASTM C478 standards. B. Pipe -to -Manhole Connector - Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. C. Bitumastic Gasket - Bitumastic gasket shall be 0-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Flexible Conduit Joint Sealant". D. Grout - Grout shall be non -shrink, high strength grout that meets ASTM Cl 107 standards. E. Frame and Cover - Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions and style. F. Grade Adjustment Riser — Grade adjustment riser shall be precast concrete manufactured in accordance to ASTM C478, HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. HDPE and polypropylene risers shall only be used for manholes under existing or proposed pavement. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. H. Interior Lining — Acceptable interior lining systems for concrete manholes are SpectraShield by CCI Spectrum, Inc., and SprayWall by Sprayroq, Inc. No other products are allowed. An interior liner is always required on precast concrete manholes. L Wall Wrap — Wrap shall be 6" wide extruded butyl adhesive tape, with a minimum 30 mil thickness and either an EPDM or HDPE plastic backing. A. Manholes shall be installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be installed according to the plan details or the current City standard manhole detail for the relevant manhole type. B. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2. L Thickness shall be as called for on the plans or in the current City standard detail. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 15 of25 C. Manhole installation shall follow the guidelines of NCTCOG Item 502.1.4 and NCTCOG Item 702.4 except where indicated below. D. One layer of bitumastic gasket is required between each precast concrete manhole section. E. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications. Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch nor less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inches or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. F. Frame and cover shall be placed with a minimum of one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where concrete grade adjustment risers are required, bitumastic gaskets shall be placed between each riser layer, the frame bottom and the cone top. Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be installed and sealed per the manufacturer's specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. G. Interior and exterior grouting is required at each manhole section joint, around the pipe penetration holes, between grade adjustment riser layers, and between the frame and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. H. Wall wrap is required to cover each external manhole section joint. The manhole exterior shall be cleaned and any chips or protrusions removed. A general purpose liquid or spray adhesive shall be applied to the exterior manhole wall 3 inches on either side of the section joint. The butyl wall wrap shall then be pressed or rolled over the section joint. L Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. J. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. K. Interior lining of a manhole shall be conducted only after the manhole has passed the low pressure air test described in NCTCOG Item 502.1.5.2. Lining shall be performed by a contractor certified by the manufacturer to field apply their product in accordance with the manufacturer's specifications. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be visually inspected inside and on the exterior portions above ground. Any form lines or honey combing shall be smoothed and grouted. C. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. Payment: Payment for this item shall be made at the contract unit price for each precast concrete manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 16 of25 Item 5021-C Fiber0ass Manhole General: This item governs the material of construction and installation of fiberglass manholes used in the wastewater collection system. Fiberglass manholes are to have prefabricated inverts and stubouts and be watertight. References: NCTCOG Item 502.1 "Manholes" Submittals: Dimensioned submittals are required for each fiberglass manhole. Material submittals are required for each fiberglass manhole. Material submittals are required for the concrete base mix design, bitumastic gaskets, grout, frame and cover, grade adjustment riser, and drop fittings and pipe (if required). Material: Installation: A. Concrete — Concrete shall conform to the strength requirements called for on the plans or in the current City standard fiberglass manhole detail. B. Bitumastic Gasket — Bitumastic gasket shall be 0-ring or preformed plastic or butyl rubber conforming to NCTCOG Item 502.7 "Preformed Felxible Conduit Joint Sealant". C. Fiberglass Manhole — Manhole shell shall conform to ASTM D3753 standards and NCTCOG Item 502.1.1.2 requirements. Each manhole submittal shall be dimensioned and show all stubouts. D. Grout —Grout shall be non -shrink, high strength grout that meets ASTM Cl 107 standards. E. Frame and Cover — Frame and cover shall be grey or ductile iron castings conforming to the requirements of NCTCOG Table 806.4.1.2.(a) "Iron Castings Standards". Workmanship shall adhere to NCTCOG Item 806.4.2. The frame and cover shall have a minimum clear opening of 30 inches and conform to the current City standard frame and cover detail for dimensions style. F. Grade Adjustment Riser — Grade adjustment riser shall be HDPE or polypropylene. HDPE and polypropylene risers shall have a minimum traffic loading of AASHTO HS-25. No other material is allowed. Riser shall have a minimum clear opening of 30 inches and be free of defects. G. Drop Manhole Pipe and Fittings — Pipe and fittings for drop manholes shall conform to the same standards as those for the mainline pipe material. Fitting and pipe dimensions shall match the size of the incoming pipe and shall conform to the current City standard drop manhole detail. A. Fiberglass manholes are only permitted where specifically called for on the plans or in the Special Contract Requirements. B. Fiberglass manholes shall be installed at the locations and to the dimensions indicated on the construction plans. Manholes shall be manufactured according to the plan details or the current City fiberglass manhole detail for the relevant manhole type. C. Rock foundation for manholes shall be Aggregate Grade 4 crushed rock as described in NCTCOG Item 504.2.2.1. Thickness shall be as called for on the plans or in the current City standard detail. D. Fiberglass manhole installation shall follow the guidelines of NCTCOG Item 502.1.4. E. Field joining of fiberglass manhole sections is only permitted when necessary to repair or adjust the manhole shell or invert. Joining shall be performed using a repair kit provided by the manhole manufacturer specifically for fiberglass repair. F. Concrete placement is only permitted if the temperature is equal to or greater than 40 degrees F and rising. G. Frame and cover shall not be directly placed on the fiberglass cone section, A grade adjustment riser is required between the frame casting and the cone. H. The final elevation of the frame and cover shall conform to the elevation called for on the plans with the following allowable modifications: Manholes installed in existing pavement shall have the top of the frame cover match as closely as possible the pavement elevation. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 17 of25 Manhole covers in parkway, lawns, or other improved lands shall be at an elevation of not more than 1 inch not less than one half 1/2 inch above the surrounding ground unless otherwise specified by the plans. Backfill shall provide a uniform slope from the top of the manhole casting for not less than 3 feet each direction to finished grade of the ground. Manholes in open fields, unimproved land, or drainage courses shall be at an elevation of not more than 12 inched and or less than 6 inches above the surrounding ground unless otherwise specified by the plans. Manholes in proposed paved areas shall have grade stakes with the finish elevation of the street. The final elevation of the frame cover shall conform to the final elevation of the street. No portion of the fiberglass manhole shell shall be left exposed above ground. L Frame and cover shall be placed with one layer of bitumastic gasket between the manhole cone/grade adjustment riser and the frame. No gaps will be allowed in the bitumastic gasket. Where HDPE or polypropylene grade adjustment risers are utilized, the risers shall be installed and sealed per the manufacturer's specification. Gaskets and/or sealants shall provide a watertight seal between the adjoining elements. J. Interior and exterior grouting is required between each grade adjustment riser layer, between the frame and riser, and between the riser and manhole cone. Grouting shall have a smooth finish and provide a watertight seal capable of permitting the manhole to pass the low pressure air test. K. Drop manholes and vented manholes shall be constructed as shown on the plans or in accordance with the current City standard detail. L. Backfilling requirements around the manhole shall conform to the standard trench detail relevant to the location of the manhole. Field Quality Control: A. No water shall be allowed to stand in the channel or on the shelf of a new manhole. B. The manhole shall be vacuum tested according to NCTCOG Item 502.1.5.2. If the fiberglass manhole is indicated as being a watertight manhole on the plans it must be able to pass the vacuum test with no measurable loss in air pressure to be accepted. Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfll around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop or Vented manholes shall be separate pay items also covered under this specification. The Drop or Vented Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop or Vented Manhole, including all pipe and fittings necessary to make the drop or vented outlet. Item 502.3 Fire Hvdrant Assemblv General: This item shall govern the manufacture and installation of fire hydrants and the associated fittings, appurtenances and valves for water supply service. Materials: Fire hydrants shall be Dry -Barrel type manufactured in compliance with AWWA standard C-502 and NCTCOG Item 502.3.1. Shut-off shall be with the flow. Operating nut shall be industry standard 1 11/2' pentagon (five -sided) that opens left (counter -clockwise). The main pumper nozzle shall be 4 11/2' in size and the two side nozzles shall be 2 11/2' in size. Fire hydrant color is to be blue caps and silver body. Lead pipe to the main shall be 6- inch AWWA C900 PVC water pipe conforming to Item 501.14 unless otherwise called for on the plans. Gate valve shall be a 6-inch resilient wedge gate valve (refer to City of Denton approved material checklist) conforming to Item 502.6.2 unless otherwise called for on the plans. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 18 of25 Installation: Fire hydrants and their associated lead line assemblies shall be installed at the locations and to the dimensions indicated on the plans or in the Special Contract Requirements. Fire hydrant assemblies shall be installed per the plan details or the current City standard detail. Installation shall follow the guidelines of NCTCOG Item 502.3.2 except where those guidelines conflict with the plans, details or Special Contract Requirements. Payment: Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant, the lead line, the gate valve, all appurtenances and fittings, and the valve box installation. Item 502.6.2 Resilient Seated Gate Valves General: This item shall govern the materials of construction and installation of resilient seated gate valves and their associated housings and appurtenances for water supply service. Material: Gate valves shall conform to AWWA C509 standards for valve sizes 3 inches through 12 inches. Gate valves shall conform to AWWA C515 standards for valve sizes 14 inches through 24 inches. Fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Gate valve components shall conform to the provisions of NCTCOG Item 502.6.2, where applicable. Each valve shall have the manufacturer's name plate cast into the body or bonnet showing the pressure rating, serial, model number, and the year manufactured. The year manufactured shall be equal to or one year less than the year of installation. The wedge encapsulation rubber shall be EPDM. Valve body and bonnet shall be epoxy coated, inside and out, with fusion bonded epoxy conforming to AWWA C550. Valve ends shall be as called for on the plans. Valve gear operators shall be as indicated on the plans, in the Special Contract Requirements or in the current City standard detail drawing. Valve boxes shall be three-piece screw type, cast or ductile iron conforming to ASTM A48 Class 35B strength requirements. Installation: Gate valves shall be installed at the locations and to the depths indicated on the plans or Special Contract Requirements. Gate valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Gate valves shall be installed in the vertical position unless otherwise noted on the plans or in the Special Contract Requirements, Gate valves shall be installed in accordance to NCTCOG Item 502.6.6 "Line Valve Installation". Gate valves shall be wrapped in shall be wrapped in an inner encasement 8 mil "V-bio" enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene prior to burial. Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). Item 502.6.3 Air Valves General: This item shall govern the manufacture and installation of air release, air/vacuum, and combination air valves and their associated housings and appurtenances for use in water distribution or wastewater collection systems. Material: Air valves shall meet the material requirements of AWWA C512 and NCTCOG Item 502.6.3.3 except that rubber shall be EPDM instead of Buna-N. Unless otherwise noted on the plans or in the Special Contract Requirements the air valve inlets and outlets shall conform to the provisions of NCTCOG Item 502.6.3.4. Air valves shall be rated for a minimum operating pressure of 200 psi. Air outlet piping, fittings, concrete mix design, valve box housing, vault frame and cover, and appurtenances shall be as indicated on the plans or in the Special Contract Requirements. Wastewater Air Valves: Air valves for use in wastewater collection systems must be designed specifically for that purpose. Unless otherwise noted on the plans or in the Special Contract Requirements, wastewater air valves must be A.R.I. Model D-025 Combination Air valves for 2 inch size and A.R.I. Model D-023 Combination Air valves for 3 inch or greater size. The model D-025 shall have a nylon body while the model D-023 shall have a stainless steel body. The D-023 models shall also have a non -slam valve. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 19 of25 Installation: Air valves shall be installed at the locations and to the dimensions shown on the plans or in the Special Contract Requirements. The plans shall indicate the type of air valve to be installed. Air valves shall be installed per the detail drawing on the plans or the current City standard detail drawing. Air valves shall be installed in accordance to NCTCOG Item 502.6.6 "Line Valve Installation". Payment: Payment shall be at the contract unit price for each air valve installed, complete in place. Unit price shall include excavation, all appurtenances and fittings, valve box installation, and vault construction (if required per the plans). Item 502.8 Polvethvlene Wrap for Metal Pipe and Fittinss General: This item governs the installation of protective film wrap required for metal pipe, fittings and appurtenances. Material: Polyethylene wrap sheets shall conform to AWWA C105 standards and be a minimum of shall be wrapped in an inner encasement 8 mil "V-bid' enhanced polyethylene and an outer encasement 4 mil cross linked polyethylene. Installation: Installation shall be per NCTCOG Item 502.8 except that every metal pipe or fitting shall be double - wrapped. The inner layer shall be wrapped in an inner encasement 8 mil "V-bid' enhanced polyethylene and an outer layer 4 mil cross linked polyethylene. Payment: There is no separate payment for polyethylene wrap, it is considered a subsidiary cost to the bid item for which it is required. Item 50210.3-A Water Service Connections (Small Diameter) General: This item shall govern the materials of manufacture and installation of water service connections up to 2 inches in size on new water distribution lines. Water Service connections for service lines in excess of 2 inches are handled under Item 502.10.3-B "Water Service Connections (Large Diameter)". Connections to existing or "live" water distribution lines shall not be covered by this item and are typically performed by City forces Materials: Material items for water service connections shall conform to the plans or current City standard details in dimension and type. Specific item requirements are listed below: Tapping Saddle: Saddle shall be a double strap brass/bronze saddle with a tapered (CC) tap thread conforming to AWWA C800. Corporation Valve: Corporation valve shall be a ball type valve made of brass conforming to AWWA C800 with a tapered (CC) inlet thread and a pack joint outlet connection. Service Line Tubing: Service line tubing shall Type K copper for F service lines and SDR-9 HDPE conforming to AWWA C901 standards for 2" service lines. Meter Valve: Meter valve shall be a 90-degree angled ball valve made of brass conforming to AWWA C800 with a pack joint inlet connection and a locking wing on the valve operator.Water Meter Cans: Can size shall be based on water meter size, not service line size. Water meter cans shall have a galvanized steel or cast-iron body with a notched meter outlet opening. Lids shall be cast iron with a key lock. Minimum can depth shall be 18 inches. 3/4" and F meter cans shall have minimum inside diameter of 24 inches. 1 11/2' and 2" meter cans shall have a minimum inside diameter of 27.5 inches. Installation: Tapping saddle, corporation valve, service line tubing, meter valve and water meter can shall be installed per the plans or current City standard detail. Construction of the service connection shall conform to NCTCOG Item 502.10.3 for the appropriate main line pipe material type except that direct tapping of PVC pipe is not allowed, it must be done with a service saddle. Service line installation under existing pavement shall be performed by directional drilling unless otherwise noted on the plans or Special Contract Requirements. The meter can shall be located in public right-of-way between the curb or pavement edge and the sidewalk. In cases where there is no sidewalk the can shall be installed with the outlet side at the right-of-way line. Meter cans shall be installed in unpaved surfaces only. Water meter installation is performed by the City. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 20 of 25 Payment: Payment for this item shall be at the contract unit price for each service connection installed. Payment shall include excavation, backfill and the installation of all items listed above. Item 502.10.4 Sanitary Sewer Services General: This item describes the materials, construction and installation of sanitary sewer service lines and fittings. References: NCTCOG Item 502.10.4 Submittals: Submittals shall contain enough information to show that the service line pipe and fittings meet the corresponding main line pipe specification standards and that the cleanout housing meets the dimensional standards of the standard detail. Materials: Installation: A. Service line pipe and fittings shall meet the requirements of the corresponding main line pipe to which it is connected. B. Cleanout box shall be as indicated on the plans or in the current City standard details. C. All pipe and fittings shall be green in color. Any pipe that is discolored may be rejected. D. Each joint of pipe shall have the manufacture's name, applicable ASTM standard, the nominal diameter, standard dimension ratio, and the extrusion date printed on the pipe. Submittal shall contain explanation of how to read manufacturer's date codes. 1. Wastewater service lines shall be installed at the locations and to the sizes indicated on the plans. In the event that the plans do not indicate this information, the service lines shall be installed following the current service line standards indicated in the Denton Wastewater Criteria Manual and the current City service line location detail. 2. Service line and fittings shall be installed according to the details on the plans or the current City standard service line detail. 3. Service lines shall be installed per NCTCOG Item 502.10.4 where applicable, and in accordance with the specifications governing mainline pipe installation. 4. Trench width shall be a minimum of the outside diameter of the pipe plus 8 inches. The maximum trench width for any service line size shall be 18 inches. 5. Embedment and backfill shall be as required on the standard service line detail drawing. 6. Service lines installed under existing pavement shall require temporary pavement repair in accordance to the trench detail for existing pavement unless otherwise noted on the plans or in the Special Contract Requirements. 7. The service line shall be pressure tested in accordance with NCTCOG Item 507.5.1.3 up to and including the new cleanout riser. Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill. All labor, equipment, and materials needed to properly install the sewer service shall be included in the contract price. Item 502.12.4 Core into Existins Manhole General: This item describes the procedure for coring into an existing manhole in order to install a new pipe connection. Submittals: Submittals shall demonstrate that the pipe -to -manhole connector and grout meet the required standards of this item. Material: A. Pipe -to -Manhole Connector — Connector shall be elastomeric PVC or rubber that meets ASTM C923 standards. B. Grout — Grout shall be non -shrink, high strength grout that meets ASTM C 1107 standards. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page21 of25 Execution: A. The new pipe connection shall be made using a coring method that utilizes a mechanical saw or drill. The use of pipe hammers or jackhammers is not allowed. B. The manhole wall shall be cored or cut to the elevation indicated on the plans. The cut or cored area shall be of sufficient size to allow the insertion of the new pipe and the pipe -to -manhole connector. If required, the bench area shall also be cut or cored to the width of the new conduit to ensure a continuous grade from the new conduit invert into the manhole invert. Care should be taken to minimize the hole size so that the amount of grouting is kept to a minimum. C. The Contractor shall keep debris from entering the wastewater flow stream in the existing manhole. This shall be done by either using a flow -through plug on the existing manhole pipe connections or by bypass pumping around the manhole. D. A pipe -to -manhole connector shall be attached to the sanitary sewer pipe where the sanitary sewer pipe and the manhole meet. E. The new sanitary sewer shall not protrude more than one inch into the manhole. F. The core hole and bench cut (if required) shall be thoroughly cleaned before the application of grout around the new pipe connection. G. Grout shall be applied to the full thickness of the manhole wall all around the new pipe connection to produce a watertight seal. The pipe -to -manhole connector shall be completely encapsulated within the grouted area. If a bench cut was required, the cut area shall be smoothed with grout. H. The excavated area shall be backfilled in accordance with the standard trench detail appropriate to the surface condition. Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and in the manhole. Item 503.2 Tunnel/Casins Pipe Spacers General: This item shall govern the manufacture and installation of pipe spacers for pipe installation in or casings. Material: Casing spacers shall be either high density polyethylene (HDPE) spacers conforming to ISO 9001:2000 strength and quality standards, or two-piece carbon or stainless -steel shell spacers. Spacers shall be completely circumferential in shape and coverage of the carrier pipe. Steel shell for steel spacers shall be a minimum 14-gauge thickness. Steel casing spacer runners shall be made of a dielectrically inert material. Carbon steel spacers shall have a corrosion resistant coating. Installation: Spacer placement shall be in accordance with the plans or the current City standard detail for casing pipe installation. Spacers shall be fastened onto the carrier pipe following the manufacturer's recommendation and/or guidelines. Payment: There is no separate payment for tunnel or casing pipe spacers or their installation. This is considered a subsidiary cost of the carrier pipe installation. Item 503.3 Borins and Tunnelins General: This item shall govern the materials of construction and installation of underground conduit by boring or tunneling. Installation of underground conduit by jacking is not allowed unless specifically called for in the plans or Special Contract Requirements. Casing Pipe Material: The casing pipe material, its dimensions and coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 22 of 25 Tunnel Liner Plate: Steel liner plate shall be allowed for tunnel diameters equal to or greater than 48 inches. Liner shall be 2-Flange type meeting AASHTO M218 or ASTM Al011. Thickness of the linear plate shall be determined by the linear plate manufacturer for the specific application and copies of the calculations provided to the City for review. Regardless of calculation the minimum plate thickness shall be 12 gauge. Coating/lining shall conform to the specifications indicated on the plans or in the Special Contract Requirements. Casing Pipe or Tunnel End Seal: Casing pipe or tunnels shall be sealed with non -shrink, high strength grout that meets ASTM Cl 107 standards. Alternatively, rubber end seals with stainless steel tightening bands are also permitted. Installation by Boring: Boring shall conform to all relevant portions of NCTCOG Item 503.3.3 "Construction Methods for Jacking, Boring or Tunneling". Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow. A 2-inch pilot hole bore shall be required prior to the casing pipe bore to establish alignment and grade. If the pilot bore exceeds the horizontal or vertical tolerance levels then the pilot hole shall be filled with grout and a new pilot hole bored. The casing pipe shall be advanced behind the auger bore utilizing the pilot hole as a guide. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Installation by Tunneling: Tunneling shall conform to all relevant portions of NCTCOG Item 503.3.3 "Construction Methods for Jacking, Boring or Tunneling". Vertical and horizontal alignment tolerance levels shall be as follows unless otherwise indicated on the plans or in the Special Contract Requirements: Horizontal: 1% of bore length for both water and sewer. Vertical: +/- 0.5% of indicated grade for water; +/- 0.2% of indicated grade for sewer with minimum allowable grade being 0.1% in the direction of flow. A pilot hole is not required in advance of tunneling. Tunneling shall utilize a guided tunnel boring machine (TBM) or shielded hand tunneling with a grade and alignment steering control mechanism. The casing pipe shall be advanced behind the tunneling operations as close as possible to minimize the area of unprotected excavation. Disposal of excavated material is the responsibility of the contractor per Item 107.25. Welding: Casing pipe joints shall be welded in accordance to AWWA C-206 standards and shall utilize full circumferential butt welds. After welding, the pipe liner and coating shall be repaired by using a field applied coating of an approved lining material. Field weld joints shall be visually inspected by a certified independent weld inspector for quality of welds in accordance with AWWA C-206. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, and welding required to install the encasement pipe or tunnel. Item 507.4.5 Sewer Pipe CouplinS General: This item describes the materials and installation of pipe couplings to join plain end sewer pipes of the same or different pipe material together. The use of couplings is not allowed for a connection greater than 48 inches in diameter. Submittals: A. Only those manufacturers whose sewer pipe couplings have been approved by the City of Denton will be allowed for use in the City's wastewater collection system. B. Submittals shall contain enough information to show that the sewer pipe coupling is the same as what has been approved by the City of Denton and meets or exceeds all standards listed within this specification. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page23 of25 Products: Acceptable Manufacturers and Products A. Onset Pipe Products, Inc., Shear Guard' Coupling, sizes 4" through 12", for both similar and dissimilar pipe materials and O.D.s. B. Straub Pipe Couplings, Inc., Flex model with EPDM gaskets, sizes 15" through 48", for similar pipe materials only. C. Multi Fittings Corporation, Plastic Trends Inc., or the Pipe Manufacturer, Manufactured Gasketed Coupling with rigid housing, sizes 15" through 48", for dissimilar pipe materials or pipe O.D.s. Installation: A. Pipe ends to be joined shall be thoroughly cleaned to remove all dirt or foreign material. B. The pipe coupling shall be installed per the manufacturer's guidelines. The coupling shall not be tightened to the extent that it causes deformation of either pipe end. C. Pipe couplings shall be encased in Class B concrete, according to the standard detail drawing. D. The Inspector shall inspect the installed coupling for tightness of fit prior to covering with concrete. Payment: Payment for this item shall be included in the unit price for pipe installation. Item 507.5.2 Television Inspection General: This item describes televised inspection of all new sanitary sewer lines and sanitary sewer services prior to final acceptance and at the end of the warranty period. Execution: A. The Contractor or a third party hired by the Contractor shall perform the televised inspection of the new sanitary sewer line. B. The person performing the inspection must be PACP (Pipeline Assessment & Certification Program) certified. C. The City of Denton Inspector shall be present during the television inspection, unless otherwise authorized in writing. D. The televised inspection shall commence only after the line has passed both air and mandrel test and the line has been thoroughly cleaned and vacuumed. E. Televised Inspection shall follow the procedures outlined in NCTCOG Item 507.5.2. F. The camera shall be centered in the middle of the pipe throughout the inspection. Inspection that is excessively off -centered may be cause for rejection. G. The camera shall proceed at a rate no faster than 30 feet per minute. Inspections that proceed at a greater rate may be rejected. H. The camera shall be stopped at each lateral connection and the camera head shall be rotated to inspect each lateral connection fully. Submittal: A. Video and log sheet information must comply with NCTCOG Item 507.5.2.1. B. Log sheet report must utilize PACP reporting standards. C. Video submittal shall be a digital mpeg file unless otherwise directed by the City's representative. Criteria for Repair: The Contractor shall make repairs or clean the line if the City notes problems, including but not limited to the following: A. Pulled or slipped joints. B. Rolled gaskets. C. Water infiltration. D. Cracked or damaged pipe. E. In pipes with gradients less than 0.7 percent, a maximum one-half inch of standing water will be allowed in 6" through 24" diameter pipes. In pipes with gradients 0.7 percent or greater, no standing water is allowed. The depths of standing water allowable for mains that are greater than 24" in diameter will be evaluated by the City. F. Structural damage to the pipe. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page 24 of 25 G. Services coming into the main at an angle other than according to the details. H. Services not installed on lots indicated by plans. I. Pipe has debris, soil or residue. Another televised inspection run at no additional cost is required after any repairs. Warranty Inspection: A second television inspection by the Contractor shall be started no sooner than 630 calendar days and finished no later than 690 calendar days after the date of acceptance for this project by the City of Denton. Should the Contractor fail to turn in a second original television inspection video with proper documentation to the City by the 690th calendar day, written notice to perform a second television inspection shall be given by the City to the Contractor and the Surety. If the Contractor or Surety fail to perform a second televised inspection within 10 calendar days of notification, then the City shall have the right with or without further notice, to perform a second television inspection or cause the same to be done, either by contract or otherwise at its option, and to pay for the cost of the second television inspection. If such cost of repairs, so made, shall not be paid by the Contractor or Surety upon receipt of notice of the amount thereof, the said City shall have the right of action on the Performance Bond; or in case the second television inspection shall not actually be made by the City after such failure on the part of the Contractor or Surety, the City shall have the right to ascertain and determine the cost of such repairs and to maintain an action against the said Contractor or Surety, or both under said bond, to recover the amount so determined in any court of competent jurisdiction, and the amount so determined shall be conclusive upon the Contractor and Surety in any action upon said bond. Payment: Payment for both the final acceptance and final warranty televised inspection of sanitary sewer and services shall be included in the price of new sanitary sewer pipe and services installed. Item 801 Barricade. Detours, and Warnins Signs General: This item provides for the cost of necessary barricading, warning signs and detours for the Contractor to perform public improvement work. A traffic control plan prepared by a civil engineer licensed in the State of Texas, conforming to the M.U.T.C.D., is to be submitted to the City prior to the start of construction. Barricading will conform to the M.U.T.C.D. At no time shall any property's access be completely blocked. The contractor will be required to notify by written notice all affected property owners or tenants at least 48 hours in advance of construction adjacent to each property. While driveways are closed due to utility construction, signage must be placed indicating the alternate driveway location. Signs marking temporary or alternate driveway locations should state the name of the business in block letters at least 4 inches high and include an arrow indicating the entrance. Driveway indicator signs may be mounted on T-posts. Traffic must be allowed to continue with as little interruption as possible. Street closings must be scheduled at least one week in advance so they may be advertised in the Denton Record -Chronicle. The Inspector must be supplied with a phone number that may be used if barricading becomes unsafe during non- working hours. Refer to the requirements listed under the General Provisions. NCTCOG Reference: Items 107.19 and 801 Payment: Payment for this item shall be at the contract lump sum for all work, equipment and signage necessary to completely barricade the project. Item SS01 Cut and Plus Existins Sewer Lines General: This item describes the cutting and plugging of abandoned sections of sanitary sewer. Materials: A. Concrete shall be Class "B" as defined by NCTCOG Item 702.2.4.2. B. Grout shall conform to ASTM C1107 standards. C. Manufactured cap or plug shall be PVC or HDPE conforming to the material standards of the pipe to be abandoned. Execution: A. Wherever indicated on the plans, the existing line to be abandoned shall be exposed and a two foot section of pipe shall be removed. If the cut and plug location is adjacent to a manhole that is to remain in service the pipe cut shall be no closer than two feet from the manhole wall. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG - 4TH EDITION - AMENDMENTS Page25 of25 B. The removed section of abandoned pipe shall be filled with concrete until both ends of the abandoned pipe are effectively sealed. C. Concrete shall be prevented from entering the manhole invert through the use of a pipe plug or some other suitable blocking agent. D. If the pipe to be abandoned is greater than 24 inches in diameter a manufactured cap or plug may be utilized to seal the abandoned pipe ends in lieu of concrete. The manufactured cap or plug must be grouted onto the abandoned pipe end to ensure a watertight seal. E. The excavation hole shall be backfilled per the standard trench detail appropriate for the surface condition. Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Item SS02 Abandon Existins Manhole General: This item describes the procedures for the abandonment of existing manholes. Materials: A. Concrete - Concrete shall conform to all sections of NCTCOG Item 702.2.4.2 for Class B concrete. B. Sand - Sand shall conform to Item 504.2.2.6 of the NCTCOG standards. Execution: A. Removal items or sections shall be indicated on the standard manhole abandonment detail. Removed items and sections shall be the property of the Contractor and must be disposed of in accordance to NCTCOG Item 107.25. B. Manhole outlets shall be plugged and the manhole filled according to the standard manhole abandonment detail. C. The area above the abandoned manhole shall be compacted with backfill according to the standard manhole abandonment detail. Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and backfill are included in the unit price. Item SS03 Remove Existins Manhole General: This item describes the procedures for the removal of existing manholes. Execution: A. Excavation shall be made around the manhole to be removed to a depth equivalent to the concrete base of the manhole. B. Connecting sewer lines shall be cut or broken where they enter the existing manhole. C. All parts of the manhole shall be removed and disposed of by the Contractor in accordance to NCTCOG Item 107.25. D. Each connecting sewer line shall be plugged with Class B concrete or capped with a manufactured watertight cap where the line is greater than 24 inches in diameter. Plugging shall follow the requirements of Item SSO1. E. The excavation hole shall be backfilled according to the standard trench detail for the appropriate surface cover condition. Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the unit price. CITY OF DENTON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2018 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 SPECIAL CONTRACT REQUIREMENTS AND BID ITEM DEFINITIONS As stated in the General Provisions, the October 2004 edition of the North Central Texas Council of Governments Standard Specifications for Public Works Construction will be utilized as a basis for both general and technical procedures to include types of materials and construction procedures used in construction projects in the City of Denton. The following specifications and definitions are intended to (1) highlight requirements in the NCTCOG found on most projects in the City of Denton, (2) make specific requirements for materials or procedures where the NCTCOG gives options, (3) specify provisions for deviation from the NCTCOG, and (4) define the bid items listed in the bid tabulation sheet. The following specifications are also cross referenced with NCTCOG specifications to aid in locating more specific requirements. Conflicts sometimes arise when City of Denton provisions conflict with either the plans for the proj ect or the North Central Texas Council of Governments Specifications. The following order of precedence shall generally be followed in case of conflicts; however, the City Engineer shall make the final determination: 1.City of Denton Plans 2.City of Denton Specifications 3.NCTCOG Standard Specifications (41h Edition) 4. TXDOT Standard Specifications for Construction of Highways, Streets, and Bridges (2004) Payment sections of the specifications include all material, labor, and equipment necessary to complete the proj ect. TxDOT Right -of -Way Locust and Elm Street is TxDOT right-of-way. All work within TxDOT right-of-way must be done in accordance with TxDOT standards and specifications. Accordingly, many of the pay items listed in the proposal reference TxDOT specifications. SC-1 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 DRAINAGE Excavation Protection General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal, it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. NCTCOG Reference: Item 107.19.3 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized. The preparation of trench safety plans are subsidiary to this item. Hydromulch This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 202.6. This item provides for the preparation and seeding of turf grass of all areas where vegetation is removed or damaged due to the construction of public service lines, facilities, roads or sidewalks. NCTCOG Reference: Item 202.6 Payment: Payment for this item shall be at the contract unit price for seeding per square yard. Price should be full compensation for furnishing of all materials including water for seeding fertilizer slurry and maintaining growth. Dewatering General: This bid item includes dewatering as needed for construction of the concrete box culverts due to groundwater entering the trench or upstream runoff entering the trench. NCTCOG Reference: Item 203.5.4 Payment: Payment for this item shall be made as a lump sum for the installation and maintenance of dewatering measures. Demolition General: This bid item includes the removal and disposal of asphalt, concrete channel bottom, channel rock wall, channel crossings, sidewalk, curb, fence, and RCP as needed for construction of the concrete box culverts per the demolition plan. SC-2 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG Reference: Item 203 Payment: Payment for these items shall be in accordance to the contract units as shown on the bid proposal. Payment shall include all labor, equipment and materials required to remove existing infrastructure as shown on the demolition plan. Tree Removal General: This bid item includes the removal and disposal trees as needed for construction of the concrete box culverts per the demolition plan. NCTCOG Reference: Item 202.1 Payment: Payment for this item shall be in accordance to the contract unit price per each tree. Payment shall include all labor, equipment and materials required to remove trees as shown on the demolition plan. Remove and Replace Stop Sign General: This bid item includes the removal and replacement of stop signs as needed for construction of the concrete box culverts and paving per the construction plans. NCTCOG Reference: Item 203.1.3.2 Payment: Payment for this item shall be in accordance to the contract unit price per each stop sign. Payment shall include all labor, equipment and materials required to remove and replace stop sign as shown on the construction plans. Embankment General: This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 203.7. This item shall consist of the placement and compaction of approved soils to the standards and surface grades as indicated by the construction plans. NCTCOG Reference: Item 203.7 Payment: Payment for this item shall be at the contract unit price for each cubic yard of embankment material placed and compacted. Payment shall include all labor, equipment and materials required to place the embankment material and to establish the surface grades indicated on the construction plans. Lime Treatment General: This bid item covers the application of lime to stabilize pavement subgrades. This item covers pavement associated with box culvert drainage within the Davis Bakery Parking Lot, Warren Court, or Wainright Street. This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 301.2. SC-3 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Payment: Payment shall be at the contract unit price per square yard of subgrade treated. Lime Material General: This bid item covers the quantity of lime required to stabilize pavement subgrades. This item covers pavement associated with box culvert drainage within the Davis Bakery Parking Lot, Warren Court, or Wainright Street. NCTCOG Reference: 301.2.1 Payment: Payment shall be at the contract unit price per ton of lime required to stabilize the pavement subgrade which price shall be full compensation for furnishing the material; for all freight involved; for all unloading, sorting and handling. Hot -Mix Asphalt Pavement General: These items shall govern the composition and construction of hot -mix asphaltic concrete pavement courses. This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 301.5 and 302.9 and NCTCOG Item 302.9.6. Payment: Payment shall be at the contract unit price per square yard of hot -mix asphalt pavement placed for the design thickness indicated on the plans. The unit price shall include all aggregate, asphalt binder, prime coat, tack coat and other materials required in the construction of the hot -mix asphalt pavement. Concrete Curb & Gutter General: This item shall consist of Portland Cement Concrete Curb and Gutter installed separately from new concrete pavement. This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 305.1. NCTCOG Reference: Item 305.1 Payment: Payment shall be at the contract unit price per linear foot for concrete curb and gutter complete and in place. The unit price shall include backfilling of soil behind the curb. The unit price does not include the excavation or disposal of material required to install the curb and gutter. Concrete Flume General: This item shall consist of Portland Cement Concrete flume installed as shown on the plans. NCTCOG Reference: Item 305.2 Payment: Payment shall be at the contract unit price per linear foot for concrete flume complete and in place. SC-4 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 4' Valley Gutter General: This item shall consist of 4' Portland Cement Concrete valley gutter installed on as shown on the plans. NCTCOG Reference: Item 305.2 Payment: Payment shall be at the contract unit price per linear foot for concrete valley gutter complete and in place. Concrete Sloped Paving General: This item shall consist of Portland Cement Concrete sloped paving. NCTCOG Reference: Item 305.2 Payment: Payment shall be at the contract unit price per square yard for the design thickness indicated on the plans, complete and in place. Concrete Sidewalk and Curb Ramps General: This item shall consist of concrete sidewalk and sidewalk curb ramps. This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 305.2. NCTCOG Reference: Item 305.2 Payment: Payment shall be made at the contract unit price per square yard of concrete sidewalk complete in place. Payment shall be made at the contract unit price per sidewalk curb ramp complete in place. Price shall include concrete, fiber reinforcement, reinforcing steel, joint material, and backfilling of soil along sidewalk. Contract unit price does not include the removal and disposal of any material required to install the new concrete sidewalk or curb ramp, including existing sidewalk and curb ramp. Concrete Driveway General: This item shall consist of concrete driveways as shown on plans. NCTCOG Reference: Item 305.2 Payment: Payment shall be made at the contract unit price per square yard of concrete driveway complete in place including all incidentals. Reinforced Concrete Pipe General: This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 501.1. This item provides for the reinforced concrete pipe for drainage. SC-5 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 NCTCOG Reference: Item 501.6 Payment: Payment will be paid for at the unit price bid per linear foot for "Reinforced Concrete Pipe" of the size and class specified. Payment shall be full compensation for furnishing and transporting the pipe; for preparation and shaping of beds; for placing and jointing of pipe; for fittings; for end finish; for all connections to existing and new structures; and for all labor, material, equipment and incidentals necessary to complete the pipe in accordance with the Contract Documents (in place complete). Payment for pipe will include trench excavation, bedding material and backfill. Trench safety or excavation safety, if needed, will be paid for separately. Flowable Fill General: This item covers the use of flowable fill for the abandonment of the existing drainage structures. NCTCOG Reference: Item 504.2.3.4 Payment: Payment shall be at the contract unit price per cubic yard, complete and in place. Headwalls and Winpwalls General: Provide in place Texas Department of Transportation standard headwalls, and applicable wingwalls as per details provided in plans or TxDOT details. NCTCOG Reference: 502.12 Materials and Construction: Concrete compressive strength shall match that which is shown in the plan details. All structures shall be formed unless precast structures are specifically approved by the Engineer. Payment: Payment shall be at the contract unit price per each structure. All other items shall be incidental. Cast in Place Box Culvert General: Provide in place box culverts as per details provided in plans. Item shall include excavation, bedding materials, and backfill within the limits of the trench as is required for construction of the box culverts. NCTCOG Reference: 502.12 Materials and Construction: Concrete shall be class S per specification Item 702 "Concrete Structures" with 4,OOOpsi strength at 28 days instead of the standard 3,600psi. Payment: Payment shall be at the contract unit price per linear foot for box culverts. All other items shall be incidental. Precast Box Culvert SC-6 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 General: This item shall govern installation of a precast box culverts at the locations shown on the plans and in accordance with the details in the plans. Item shall include excavation, bedding materials, and backfill within the limits of the trench as is required for construction of the box culverts. Materials and Construction: Installation shall be per NCTCOG Section 501.6. Box shall conform to ASTM C1433 or C1577. Provide cold applied preformed j oint sealant that meets the requirements of ASTM C990. Provide lay schedule submittal prior to manufacture of box. Payment: Payment shall be at the contract unit price per linear foot for box culverts. All other items shall be incidental. RCB Cross Connection General: This item shall consist of cross connections between cast -in -place or precast double barrel box culverts at the locations shown on the plans and in accordance with the details in the plans. NCTCOG Reference: 502.12 Payment: Payment shall be at the contract unit price per each RCB cross connection. All other items shall be incidental. Curb Inlet, Drop Inlet, and Manhole General: NCTCOG Item 702 shall govern for the construction of manholes, junction boxes, and inlets complete in place as per standard City of Denton detail sheets including all materials, labor, and equipment used therein. This item applies to structures outside TXDOT right of way. TXDOT item 465 shall govern for all manholes and TXDOT inlets where shown on plans. Manholes shall be monolithic poured in place. Junction boxes and inlets shall be formed. Depth restrictions may prevent the use of manhole forms, which may create the need to form a square box. Rings and covers shall be considered subsidiary to manholes, junction boxes, and inlets. Materials and Construction: Concrete used in construction shall be as specified per details provided in plans. Reinforcing steel shall be as specified on City of Denton detail sheets and of a quality as per Item 806. Backfill materials out of the streets shall be select granular backfill, and in the street shall be one -sack cement. Minimum cut around the structure to be 12" - maximum cut to be 24". Manholes shall be 4' inside dimension typically. Junction boxes are typically 5' inside wall to inside wall unless a special size or design is shown in plans. Inlets sizes shall be 10', 15', or 20'. Minimum curb inlet size shall be 10'. Maximum length of curb inlet at any curb location shall be 20' on each side of the street. Five-foot transitions on each side of the inlets will be required. Typical spacing of junction boxes and manholes (500') with inlets as per plans. Special inlets of extra width as per City of Denton standard details may be required to fit larger sizes of pipes or to eliminate large bends in SC-7 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 the storm sewer pipe. No steps will be installed in any manhole, inlet, or junction box located in the city of Denton. All construction operations will follow the Two -Phase Construction method where junction boxes and manholes are left down 18" from the top of curb grades for Phase I and inlets have the bottoms and half the walls poured. Phase H for the construction will include raising the manholes and junction boxes to finished grade and completing the walls, tops, and throats for the inlets. All holes dug up will be poured back with 3,000 psi concrete. Phase 11 will begin after curb and gutter has been laid and before any asphalt is applied to the road surface for inlets with manholes and valves beginning Phase H operations after the asphalt base course has been laid. Steel protruding upward shall be bent down between Phase I and Phase 11 construction. Frames and covers shall conform to shape and dimensions shown on the plans. Bearing surfaces shall be machined so that even bearing may be had in any position in which the cover is seated. Pick slots are required in the lids. Covers will meet the following strength requirements: 1. Located in the street traveled way - 400 lbs. 2. Located outside traveled way - 300 lbs. In the event that a PVC or clay tile sanitary sewer or water line is located so that it is necessary to build a junction box, inlet, or manhole with the utility running through it, the utility line will be replaced with Ductile Iron pipe through the structure and will be considered incidental to this item. Payment: Payment shall be at the contract unit price per each inlet, junction box, or manhole, complete in place. Price shall include rings and covers. Castings General: Provide and install inlet frames with covers for storm sewer inlets as specified in plans. Construct one frame and cover at each location for an inlet, regardless of the number of inlets that may be connected in series. One frame, ring, and cover shall be installed at each 10' inlet and each drop inlet, and two frame, rings and covers shall be installed at each 15' or 20' inlet. At least one frame, ring, and cover shall be placed at the location of the storm sewer pipe at each inlet. Grate inlets shall be as per City of Denton standard details. Covers shall be 300 lbs. in strength and shall include 1 minimum pick slot. Inlet Rings: Inlet ring & covers shall be locking. The cover dimension shall be 24 3/8", the internal ring opening shall be 21 3/4", and the greatest external dimension shall be 26 1/4". The height of the overall ring shall be six inches. The ring and cover shall have a weight of 155 pounds. Materials shall meet NCTCOG specs 806.4 Payment: This item shall be subsidiary to inlets and manholes with no separate pay for castings. SC-8 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 6' Chain Link Fence General: This item shall govern installation of a 6' chain link security fence at the locations shown on the plans and in accordance with the details in the plans. The security fence shall include extension arms with barbed wire as shown on the details, and shall be connected to the existing fence at each end as shown on the plans. NCTCOG Reference: Item 801.4 Payment: Payment shall be at the unit price bid per linear foot for 6' Chain Link Security Fence, and shall be full compensation for all posts, foundations, fencing fabric, gates, extension arms, barbed wire, and all necessary hardware as shown on the plans. PRD TY E HANDRAIL General: Provide in place Texas Department of Transportation standard PRD-13 TY E Handrail as per details provided in plans. Reference: TxDOT Item 450 Payment: Payment shall be at the contract unit price per linear foot. All other items shall be incidental. TxDOT Trench Pavement Repair General: This item shall consist of replacing existing pavement in TxDOT roads where disturbed by trench cuts for storm drain. This bid item is covered by the City of Denton standard Existing Pavement Storm Drain Backfill Detail as shown on the plans. NCTCOG Reference: Division 300 Roadway Construction Payment: Payment shall be at the contract unit price per linear foot for TxDOT trench pavement repair. CoD Trench Pavement Repair General: This item shall consist of replacing existing pavement in City of Denton roads where disturbed by trench cuts for storm drain. This bid item is covered by the City of Denton standard Existing Pavement Trench Asphalt and Existing Pavement Trench Concrete details. NCTCOG Reference: Division 300 Roadway Construction Payment: Payment shall be at the contract unit price per linear foot for CoD trench pavement repair. SC-9 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 WASTEWATER Excavation Protection General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal, it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. NCTCOG Reference: Item 107.19.3 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized. Concrete Manhole These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.1-A and 502.1-B. A separate pay item is included for additional manhole depth beyond six feet. The additional manhole depth shall be paid at the contact unit price per additional foot of depth required. For manhole installations which are located in street sections to be overlaid or reconstructed, the pavement repair shall match the temporary pavement repair for mainline pipe. For manhole installations which are located in street sections to be patched, the pavement repair shall match the patch pavement repair for mainline pipe. Payment: Payment for this item shall be made at the contract unit price for each concrete manhole constructed or installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. Drop, Vented or Lined manholes shall be separate pay items also covered under this specification. The Drop, Vented or Lined Manhole shall be at the contract unit price for that item and include all labor, equipment, and materials necessary to construct the Drop, Vented or Lined Manhole, including all pipe and fittings necessary to make the drop or vent outlet. Fiberglass Manholes These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.1-C. Payment differentiation is made for manholes with different diameters. A separate bid item is included for additional manhole depth beyond six feet. The additional manhole depth shall be paid at the contact unit price per additional foot of depth required. Payment: Payment for this item shall be made at the contract unit price for each fiberglass manhole installed. The unit price shall include all labor, equipment, and materials necessary to construct, install and backfill around the manhole as indicated on the plans. The unit price shall also include SC-10 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 any pavement, curb, sidewalk or driveway cut and repair required to install the manhole. 6" Sanitary Sewer Service Connection This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.10.4. All service lines are to be 6" in diameter with 6" sized fittings through the cleanout and cleanout wye. For cases where the existing service line is smaller than 6" a reducer fitting shall be required to connect to the existing service line size. For service line installations which are located in street sections to be overlaid or reconstructed, the pavement repair shall match the temporary pavement repair for mainline pipe. For service line installations which are located in street sections to be patched, the pavement repair shall match the patch pavement repair for mainline pipe. Payment: Payment for this item shall be at the contract unit price for each service line installed including embedment and backfill. All labor, equipment, and materials needed to properly install the sewer service shall be included in the contract price. Unit Price shall include any pavement, curb, sidewalk or driveway cut and repair required to install the service connection from the main to the cleanout. Unit price shall also include sod replacement if required. Core Into Existing Manhole This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.12.4. Additional modifications to the manhole specified on the construction plans are to be paid for under this bid item and shall not be paid for separately. Payment: Payment for this item shall be at the contract unit price for each cored pipe connection created in an existing manhole, including excavation, backfill, patching grout, connection materials furnished and cleanup of grout around and in the manhole. Carrier Pipe in Casing General: These bid items cover carrier pipe that will be installed in casing. Materials: Carrier pipe shall be as called for on the plans. If the plans are not specific, carrier pipe shall conform to the material provisions of Item 506 for water pipe or Item 507 for sanitary sewer described below. Casing pipe spacers shall conform to City of Denton Amendments to NCTCOG Specifications Item 503.2. End seals (if required) shall be as called for on the plans. Restrained joint fittings or restrained joint pipe are required for pressurized pipe in casing. Installation: Carrier pipe shall be installed according to the standard detail on the construction plans and any applicable sections of NCTCOG Item 503 "Trenchless Installation". Payment: Payment shall be made at the contract unit price per linear foot of carrier pipe installed in casing. Casing spacer placement, end seals, and restrained joint fittings shall be included in this bid item. Payment shall include all labor, equipment and material required to install the carrier pipe in the encasement pipe. Payment is differentiated by carrier pipe size and type. Steel Casing by Core SC-11 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 General: This bid item covers the installation of steel casing pipe through existing drainage structures which require coring or cutting of the drainage structure walls. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A bituminous exterior coating is required for steel casing pipe. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Patch concrete shall have a minimum 28-day compressive strength of 3,000 psi. Installation: The wall of the drainage structure shall be saw -cut or cored to a size sufficient to allow the insertion of the steel casing pipe. The existing concrete shall be doweled every 12" on center along the perimeter of the wall opening with #3 rebar to a minimum depth of 4". Once the casing is in place the dowels shall be inserted and the opening in the drainage structure wall shall be patched with concrete. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe by coring. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, coring, concrete repair and welding required to install the encasement pipe. Payment is differentiated by casing pipe size. Steel Casing by Bore/Tunnel This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 503 with additional provisions described below. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A bituminous exterior coating is required for steel casing pipe. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, grouting and welding required to install the encasement pipe. Payment is differentiated by casing pipe size. Concrete Encasement This item includes all labor, equipment and material needed to install a concrete encasement around the pipe in lieu of the standard trench embedment material. Concrete encasement shall follow the Class "G" Embedment detail on the construction plans. Reference: NCTCOG 504 Payment: Payment for this item shall be at the contract price for each linear foot of concrete encasement. Steel Casing by Open Cut SC-12 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 General: These bid items cover the installation of steel casing by open cut. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A bituminous exterior coating is required for steel casing pipe. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Installation: Installation shall follow the provisions of NCTCOG Item 505 "Open Cut — General Conduit Installation". Backfill shall be as called for in the plans and on the details. Embedment shall be crushed rock even if the carrier pipe is water. Welding: Welding shall conform to the provisions of City of Denton Amendments to NCTCOG Specifications Item 503.3. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by open cut. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, grouting, welding and pavement repair required to install the encasement pipe. Payment is differentiated by casing pipe size. Sanitary Sewer by Open Cut These bid items are covered by City of Denton Amendments to NCTCOG Specifications Items 501.1, 501.15, 501.17, and 501.24. Materials: Only pipe conforming to the materials provisions of City of Denton Amendments to NCTCOG Specifications Items 501.15, 501.17 or 501.24 shall be allowed. C900 or C905 pipe utilized for gravity sewer shall be green in color. Installation: Benching and/or sloping the trench is not allowed in paved areas or where indicated on the plans. Pavement Repair: The type of pavement repair is indicated on the plans and shall conform to the details provided in the plans. Pavement repair is considered a subsidiary cost of the pipe installation cost and is not paid for separately. Payment: Payment is differentiated by sanitary sewer pipe size, material, and/or pavement repair type. Carrier Pipe in Casing General: These bid items cover carrier pipe that will be installed in casing. Materials: Carrier pipe shall be as called for on the plans. If the plans are not specific, carrier pipe shall conform to the material provisions of the City of Denton Amendments to NCTCOG Specifications Item 501.17 for water pipe or Item 501.15 for sanitary sewer described below. Casing pipe spacers shall conform to City of Denton Amendments to NCTCOG Specifications Item 503.2. End seals (if required) shall be as called for on the plans. Restrained joint fittings or SC-13 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 restrained joint pipe are required for pressurized pipe in casing. Installation: Carrier pipe shall be installed according to the standard detail on the construction plans and any applicable sections of NCTCOG Item 503 "Trenchless Installation". Payment: Payment shall be made at the contract unit price per linear foot of carrier pipe installed in casing. Casing spacer placement, end seals, and restrained joint fittings shall be included in this bid item. Payment shall include all labor, equipment and material required to install the carrier pipe in the encasement pipe. Payment is differentiated by carrier pipe size and type. Cut and Plug Existing Sanitary Sewer Line This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item SSO1. Abandonment of existing sewer lines does not require filling the abandoned lines with flowable fill or any other material. Only those items listed on the plans or under the City of Denton Amendments to NCTCOG Specifications Item SSO1 regarding abandonment of existing lines shall be required. Payment: Payment for this item shall be at the contract unit price for each location where an abandoned sanitary sewer is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Abandon Existing Manhole This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item SS02. Payment: Payment shall be at the contract unit price for each existing manhole abandonment completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly abandon the manhole. Excavation and backfill are included in the unit price. Remove Existing Manhole This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item SS03. Plugging of incoming or outgoing lines is considered part of the work for this item and is not paid for separately. Payment: Payment shall be at the contract unit price for each existing manhole removal completed. The unit price shall include all the necessary labor, equipment, and materials needed to properly remove the manhole and plug all connecting sewer lines. Excavation and backfill are included in the unit price. Bypass Pumping General: This bid item covers the rental/purchase and operation of bypass pumping equipment, piping and fittings required to divert existing wastewater flows during installation of new sanitary sewer pipe and appurtenances as indicated on the plans or as employed by the contractor as part of his chosen means and methods. SC-14 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Reference: NCTCOG 504 Equipment: The bypass pumping unit shall have a minimum pumping capacity as indicated on the plans or as agreed to with the City in advance in the event that the contractor chooses to bypass pump in other locations. A standby pumping unit with equal capacity to that required for the pumping operation will be required on site during all bypass pumping in the event that the primary unit should fail. Piping and fittings shall convey bypassed flows without allowing spills into the working trench or surrounding work area. Operation: The Contractor shall prepare and review with the City a sequence of operation for each use of the bypass pumping unit and piping arrangement at least one week in advance of the bypass operation. The Contractor shall also notify the City one week in advance of the bypass operation so that arrangements can be made for City personnel to be on standby in case a disruption of service occurs. Under no circumstances will the bypass pumping unit be allowed to operate unattended. The Contractor shall be solely responsible for any spills or overflows that occur as a result of bypass pumping operations. Any fines or penalties that result from spills or overflows shall be paid by the Contractor to the appropriate authority. Payment: This is a lump sum payment item for all bypass pumping equipment, piping and fittings rented or purchased along with all labor required to assemble, operate and disassemble the bypass pumping unit and piping solely for the bypass pumping shown on the plans. No separate payment shall be made for bypass pumping applied elsewhere on the proj ect at the choice of the contractor. Temporary Manhole and Tie -over (Station 0+00) General: This bid item covers the construction of the temporary manhole and tie -over near Station 0+00. Materials: All materials shall conform to the provisions shown on the detail for the temporary manhole and tie -over in the construction plans. Installation: Construction of the temporary manhole and tie -over shall follow the provisions of the detail in the construction plans. Backfill around the temporary manhole and tie -over shall conform to backfill around manholes. Payment: This is a lump sum payment item for construction of the temporary manhole and tie - over near Station 0+00, Line SP1. Payment shall also include pavement cut and removal, soil removal and pavement repair. Service Connection at Station 4+39.26, Line F General: This bid item covers the installation of the sanitary sewer service at Station 4+39.26, Line F. Materials: Steel casing for the service through the drainage box shall conform to the specifications indicated on the construction plans. SC-15 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Payment: This is a lump sum payment item for the installation of the sanitary sewer service at Station 4+39.26, Line F and the steel casing through which it passes. Payment shall also include pavement cut and removal, soil removal and pavement repair. SC-16 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 WATER Excavation Protection General: Excavation protection, where required, shall be in strict compliance with NCTCOG Item 107.19.3 and the most current OSHA regulations. The Contractor shall submit three (3) copies of his site specific trench safety plan prepared by a licensed Professional Engineer in the State of Texas to the City prior to construction. The City will not review the submittal, it is simply a confirmation that the Contractor has prepared a trench safety plan as required by state and federal law. The City assumes no responsibility for trench safety and shall be held harmless under the indemnification clause of NCTCOG Item 107.19.3.2. Any changes in the trench excavation plan after initiation of construction will not be cause for an extension of time and will require a new submittal to the City. The Contractor accepts sole responsibility for compliance with all applicable safety requirements. NCTCOG Reference: Item 107.19.3 Payment: Payment for this item shall be at the contract unit price per linear foot of excavation protection measures utilized. Fire Hydrant Assembly This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 502.3. For fire hydrant lead lines which are located in street sections to be overlaid or reconstructed, the pavement repair shall match the temporary pavement repair for mainline pipe. For fire hydrant lead lines which are located in street sections to be patched, the pavement repair shall match the patch pavement repair for mainline pipe. Payment: Payment for this item shall include pavement removal and pavement repair required for the fire hydrant lead line. Payment shall be at the contract unit price for each fire hydrant assembly installed, complete in place. Unit price shall include excavation, backfill, the fire hydrant, the lead line, the gate valve, all appurtenances and fittings, and the valve box installation. Gate Valves These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.6.2. Payment is differentiated by valve size. Payment: Payment shall be at the contract unit price for each gate valve installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). Combination Air Valve (CAV) These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.6.3. SC-17 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Payment: Payment shall be at the contract unit price for each CAV installed, complete in place. Unit price shall include excavation and backfill for vaults, fittings and appurtenances, valve box installation and vault construction (if required per the plans). Water Service Connection These bid items are covered by City of Denton Amendments to NCTCOG Specifications Item 502.10.3-A. All service lines are to be 2" in diameter with 2" sized fittings through the angle meter valve unless specifically indicated otherwise on the plans. For cases where the water meter is not a 2" meter, a reducer flange shall be required on the back side of the angle meter valve to pipe the service down to the appropriate meter size. For service line installations which are located in street sections to be overlaid or reconstructed, the pavement repair shall match the temporary pavement repair for mainline pipe. For service line installations which are located in street sections to be patched, the pavement repair shall match the patch pavement repair for mainline pipe. Payment: Unit Price shall include any pavement, curb, sidewalk or driveway cut and repair required to install the service connection from the main to the meter can. Unit price shall also include sod replacement if required. Fire Service Connection General: This bid item covers the installation of a fire line from the water main to the right-of- way line where it shall reconnect to the existing fire line. It includes the installation of all fittings, valves and pipe required to make the connection. Materials: Valve shall be a gate valve conforming to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 502.6.2 and shall have the dimensions called for on the plans. Fittings shall conform to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 501.7.4. Pipe shall conform to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 501.14. Polyethylene wrap shall conform to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 502.8. Installation: The existing fire line shall be exposed and location, depth and size verified prior to laying the new fire line. The location of the new fire line may be adjusted from the plans to accommodate the existing fire line or other utility conflicts with the approval of the City Inspector. The new fire line shall have embedment and backfill requirements conforming to the standard trench detail for water main pipe. The existing pipe shall be cut and the new pipe connected utilizing mechanical joint fittings. For fire line installations which are located in street sections to be overlaid or reconstructed, the pavement repair shall match the temporary pavement repair for mainline pipe. For fire line installations which are located in street sections to be patched, the pavement repair shall match the patch pavement repair for mainline pipe. Payment: Unit Price shall include any pavement, curb, sidewalk or driveway cut and repair required to install the fire line connection from the main to the existing fire line. Unit price shall also include sod replacement if required. Carrier Pipe in Casing SC-18 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 General: These bid items cover carrier pipe that will be installed in casing. Materials: Carrier pipe shall be as called for on the plans. If the plans are not specific, carrier pipe shall conform to the material provisions of NCTCOG Item 506 for water pipe or Item 507 for sanitary sewer described below. Casing pipe spacers shall conform to City of Denton Amendments to NCTCOG Specifications Item 503.2. End seals (if required) shall be as called for on the plans. Restrained joint fittings or restrained joint pipe are required for pressurized pipe in casing. Installation: Carrier pipe shall be installed according to the standard detail on the construction plans and any applicable sections of NCTCOG Item 503 "Trenchless Installation". Payment: Payment shall be made at the contract unit price per linear foot of carrier pipe installed in casing. Casing spacer placement, end seals, and restrained joint fittings shall be included in this bid item. Payment shall include all labor, equipment and material required to install the carrier pipe in the encasement pipe. Payment is differentiated by carrier pipe size and type. Steel Casing by Bore/Tunnel This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 503 with additional provisions described below. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A bituminous exterior coating is required for steel casing pipe. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe by boring or tunneling. The installation of the carrier pipe shall not be included in this bid item. Casing spacer placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, grouting and welding required to install the encasement pipe. Payment is differentiated by casing pipe size. Steel Casing by Open Cut General: These bid items cover the installation of steel casing by open cut. Materials: Steel casing pipe shall be to the size and thickness called for on the plans. A bituminous exterior coating is required for steel casing pipe. An interior lining is not required. Submittals from the manufacturer shall be required showing that all standards are met. Installation: Installation shall follow the provisions of NCTCOG Item 505 "Open Cut — General Conduit Installation". Backfill shall be as called for in the plans and on the details. Embedment shall be crushed rock even if the carrier pipe is water. Welding: Welding shall conform to the provisions of City of Denton Amendments to NCTCOG Specifications Item 503.3. Payment: Payment shall be made at the contract unit price per linear foot of casing pipe installed by open cut. The installation of the carrier pipe shall not be included in this bid item. Casing spacer SC-19 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 placement and end seals shall not be included in this bid item; those items shall be subsidiary to the carrier pipe installation cost. Payment shall include all excavation, backfill, grouting, welding and pavement repair required to install the encasement pipe. Payment is differentiated by casing pipe size. Water by Open Cut These bid items are covered by City of Denton Amendments to NCTCOG Specifications Items 501.1, 501.7, 501.7.4, 501.14 and 502.8. Materials: Only pipe conforming to the materials provisions of City of Denton Amendments to NCTCOG Specifications Items 501.7 or 501.14 shall be allowed. Only fittings conforming to City of Denton Amendments to NCTCOG Specifications Item 501.7.4 shall be allowed. Only polyethylene encasement conforming to City of Denton Amendments to NCTCOG Specifications Item 502.8 shall be allowed. Installation: Benching and/or sloping the trench is not allowed in paved areas or where indicated on the plans. Pavement Repair: The type of pavement repair is indicated on the plans and shall conform to the details provided in the plans. Pavement repair is considered a subsidiary cost of the pipe installation cost and is not paid for separately. Payment: Payment is differentiated by water pipe size, material and/or pavement repair type. Tapping Sleeve Connection General: These bid items cover the connection of a new water line to an existing water line through the use of a tapping sleeve. It includes the installation of all fittings, valves and pipe required to make the connection. Materials: Tapping sleeve shall be of the dimensions called for on the plans and shall have a stainless steel housing and mechanical joint outlet connection. Valve shall be a gate valve conforming to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 502.6.2 and shall have the dimensions called for on the plans. Fittings shall conform to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 501.7.4. All fittings, valves and sleeves shall have mechanical joint connections unless otherwise noted on the plans. Polyethylene wrap shall conform to the material provisions of City of Denton Amendments to NCTCOG Specifications Item 502.8. Installation: Tapping sleeve and valve shall be installed in the presence of City of Denton Water Utility personnel. Only City of Denton personnel are allowed to operate live valves. Payment: Payment shall be at the contract unit price for each tapping sleeve connection made to an existing water line. Payment shall include all fittings, valve and pipe required to make the connection. Payment shall be differentiated by tapping size. Cut and Plug Existing Water Line SC-20 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 This bid item covers the plugging of existing water lines per City of Denton Amendments to NCTCOG Specifications Items 501.14 with the following changes: The pressurized or "live" side of an existing PVC or Ductile Iron water pipe cut shall be capped with a restrained ductile iron fitting and concrete thrust blocking shall be placed around the cap. The pressurized or "live" side of an existing Concrete Steel Cylinder water pipe shall be capped with a welded steel plate and the exposed metal shall be grouted. Payment: Payment for this item shall be at the contract unit price for each location where an existing water line is cut and plugged. The unit price shall include excavation, backfill, cutting and plugging of pipe and all material required. Remove Fire Hydrant Assembly General: This bid item covers the removal of an existing fire hydrant assembly. Execution: The fire hydrant lead line valve shall be closed and the valve stack removed. The fire hydrant shall be excavated and removed at the boot connection. The lead line at the boot connection shall be plugged with Class B concrete. The removed fire hydrant shall either be returned to the City of Denton Water Department or disposed of by the Contractor in conformity to NCTCOG Item 107.25. Return or disposal shall be the decision of the City. Payment: Payment for this bid item shall be at the contract unit price for each fire hydrant assembly removed. Remove Valve Stack General: This bid item covers the removal of an existing water valve stack. Execution: The water valve to be abandoned shall be closed. The valve stack shall be excavated and removed. The contractor shall backfill the excavation and dispose of the valve stack in conformity to NCTCOG Item 107.25. Valve stacks removed from pavement in street sections to be overlaid or reconstructed shall be backfilled with 750 — 1250 psi compressive strength concrete up to the street grade. Valve stacks removed from pavement in street sections to be patched shall be backfilled with Type C HMAC up to the street grade. Payment: Payment for this bid item shall be at the contract unit price for each valve stack removed. SC-21 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 COMMON Mobilization and Demobilization Reference: Section 0157 13 Payment: This Item will be measured by the lump sum as the work progresses. Payment shall be lump sum for all bonds provided for in the bid proposal. For this Item, the adjusted Contract amount will be calculated as the total Contract amount less the lump sum for mobilization. Mobilization shall be made in partial payments as follows: (1) When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. (2) When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. (3) When 10% of the adjusted Contract amount for construction Items is earned, 100% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. (4) A bid containing a total for "Mobilization" in excess of 10% of total contract shall be considered unbalanced and a cause for consideration of rejection. Stormwater Pollution Prevention Plan Reference: 01 57 13 Payment: The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Storm Water Pollution Prevention Plan". Temporary Proiect Sign Reference: Section 0158 13 Payment: Payment will beat the contract unit price for each Temporary Project Sign installed. Disposal of Materials Vegetative material removed as a result of work operations shall be transported off -site and deposited at a legal site in accordance with all applicable federal, state, and local laws and regulations. Removed vegetation will not be allowed to remain in piles or mounds on the easement or surrounding property. NCTCOG Reference: Item 107.25 Payment: No separate payment shall be made for disposal of vegetative materials. The disposal of vegetative materials shall be considered a subsidiary cost of General Site Preparation (Item 102). General Site Preparation SC-22 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 203.3. There are no exceptions to the NCTCOG obstructions list. Any site work required to complete the project which is not specifically addressed by a bid item is considered subsidiary to this bid item. Payment: Payment for this item shall be at the contract lump sum for General Site Preparation. Barricades, Warning Sims, and Detours General: The requirements of the City of Denton Amendments to NCTCOG Specifications Item 801 are applicable. Contractor shall maintain traffic flow at all times. Contractor shall provide alternate paths for pedestrians to travel for the duration of the project. The Contractor shall provide a detailed Traffic Control Plan (TCP) that complies with the Texas Manual of Uniform Traffic Control Devices. The TCP shall be sealed by a Professional Engineer registered in Texas, and shall be approved by the City for review prior to the issuance of the Notice to Proceed. Payment: Payment for this Item shall be at the unit price bid of Lump Sum. This price is full compensation for preparation of the TCP, and for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools and incidents. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. The quantity paid under this Item will not exceed the total quantity shown on the TCP plans except as modified by the change order. An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the Contract. Hot -Mix Asphalt Pavement General: These items shall govern the composition and construction of hot -mix asphaltic concrete pavement courses. This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 301.5 and 302.9 and NCTCOG Item 302.9.6. Payment: Payment shall be at the contract unit price per square yard of hot -mix asphalt pavement placed for the design thickness indicated on the plans. The unit price shall include all aggregate, asphalt binder, prime coat, tack coat and other materials required in the construction of the hot -mix asphalt pavement. Concrete Curb & Gutter This bid item is covered by City of Denton Amendments to NCTCOG Specifications Item 305.1. New curb and gutter installed as part of new water service, sewer service, fire service or fire hydrant lead lines is a subsidiary cost to those bid items and will not be paid for separately. See SC-23 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Concrete Curb & Gutter under Drainage for replacing concrete curb & gutter when curb and gutter is not a subsidiary cost. Remove Concrete Curb & Gutter General: This item shall govern the removal and disposal of existing concrete curb and gutter associated with street reconstruction or street overlay sections. Curb and gutter removal associated with water service, sewer service, fire service or fire hydrant lead lines is a subsidiary cost to those bid items and will not be paid for separately. Execution: Existing concrete curb and gutter to be removed shall be sawcut to the full depth according to NCTCOG Item 402.3 prior to removal so as to leave a clean and straight break between remaining curb and gutter and new curb and gutter. Disposal: Removed concrete curb and gutter is the property of the Contractor and shall be disposed of in accordance with NCTCOG Item 107.25. Payment: Payment shall be at the contract unit price per linear foot of concrete curb and gutter removed for the length indicated on the plans. The unit price shall include the cost to dispose of the removed concrete curb and gutter. Remove Asphalt Pavement General: These items shall govern the removal and disposal of asphalt pavement. Full depth removal: Asphalt pavement which is to be removed to the subgrade shall be sawcut to the full depth according to NCTCOG Item 402.3 prior to removal so as to leave a clean and straight break between remaining asphalt pavement and new asphalt pavement. Partial depth removal: Asphalt pavement which is to have only partial depth removal shall be milled to the appropriate depth using an asphalt milling machine. Loose asphalt shall be swept up and removed to leave a clean surface for the laying of tack coat and new asphalt courses. Disposal: Removed asphalt is the property of the Contractor and shall be disposed of in accordance with NCTCOG Item 107.25. Payment: Payment shall be at the contract unit price per square yard of asphalt pavement removed for the thickness indicated on the plans or on the bid tabulation sheets. The unit price shall include the cost to dispose of the removed pavement. Fiber Conduit Reference: TxDOT Item 618 Payment: Payment for fiber conduit shall be at the contract unit price per linear foot of the type, size, and number of parallel conduit specified complete. Payment for connecting fiber conduit to an existing box shall be at the contract unit price of lump sum. The unit price shall be full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, SC-24 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 trenching, and furnishing and placing backfill; encasing in steel or concrete; replacing pavement, sod, riprap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, and expansion joints; and materials, equipment, labor, tools, and incidentals. Traffic Fiber Pull Box Reference: TxDOT Item 624 Payment: Payment shall be at the contract unit price per box installed. This price is full compensation for excavating and backfilling; constructing, furnishing, and installing ground boxes and concrete aprons; and material, equipment, labor, tools, and incidentals. Portable Changeable Message Sign (PCMS) The contractor shall install a total of four (4) Portable Changeable Message Signs (PCMS) at the locations described herein. Place one PCMS at each end of the project on Elm and Locust starting one week prior to beginning construction and showing the start date. The signs shall be used throughout the project, but not necessarily for the entire duration of the project and shall be updated regularly to advise the public of lane closures, changing of traffic control, etc. The contractor shall coordinate with the City inspector with regard to the messages placed on the signs. The sign shall be a self-contained unit, with a message board capable of being elevated to at least 7 feet above the ground to the bottom of the sign and be capable of being secured against movement in any direction. The sign must have at least three lines of text and at least ten characters per line, with character heights of at least eighteen inches. The sign must be trailer mounted with leveling jacks and trailer lights. Power must be from a generator or solar power or both. The sign controller must be capable of storing multiple messages and displaying up to three messages sequentially. Controller equipment shall be in a lockable enclosure. The PCMS units shall be placed one week prior to beginning construction, and must remain operative and in place until all construction is complete. The PCMS units may be moved during construction at the direction of the City inspector. Payment: Payment for the Portable Changeable Message Sign will be at the unit price bid per calendar day per sign, and shall be full compensation for providing, setting up, relocating, removing, and maintaining the units, and all fuel, batteries, lights and replacement parts needed for operation of the units. Payment will begin one week prior to the beginning of construction (date to be set at the Preconstruction conference) and continue to the end of construction. Total days shown in the proposal are 300 days for each of four PCMS (calculated as approximately half the contract days for each of the four signs), for a total of 1,200 calendar days. Pavement Markings Type I -A. Type I -A shall contain a face that reflects amber light. The body, other than the reflective face, shall be yellow. Type I-C. Type I-C shall contain a face that reflects white light. The body, other than the reflective face, shall be white. Type I-R. Type I-R shall contain one (1) face that reflects red light. The body, other SC-25 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 than the reflective face, shall be white. Type II -A -A. Type II -A -A shall contain two (2) reflective faces oriented 180 degrees to each other, each of which shall reflect amber light. The body, other than the reflective faces, shall be yellow. Type II-C-R. Type II-C-R shall contain two (2) reflective faces oriented 180 degrees to each other, one (1) of which shall reflect white light and one (1) of which shall reflect red light. The body, other than the reflective faces, shall be white. Nonreflectorized traffic buttons shall be of the following types: Type W. Type W shall have a white body and no reflective faces. Type Y. Type Y shall have a yellow body and no reflective faces. Unless specified in the construction plans or the special contract definitions of these specifications, lane lines shall be Type I-C, centerlines shall be Type II -A -A. If nonreflectorized traffic buttons are specified, lane lines shall be Type W, centerlines shall be Type Y. Epoxy Appearance Requirements: The outer surface of the pavement marker shall be smooth except for the molding or stamping of the manufacturer's unique model imprint. All corners and edges exposed to traffic shall be rounded. The interface between the reflective face(s) and the body of the marker shall be solid. The bottom surface of pavement markers shall have a minimum roughness comparable to that of fine sandpaper, but shall not be of such roughness or grooved such that air will be entrapped when pressed into the adhesive. Where epoxy is required, Epoxy shall meet the minimum requirements of TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges Item 575 and TxDOT Departmental Material Specification D-9-6100. Epoxy shall be machine mixed. Epoxies acceptable for binding raised pavement markings to concrete surfaces are as follows: Types I and I-M: Rapid setting marker adhesive for use when a very fast set is required or if markers must be placed when pavement temperature is below 50 F / IOC. Types II, II-M, and II -MA: Medium setting marker adhesive. Types III and III-M: Standard setting marker adhesive Types IV and IV-M: Slow setting marker adhesive for use when setting time is not a consideration. SC-26 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Those adhesives designated as Types I through IV are intended for had mixing and application. On projects where the adhesive is to be handled by automatic metering, mixing and application equipment, Types I-M through IV-M which are designated specifically for machine application, shall be used. Type II -MA adhesive is designated for placement of all-weather markers. For all types of marker adhesives, the resin component shall be pigmented white and the hardener component black. The type of adhesive to be used for placing ceramic or plastic markers on a specific project shall be based upon the setting time required under the prevailing weather and traffic conditions and approved by the Engineer. Prior to use, each component shall be stirred to redisperse any settling or separation of the fillers and liquid portions until a uniform color and appearance obtained. No addition of solvents shall be allowed unless indicated by the manufacturer or approved by the Engineer. Bituminous Adhesive For Pavement Markers: Where Bituminous Adhesive is required, bituminous adhesive shall meet the minimum requirements of TxDOT Departmental Material Specification D-9-6130. The adhesive shall be suitable for bonding ceramic and plastic markers to Portland cement concrete, asphaltic concrete and chip -sealed road surfaces and applicable when road surface and marker temperatures are in the approximate range of 4 to 71 °C (40 to 160 F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218 °C (425 F) using either air or oil jacketed melters. Construction: Pavement surface preparation for pavement markings shall be done in accordance with Item 678 of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Each class of raised pavement markers shall come from the same manufacturer. Surfaces to which markers are to be attached by an adhesive shall be prepared by any method approved by the Engineer to ensure that the surface is free of dirt, curing compound, grease, oil, moisture, any other material which would adversely affect the adhesive bond. Payment for the preparation of the surface for installation of raised pavement markers shall be paid in this bid item. Guides shall be established to mark the lateral location of the pavement markings in the location as shown on the construction plans. The location shall be verified before the pavement markings are placed. The guides shall not leave a permanent marking on the road surface. Pavement markers shall be placed in accordance to the construction plans. The markers shall be in alignment when placed and not deviate by more than two inches. Any markers placed and deemed unsatisfactory be the Engineer shall be relaid at the contractors expense. SC-27 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 The contractor shall use bituminous adhesive for Class A, B, C, and D markers on bituminous pavement. The contractor shall use epoxy adhesive for Class A, B, C, and D markers on portland cement as well as Class E for bituminous pavement and portland cement. The epoxy shall be applied in sufficient quantity such that 100% of the bonding area of the raised pavement marker shall be in contact with the adhesive and such that the raised pavement markers are seated on a continuous layer of adhesive and not in contact with the pavement surface, except for Class E. Adhesive shall be applied in accordance with manufacturers specifications except where different in these specifications. Where bituminous adhesive is required, the pavement and raised pavement markers shall be at least 40 F / 5 'C. The bituminous adhesive shall not be heated above 400 F / 205 'C. The bituminous adhesive shall be agitated intermittently to ensure even heat distribution. Raised pavement markers shall be placed immediately after the adhesive is applied and shall be firmly bonded to the pavement. The raised pavement marker surfaces, especially the reflective surfaces, shall be free of adhesive. Reflectorized Pavement Markings General: This item shall govern the installation reflectorized pavement markings of the types, colors, shapes, sizes, thickness and widths as shown. Materials: Materials used shall be classified in accordance with TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges Item 666: Type I Marking Materials. Type I markings are thermoplastic materials that require heating to elevate the temperatures for applications. Type I marking materials shall conform to TxDOT Departmental Materials Specifications D-9-8220. Each container of Type I marking material shall be clearly marked to indicate the color, mass, type of material, manufacturer's name and the lot/batch number. Type II Marking Materials. Type 11 markings are paint -type materials that are applied at ambient or slightly elevated temperatures. Type II marking materials shall conform to TxDOT Departmental Materials Specifications D-9-8200, YPT-10 and/or WPT 10 and D- 9-8290. Construction: Pavement surface preparation for pavement markings shall be done in accordance with Item 678 of the TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. Guides shall be established to mark the lateral location of the pavement markings in the location as shown on the construction plans. The location shall be verified before the pavement markings are placed. The guides shall not leave a permanent marking on the road surface. SC-28 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Pavement markers shall be placed in accordance to the construction plans. The markers shall be in alignment when placed and not deviate by more than two inches. Any markers placed and deemed unsatisfactory be the Engineer shall be relaid at the contractors expense. Markings shall essentially have a uniform cross-section. The density and quality of markings shall be uniform throughout the thickness. The applied markings shall have no more than five percent, by area of holes or voids and shall be free of blisters. Markings, in place or on the roadway, shall be reflectorized both internally and externally. Glass beads shall be applied to the material at a uniform rate sufficient to achieve uniform and distinctive retroflective characteristics when observed in accordance with Test Method Tex-828-13. Pavement to which material shall be applied shall be completely dry and free of dirt, oil, grease, debris and other foreign objects. Application of Type I Markings: New portland-cenment concrete surfaces shall be further prepared for Type I markings, after cleaning, by placing a Type II marking as a sealer in accordance with this Item. When placing Type I markings in new locations on asphaltic surfaces three years or older or any portland cement concrete surfaces, a Type II marking shall be used as a sealer. Unless otherwise shown on the plans, existing portland cement concrete and asphaltic surfaces to be restriped will not require Type 11 markings as a sealer; existing markings may be used as a sealer in lieu of Type II makings. Type 11 markings shall be placed a minimum of two and a maximum of thirty calendar days in advance of placing Type I markings. Type II markings which become dirty due to inclement weather or road conditions shall be cleaned by washing, brushing, compressed air, or other means approved by the Engineer, prior to application of Type I markings. If washing is used, the surface of Type 11 markings shall become thoroughly dry before placing the Type I markings. Color, location and configuration of Type 11 markings shall be the same as the Type I markings. Type Ipavement marking material shall be applied within temperature limits recommended by the material manufacturer. Application of Type I pavement markings shall be done only on clean, dry pavement having a surface temperature above 50 F/ IOC. Pavement temperature shall be measured in accordance with Test Method Tex-829-13. When Type I pavement marking application is by spray, and operations cease for five minutes or more, the spray head shall be flushed by spraying pavement marking material into a pan or similar container until the pavement marking material being sprayed is at the proper temperature for application. Type I makings shall be a minimum thickness of 0.060 inches (1.5 millimeters) for edgeline markings and 0.090 inches (2.3 millimeters) for stop -bars, legends, symbols, directional arrows, turn -only arrows, school zones, railroad crossings, gore and centerline/no passing barrier line markings when measured in accordance with Test Method Tex-854-13. The maximum thickness of all Type I markings shall be 0.180 inches (4.5 millimeters). The markings shall be of uniform thickness throughout their lengths and widths. SC-29 DocuSign Envelope ID: 9059904F-8224-4F4C-B89A-500DDDFFDC94 Application of Type II Markings: The application of Type 11 marking materials shall be done only on surfaces with a minimum surface temperature of 50F / IOC. The application rate for Type 11 marking material shall be: between 15 and 20 gallons per mile of solid four inch line and between 30 and 40 gallons per mile of solid eight -inch line except that, for new surface treatment projects the application rate shall be between 25 and 30 gallons per mile of solid four inch line and between 40 and 50 gallons per mile for solid eight inch line. Pavement markings for new surface treatment projects shall be applied in two applications for each approximately one-half the application rate. The first application shall not contain glass beads. The interval between the first and second application shall be a minimum of one hour. The contractor shall not place paint on the road surface in inclement weather. Elimination of Existing Pavement Markings: In areas where the pavement markings are to removed and realigned, the contractor shall use one of the methods as outlined in Item 677 of the TxDOT Standard Specifications for the Construction and Maintenance of Highways, Streets and Bridges. Payment shall be included in this bid item. Payment: Payment for this item shall be at the contract unit price for the lump sum of all pavement markings installed. SC-30 Certificate Of Completion Envelope Id: 9059904F82244F4CB89A50ODDDFFDC94 Subject: Please DocuSign: City Council Contract 6900-001 PEC 4 Phase 1 & 2 Drainage Improvements Source Envelope: Document Pages: 242 Signatures: 5 Certificate Pages: 6 Initials: 1 AutoNav: Enabled Envelopeld Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) Record Tracking Status: Original 4/8/2019 10:19:16 AM Signer Events Jamie Cogdell jamie.cogdell@cityofdenton.com Senior Buyer City Of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Lori Hewell lori.hewell@cityofdenton.com Purchasing Manager City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Mack Reinwand mack.reinwand@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Bill Cheek, Jr. billy.cheek@jagoepublic.com Executive Vice President Jagoe-Public Company Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 5/3/2018 4:59:04 PM ID: ac2b119c-3c87-4c64-bf45-fe6c2d41b92e Holder: Jamie Cogdell Jamie.Cogdell@cityofdenton.com Signature Completed Using IPAddress: 129.120.6.150 E"s Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 [Docuftned by: 7F9D328BF0204E5... Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 DD11,c"S1g",d by: lluk, Y. A6E4B3B94EB48E... Signature Adoption: Pre -selected Style Using IPAddress: 75.139.243.122 Status: Completed Envelope Originator: Jamie Cogdell 901 B Texas Street Denton, TX 76209 Jamie.CogdelI@cityofdenton.com IP Address: 129.120.6.150 Location: DocuSign Timestamp Sent: 4/8/2019 10:19:40 AM Viewed: 4/8/2019 10:19:54 AM Signed: 4/8/2019 10:20:16 AM Sent: 4/8/2019 10:20:20 AM Viewed: 4/8/2019 1:00:37 PM Signed: 4/8/2019 1:00:46 PM Sent: 4/8/2019 1:00:50 PM Viewed: 4/8/2019 9:13:31 PM Signed: 4/11/2019 4:49:12 PM Sent: 4/11/2019 4:49:18 PM Viewed: 4/11/20194:50:17 PM Signed: 4/11/2019 4:50:47 PM Signer Events Todd Estes todd.estes@cityofdenton.com City Engineer Capital Projects Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Tabitha Millsop tabitha.millsop@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Todd Hileman Todd.Hileman@cityofdenton.com City Manager City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 7/25/2017 11:02:14 AM ID:57619fbf-2aec-4b1f-805d-6bd7d9966f21 Rosa Rios rosa.rios@cityofdenton.com Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Accepted: 5/22/2019 9:16:05 AM ID:b32c1209-7fee-48af-9ab4-d9134abfd625 In Person Signer Events Editor Delivery Events Agent Delivery Events Intermediary Delivery Events Certified Delivery Events Carbon Copy Events Tabitha Millsop tabitha.millsop@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Signature DocuSigned by: �- 0658E4F8FB78476... Signature Adoption: Drawn on Device Using IPAddress: 174.207.7.48 Signed using mobile Using IPAddress: 129.120.6.150 [DocuSigned by: 1W(�tl t w�atn B776C711BAOD454... Signature Adoption: Pre -selected Style Using IPAddress: 174.206.10.147 Signed using mobile ER110CUSIgned by: 1C5CASCSE175493... Signature Adoption: Pre -selected Style Using IPAddress: 129.120.6.150 Signature Status Status Status Status Status 4 ■ OP Timestamp Sent: 4/11/2019 4:50:52 PM Resent: 4/19/2019 3:20:37 PM Viewed: 4/19/2019 1:32:52 PM Signed: 4/19/2019 6:45:08 PM Sent: 4/19/2019 6:45:12 PM Viewed: 5/22/2019 8:29:57 AM Signed: 5/22/2019 8:36:24 AM Sent: 5/22/2019 8:36:29 AM Viewed: 5/22/2019 8:46:30 AM Signed: 5/22/2019 8:46:42 AM Sent: 5/22/2019 8:46:47 AM Viewed: 5/22/2019 9:16:05 AM Signed: 5/22/2019 9:16:39 AM Timestamp Timestamp Timestamp Timestamp Timestamp Timestamp Sent: 4/8/2019 10:20:20 AM Carbon Copy Events Sherri Thurman sherri.thurman@cityofdenton.com City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Status 61 a 1r Annie Bunger annie.bunger@cityofdenton.om OPIED Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jane Richardson jane.richardson@cityofdenton.com Assistant City Secretary City of Denton Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Jim Jenks jim.jenks@cityofdenton.com OPIED Security Level: Email, Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via DocuSign Timestamp Sent: 4/8/2019 10:20:20 AM Sent: 4/11/2019 4:49:18 PM Sent: 5/22/2019 8:36:28 AM Sent: 5/22/2019 9:16:43 AM Viewed: 5/22/2019 11:26:27 AM Sent: 5/22/2019 9:16:44 AM Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/22/2019 9:16:44 AM Certified Delivered Security Checked 5/22/2019 9:16:44 AM Signing Complete Security Checked 5/22/2019 9:16:44 AM Completed Security Checked 5/22/2019 9:16:44 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure Electronic Record and Signature Disclosure created on: 7/21/2017 3:59:03 PM Parties agreed to: Bill Cheek, Jr., Todd Hileman, Rosa Rios ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Denton (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through your DocuSign, Inc. (DocuSign) Express user account. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to these terms and conditions, please confirm your agreement by clicking the 'I agree' button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. For such copies, as long as you are an authorized user of the DocuSign system you will have the ability to download and print any documents we send to you through your DocuSign user account for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per -page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. To indicate to us that you are changing your mind, you must withdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of your DocuSign account. This will indicate to us that you have withdrawn your consent to receive required notices and disclosures electronically from us and you will no longer be able to use your DocuSign Express user account to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through your DocuSign user account all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Denton: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: purchasing@cityofdenton.com To advise City of Denton of your new e-mail address To let us know of a change in your e-mail address where we should send notices and disclosures electronically to you, you must send an email message to us at melissa.kraft@cityofdenton.com and in the body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflected in your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from City of Denton To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail address, full name, US Postal address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Denton To inform us that you no longer want to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your DocuSign account, and on the subsequent page, select the check -box indicating you wish to withdraw your consent, or you may; ii. send us an e-mail to purchasing@cityofdenton.com and in the body of such request you must state your e-mail, full name, IS Postal Address, telephone number, and account number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software Operating Systems: Windows2000? or WindowsXP? Browsers (for SENDERS): Internet Explorer 6.0? or above Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0, NetScape 7.2 (or above) Email: Access to a valid email account Screen Resolution: 800 x 600 minimum Enabled Security Settings: -Allow per session cookies -Users accessing the internet behind a Proxy Server must enable HTTP 1.1 settings via proxy connection ** These minimum requirements are subject to change. If these requirements change, we will provide you with an email message at the email address we have on file for you at that time providing you with the revised hardware and software requirements, at which time you will have the right to withdraw your consent. Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please verify that you were able to read this electronic disclosure and that you also were able to print on paper or electronically save this page for your future reference and access or that you were able to e-mail this disclosure and consent to an address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format on the terms and conditions described above, please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that: • I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OF ELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and • I can print on paper the disclosure or save or send the disclosure to a place where I can print it, for future reference and access; and • Until or unless I notify City of Denton as described above, I consent to receive from exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to me by City of Denton during the course of my relationship with you.