Loading...
Contract - PM Construction dba IPR South Central - 2/13/2020 g-2O2o—X30 CITY OF ROUND ROCK UTILITIES AND ENVIRONMENTAL SERVICES r t.* r' A r :.;" ROUND ROCK TEXAS Project Manual For: WASTEWATER COLLECTION SYSTEM PIPE BURSTING REHABILITATION 2020 BASIN 2 & 3, CYCLE 3 FEBRUARY 2020 Prepared By: City of Round Rock Utilities and Environmental Services 3400 Sunrise Road Round Rock, Texas 78665 APPROVED BY C.I NATIO ' NEY .� , ligloo WASTEWATER COLLECTION SYSTEM PIPE BURSTING REHABILITATION 2020 BASIN 2 & 3, CYCLE 3 TABLE OF CONTENTS Section Description No. of Pages 00200 Buy Board Contract 59 00300 Proposal 2 00500 Agreement 5 00600 Insurance & Construction Bond Forms Performance & Payment Bond Instructions 1 Insurance Instructions 1 00610 Performance Bond 2 00620 Payment Bond 7 00650 Certificate of Liability Insurance 14 00700 General Conditions 42 00800 Supplemental General Conditions 1 00900 Special Conditions 5 01000 Technical Specifications 69 02000 Plans, Details and Notes Maps 4 8-2016 Table of Contents 00090665 00200 Buy Board Contract kVLoari • • Coop"armlike PurcltasIng P.O.Box 400 Austin,TX 78767-0400 800.695.2919/ 512.467.0222/Fax:800.211.5454 buyboard.com February 8, 2018 Welcome to BuyBoard! ReNotice of The Local Government Purchasing Cooperative Award Proposal Name and Number: Cured in Place Pipe (CIPP)for Pipeline Rehabilitation, Proposal No. 555-18 Congratulations, The Local Government Purchasing Cooperative (Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. The contract is effective 3/1/2018 through 2/28/2019, with two possible one-year renewals. The contract documents are those identified in Section 3 of the General Terms and Conditions of the specifications. To view the items your company has been awarded, please review the proposal tabulation No. 555-18 on the following web-site: www.buyboard.com/vendor. Only items marked as awarded to your company can be sold through the BuyBoard contract. In addition, on this website you will find the membership list which will provide you with the names of all entities with membership in our purchasing cooperative. Enclosed with this letter you will find the following documents: 1. Vendor Quick Reference Sheet 2. Vendor Billing Procedures You are advised that receipt of a purchase order directly from a Cooperative member is not within the guidelines of the Cooperative. Accepting purchase orders directly from Cooperative members may result in a violation of the State of Texas competitive bid statute and termination of this Cooperative BuyBoard contract. Therefore, all purchase orders must be processed through the BuyBoard in order to comply. Please forward by fax(1-800-211-5454) any order received directly from a Cooperative member. If you inadvertently process a purchase order sent directly to you by a Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. On behalf of the Texas Association of School Boards, we appreciate your interest in the Cooperative and we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, rr � f x Arturo Salinas Department Director, Cooperative Procurement v.6.5 , The Local Government Purchasing Cooperative is endorsed by the Texas Association of School Boards. i;,�; L �i,/� Teas Municipal League,Texas Association of Counties and the Texas Association of School Administrators 1.1g de J'Boar �� p � \attun,tl Schu++I • • Pt:^-.,Pi,�.-�c'.4•.-,+� Endorsed by NSBA Board,A.,,Li.tltt+t+ February 8,2018 Welcome to BuyBoard! Re:Notice of National Purchasing Cooperative Piggy-Back Award Proposal Name and Number:Cured in Place Pipe(CIPP)for Pipeline Rehabilitation, Proposal No.555-18 Congratulations, The National Purchasing Cooperative (National Cooperative) has awarded your company a BuyBoard® contract based on the above-referenced Proposal. As provided for in the Proposal and your National Purchasing Cooperative Vendor Award Agreement, you are authorized to sell the goods and services awarded under the Proposal to National Cooperative members in states other than Texas through the BuyBoard. The contract is effective 3/1/2018 through 2/28/2019,with two possible one-year renewals. The National Cooperative membership list is available at our website www.buyboard.com/vendor. The list identifies the current members that may purchase awarded goods and services under your National Cooperative BuyBoard contract. You are advised that receipt of a purchase order directly from a National Cooperative member is not within BuyBoard guidelines. Accepting purchase orders directly from Cooperative members may result in a violation of applicable competitive procurement law and termination of this National Cooperative BuyBoard contract. Therefore,all purchase orders from National Cooperative members must be processed through the BuyBoard. Please forward by fax(1- 800-211-5454)any order received directly from a National Cooperative member. If you inadvertently process a purchase order sent directly to you by a National Cooperative member, please fax the order to the above number and note it as RECORD ONLY to prevent duplication. On behalf of the National Cooperative, we are looking forward to your participation in the program. If you have any questions, please contact Cooperative Procurement Staff at 800-695-2919. Sincerely, Department Director,Cooperative Procurement v.6.5 n � P.O.Box 400,Austin,Texas 78767-0400 800.695.2919•buyboard.com 0 u oard° • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919 • FAX: 800-211-5454•www.buyboard.corn PROPOSER'S AGREEMENT AND SIGNATURE Proposal Name: Cured in Place Pipe(CIPP)for Proposal Due Date/Opening Date and Time: Pipeline Rehabilitation August 10, 2017 at 4:00 PM Location of Proposal Opening: Texas Association of School Boards, Inc. BuyBoard Department Proposal Number: 555-18 12007 Research Blvd. Austin,TX 78759 Anticipated Cooperative Board Meeting Date: Contract Time Period: March 1, 2018 through January 2018 February 28, 2019 with two (2) possible one-year renewals. PM Construction & Rehab, LLC August 10, 2017 Name of Proposing Company Date 131 N. Richey Street Address Signature of Authorized Company Official Pasadena, Texas 77506 Bac Ong City, State, Zip Printed Name of Authorized Company Official 832-252-4800 Senior General Manager Telephone Number of Authorized Company Official Position or Title of Authorized Company Official 832-550-2130 62-1645414 Fax Number of Authorized Company Official Federal ID Number Page 5 of 70 Proposal Forms CONST v.05.05.2017 i!YBoard • • Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439 • PH:800-695-2919• FAX:800-211-5454 •www.buvboard.com The proposing company("you"or"your") hereby acknowledges and agrees as follows: 1. You have carefully examined and understand all Cooperative information and documentation associated with this Proposal Invitation, including the Instructions to Proposers, General Terms and Conditions, attachments/forms, item specifications,and line items(collectively"Requirements"); 2. By your response ("Proposal") to this Proposal Invitation,you propose to supply the products or services submitted at the prices quoted in your Proposal and in strict compliance with the Requirements, unless specific deviations or exceptions are noted in the Proposal; 3. Any and all deviations and exceptions to the Requirements have been noted in your Proposal and no others will be claimed; 4. If the Cooperative accepts any part of your Proposal and awards you a contract, you will furnish all awarded products or services at the prices quoted and in strict compliance with the Requirements(unless specific exceptions are noted in the Proposal and accepted by the Cooperative), including without limitation the Requirements related to: a. conducting business with Cooperative members, including offering pricing to members that is the best you offer compared to similar customers; b. payment of a service fee in the amount specified and as provided for In this Proposal Invitation; c. the possible award of a piggy-back contract by another governmental entity or nonprofit entity, in which event you will offer the awarded goods and services in accordance with the Requirements; and d. submitting price sheets or catalogs in the proper format as required by the Cooperative as a prerequisite to activation of your contract; 5. You have clearly identified on the included form any information in your Proposal that you believe to be confidential or proprietary or that you do not consider to be public information subject to public disclosure under a Texas Public Information Act request or similar public information law; 6. The individual signing this Agreement is duly authorized to enter into the contractual relationship represented by this Proposal Invitation on your behalf and bind you to the Requirements, and such individual (and any individual signing a form) is authorized and has the requisite knowledge to provide the information and make the representations and certifications required in the Requirements; 7. You have carefully reviewed your Proposal, and certify that all information provided is true, complete and accurate, and you authorize the Cooperative to take such action as it deems appropriate to verify such information; and 8. Any misstatement, falsification, or omission in your Proposal, whenever or however discovered, may disqualify you from consideration for a contract award under this Proposal Invitation or result in termination of an award or any other remedy or action provided for in the General Terms and Conditions or by law. Page 6 of 70 Proposal Forms CONST v.05.05.2017 far • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439• PH:800-695-2919•FAX: 800-211-5454 •www.buvboard.com VENDOR CONTACT INFORMATION Company: PM Construction & Rehab, LLC Vendor Contact Name and Mailing Address for Notices: Bac Ong, 131 N. Richey, Pasadena, TX 77506 Company Website: www.teamipr.com Purchase Orders: Purchase orders from Cooperative members will be available through the Internet or by facsimile. Option 1: Internet. Vendors need Internet access and at least one e-mail address so that notification of new orders can be sent to the Internet contact when a new purchase order arrives. An information guide will be provided to vendors that choose this option to assist them with retrieving their orders. Option 2: Fax. Vendors need a designated fax line available at all times to receive purchase orders. Please choose only one(II of the following options for receipt of purchase orders and provide the requested information: El I will use the INTERNET to receive purchase orders. E-mail Address: bong©teamipr.com Internet Contact: Bac Ong 832-252-4800 Phone: Alternate E mail Address: WGibson@TEAMIPR_COM Alternate Internet Contact: Wade Gibson Phone: 832-252-4800 ❑ I will receive purchase orders via FAX. Fax Number: Fax Contact: Phone: Request for Quotes("RFQ"): Cooperative members will send RFQs to you by e-mail. Please provide e-mail addresses for the receipt of RFQs: E-mail Address: cwall@teamipr.com Alternate E-mail Address: bong@teamipr.com Page 7 of 70 Proposal Forms CONST v.05.05 2017 iA!vBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919' FAX: 800-211-5454 •www.buvboard.com invoices: Your company will be billed monthly for the service fee due under a contract awarded under this Proposal Invitation. All invoices are available on the BuyBoard website and e-mail notifications will be sent when they are ready to be retrieved. Please provide the following address, contact and e-mail information for receipt of service fee invoices and related communications: Mailing address: 131 N. Richey Department: Accounts Receivable i : Pasadena State: Texas Zip Code: 77506 Contact Name: Greg Bagget Phone: 832-252-4800 Fax: 832-550-2130 E-mail Address: GBaggett©TEAMIPR.COM Alternative E-mail Address: bong@teamipr.com Page 8 of 70 Proposal Forms CONST v.05.05.2017 liVBoarde • r Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919•FAX: 800-211-5454 •www,buvhoard,cotri FELONY CONVICTION DISCLOSURE AND DEBARMENT CERTIFICATION FELONY CONVICTION DISCLOSURE Subsection(a)of Section 44.034 of the Texas Education Code(Notification of Criminal History of Contractor) states:"A person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony." Section 44.034 further states in Subsection (b): "A school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract." Please check(V)one of the following: ❑ My company is a publicly-held corporation. (Advance notice requirement does not apply to publicly-held corporation.) My company is not owned or operated by anyone who has been convicted of a felony. ❑ My company is owned/operated by the following indlvidual(s)who has/have been convicted of a felony: Name of Felon(s): Details of Conviction(s): By'signature below, I certify that the above information is true, complete and accurate and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name Bac Ong Signature of Authorized Company Official Printed Name DEBARMENT CERTIFICATION Neither my company nor an owner or principal of my company has been debarred,suspended or otherwise made ineligible for participation in Federal Assistance programs under Executive Order 12549, "Debarment and Suspension,"as described in the Federal Register and Rules and Regulations. Neither my company nor an owner or principal of my company is currently listed on the government-wide exclusions in SAM, debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. My company agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from my company if my company or an owner or principal is later listed on the government-wide exclusions in SAM, or is debarred, suspended, or otherwise excluded by agencies or declared ineligible under any statutory or regulatory authority. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name kaAh4Otligt„---- Bac Ong Signature of Authorized Company Official Printed Name Page 9 of 70 Proposal Forms CQNST v.05.05.2017 flJ'Board • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919•FAX: 800-211-5454 •www.buyboard.com RESIDENT/NONRESIDENT CERTIFICATION Chapter 2252, Subchapter A, of the Texas Government Code establishes certain requirements applicable to proposers who are not Texas residents. Under the statute, a"resident"proposer is a person whose principal place of business is in Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. A "nonresident"proposer is a person who Is not a Texas resident. Please indicate the status of your company as a"resident" proposer or a"nonresident"proposer under these definitions. Please check hI one of the following: ❑� I certify that my company is a Resident Proposer. ❑ I certify that my company is a Nonresident Proposer. If your company is a Nonresident Proposer,you must provide the following information for your resident state(the state in which your company's principal place of business is located): Company Name Address City State Zip Code A. Does your resident state require a proposer whose principal place of business is in Texas to under-price proposers whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ❑ Yes ❑ No B. What is the prescribed amount or percentage? $ or % VENDOR EMPLOYMENT CERTIFICATION Section 44.031(b) of the Texas Education Code establishes certain criteria that a school district must consider when determining to whom to award a contract. Among the criteria for certain contracts is whether the vendor or the vendor's ultimate parent or majority owner (i) has its principal place of business in Texas; or (ii) employs at least 500 people in Texas. If neither your company nor the ultimate parent company or majority owner has its principal place of business in Texas, does your company, ultimate parent company,or majority owner employ at least 500 people in Texas? Please check f,/l one of the following: E1 Yes ❑ No By signature below, I certify that the information in Sections 1 (Resident/Nonresident Certification) and 2 (Vendor Employment Certification)above is true, complete and accurate and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name Bac Ong Signature of Authorized Company Official Printed Name Page 10 of 70 Proposal Forms CONST v.05,05.2017 J!VBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919• FAX:800-211-5454•www.btuvboard,C0fil HISTORICALLY UNDERUTILIZED BUSINESS CERTIFICATION A proposer that has been certified as a Historically Underutilized Business (also known as a Minority/Women Business Enterprise or "MWBE" and all referred to in this form as a "HUB") is encouraged to indicate its HUB certification status when responding to this Proposal Invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. Please check(V)all that apply: ❑ I certify that my company has been certified as a HUB in the following categories: ❑ Minority Owned Business ❑ Women Owned Business ❑ Service-Disabled Veteran Owned Business (veteran defined by 38 U.S.C. §101(2),who has a service-connected disability as defined by 38 U.S.C.§ 101(16),and who has a disability rating of 20%or more as determined by the U.S. Department of Veterans Affairs or Department of Defense) Certification Number: Name of Certifying Agency: My company has NOT been certified as a HUB. By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name Bac Ong Printed Name Signature o Authorized Company Official Page 11 of 70 Proposal Forms CONST v.05.05.2017 A!vBoard • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 •www.buvbcard.com CONSTRUCTION-RELATED GOODS AND SERVICES AFFIRMATION A contract awarded under this Proposal Invitation covers only the specific goods and services awarded by the BuyBoard. As explained in the BuyBoard Procurement and Construction Related Goods and Services Advisory for Texas Members ("Advisory"), Texas law prohibits the procurement of architecture or engineering services through a purchasing cooperative.This BuyBoard contract does not include such services.Architecture or engineering services must be procured by a Cooperative member separately, in accordance with the Professional Services Procurement Act(Chapter 2254 of the Texas Government Code)and other applicable law and local policy. The Advisory, available at https://www.lzuyloard.com/Vendor/Resources.aspx, provides an overview of certain legal requirements that are potentially relevant to a Cooperative member's procurement of construction or construction-related goods and services, including those for projects that may involve or require architecture, engineering or independent testing services. A copy of the Advisory can also be provided upon request. By signature below, the undersigned affirms that Proposer has obtained a copy of the Advisory, has read and understands the Advisory, and is authorized by Proposer to make this affirmation. If Proposer sells construction-related goods or services to a Cooperative member under a BuyBoard contract awarded under this Proposal Invitation, Proposer will comply with the Advisory and applicable legal requirements, make a good faith effort to make its Cooperative member customers or potential Cooperative member customers aware of such requirements, and provide a Cooperative member with a copy of the Advisory before executing a Member Construction Contract with the member or accepting the member's purchase order for construction-related goods or services,whichever comes first. PM Construction & Rehab, LLC Company Name 1\1\4.1WMAPBac Ong Signature of Authorized Company Official Printed Name August 10, 2017 Date Page 12 of 70 Proposal Forms CONST v.05.05.2017 J!YBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439• PH:800-695-2919• FAX:800-211-5454 •www.buyboard.com DEVIATION AND COMPLIANCE If your company intends to deviate from the General Terms and Conditions, Proposal Specifications or other requirements associated with this Proposal Invitation, you MUST list all such deviations on this form, and provide complete and detailed information regarding the deviations on this form or an attachment to this form. The Cooperative will consider any deviations in its contract award decision, and reserves the right to accept or reject a proposal based upon any submitted deviation. In the absence of any deviation identified and described in accordance with the above, your company must fully comply with the General Terms and Conditions, Proposal Specifications and all other requirements associated with this Proposal Invitation if awarded a contract under this Proposal Invitation. A deviation will not be effective unless accepted by the Cooperative. The Cooperative may, in its sole discretion, seek clarification from and/or communicate with Proposer(s) regarding any submitted deviation, consistent with general procurement principles of fair competition. The Cooperative reserves the right to accept or reject a proposal based upon any submitted deviation. Please check(V)one of the following: 0 No; Deviations ❑ Yes; Deviations List and fully explain any deviations you are submitting: PLEASE PROVIDE THE FOLLOWING INFORMATION: 1.Shipping Via: ■❑Common Carrier ❑ Company Truck ❑ Prepaid and Add to Invoice ❑ Other: 2. Payment Terms: Net 30 days ❑ 1%in 10/Net 30 days ❑ Other: 3. Number of Days for Delivery: 14 ARO 4. Vendor Reference/Quote Number: N / A 5. State your return policy: N I A 6.Are electronic payments acceptable? ❑Yes ❑ No 7.Are credit card payments acceptable?❑Yes Q No PM Construction & Rehab, LLC Company Name 1.,A.A.AMMAilike_.----- Bac Ong Signature of Authorized Company Official Printed Name Page 13 of 70 Proposal Forms CONST v.05.05.2017 eliu •ar • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 •FAX:800 211 5454 •www,buvboard.conl DEALERSHIP LISTINGS If you have more than one location that will service a contract awarded under this Proposal Invitation, please list each location below. If additional sheets are required, please duplicate this form as necessary. NOTE: Awarded Vendors shall remain responsible for the Contract and the performance of all dealers under and in accordance with the Contract. PM Construction & Rehab, LLC DBA IPR South Central LLC Company Name 131 N. Richey Address Padadena Texas 77506 City State Zip 832-252-4800 832-550-2130 Phone Number Fax Number Bac Ong Contact Person PM Construction & Rehab, LLC DBA IPR South Central LLC Company Name 7600 S. Santa Fe Dr., Bldg E Address Houston Texas 77061 City State Zip 832-252-4800 832-550-2130 Phone Number Fax Number Bac Ong Contact Person Page 14 of 70 Proposal Forms CONST v.05.05.2017 liffB oar Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919• FAX: 800-211-5454•www.buyboard,com TEXAS REGIONAL SERVICE DESIGNATION The Cooperative (referred to as"Texas Cooperative"in this form and in the State Service Designation form) offers vendors the opportunity to service its members throughout the entire State of Texas. If you do not plan to service all Texas Cooperative members statewide, you must indicate the specific regions you will service on this form. If you propose to serve different regions for different products or services Included In your proposal, you must complete and submit a separate Texas Regional Service Designation form for each group of products and clearly indicate the products or services to which the designation applies In the space provided at the end of this form. By designating a region or regions, you are certifying that you are authorized and willing to provide the proposed products and services In those regions. Designating regions In which you are either unable or unwilling to provide the specified products and services shall be grounds for either refection of your proposal or, if awarded, termination of your Contract. Additionally, if you do not plan to service Texas Cooperative members(i.e.,if you will service only states other than Texas), you must so indicate on this form. Regional Education Service Centers ® I will service Texas Cooperative members statewide. -- 16 w I--� CII will not service Texas I!'" . Cooperative members I" statewide. I will only —1—14•. 1 • ..2=:1.'•L _ _ service members in the --I--I • • (— ;ry 1.914 ,,.r - pi—� regions checked below: I -•I . _. .. - s � Rein H Region eadauarters .t- l,...i,! L"# • ,: • El 1 Edinburg `; 7 in 2 Corpus Christi "L jj El Victoria '' 19 .ti .. 1 - ❑ 4 Houston _ ,r I. . "�r`�` ',.• t` El 5 Beaumont ._ :,�k..�, .,5 El 6 Huntsville - • W Q : '�® '�..,. ❑ 7 Kilgore �•, L 'tr. ,> _.' ❑ 8 Mount Pleasant ",,f'' ,w-.,20 1-', ., :.%3,—... El Wichita Falls •` ;!%. ;r-'" El 10 Richardson .�—L� �_ 'c.. ; Elii Fort Worth ,1117 In 12 Waco in1y:i..� ❑ 13 Austin �� El 14 Abilene ' , El 15 San Angelo I`T 9. in 16 Amarillo PM Construction & Rehab, LLC ❑ 17 Lubbock El 18 Midland Company Name ❑ 19 El Paso /V\AAVAILV In 20 San Antonio Signature of Authorized Company Official Bac Ong ❑ I will not service members Printed Name of the Texas Cooperative. Page 15 of 70 Proposal Forms CONST v.05.05.2017 J!YBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919 • FAX: 800-211-5454 •www,buvboard,conl If this Texas Regional Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 16 of 70 Proposal Forms CONST v.05.05,2017 aMYBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919• FAX: 800-211-5454 •www.buvboard.com STATE SERVICE DESIGNATION The Cooperative offers vendors the opportunity to service other governmental entities in the United States, including intergovernmental purchasing cooperatives such as the National Purchasing Cooperative BuyBoard. You must complete this form if you plan to service the entire United States, or will service only the specific states indicated. (Note:If you p/an to service Texas Cooperative members, be sure that you complete the Texas Regional Service Designation form.) If you serve different states for different products or services Included In your proposal,you must complete and submit a separate State Service Designation form for each group of products and clearly indicate the products or services to which the designation applies In the space provided at the end of this form. By designating a state or states,you are certifying that you are authorized and willing to provide the proposed products and services In those states. Designating states in which you are either unable or unwilling to provide the specified products and services shall be grounds for either rejection of your proposal or, if awarded, termination of your Contract. Please check(V)all that apply: 0 I will service all states in the United States. ❑ I will not service all states in the United States. I will service only the states checked below: ❑ Alabama ❑ Alaska ❑ Nebraska ❑ Arizona ❑ Nevada El Arkansas ❑ New Hampshire ❑ California (Public Contract Code 20118&20652) ❑ New Jersey ❑ Colorado El New Mexico ❑ Connecticut El New York ❑ Delaware ❑ North Carolina El District of Columbia ❑ North Dakota ❑ Florida ❑ Ohio ❑ Georgia ❑Oklahoma ❑ Hawaii ❑ Oregon ❑ Idaho ❑ Pennsylvania El Illinois ❑ Rhode Island ❑ Indiana Cl South Carolina ❑ Iowa ❑ South Dakota ❑ Kansas ❑Tennessee El Kentucky ❑Texas ❑ Louisiana El Utah ❑ Maine ❑Vermont ❑ Maryland ❑Virginia El Massachusetts ❑Washington ❑ Michigan ❑West Virginia ❑ Minnesota ❑Wisconsin ❑ Mississippi ❑ Wyoming El Missouri ❑ Montana Page 17 of 70 Proposal Forms CONST v.05.05.2017 i!vBoard • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439• PH: 800-695-2919 •FAX: 800-211-5454 •www.btwboard.com This form will be used to ensure that you can service other governmental entities throughout the United States as indicated. Your signature below confirms that you understand your service commitments during the term of a contract awarded under this proposal. PM Construction & Rehab, LLC Company Name 11\4014\AAikl.- Bac Ong Signature of Authorized Company Official Printed Name If this State Service Designation form applies to only one or some of the products and services proposed by Vendor, list the products and services to which this form applies here: Page 18 of 70 Proposal Forms CONST v.05.05.2017 MYHoard@ • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 • PH:800-695-2919 • FAX: 800-211-5454 •www.buyboard.com NATIONAL PURCHASING COOPERATIVE VENDOR AWARD AGREEMENT In accordance with the Terms and Conditions associated with this Proposal Invitation, a contract awarded under this Proposal Invitation may be "piggy-backed" by another governmental entity. The National Purchasing Cooperative is an intergovernmental purchasing cooperative formed by certain school districts outside of Texas to serve its members throughout the United States. If you agree to be considered for a piggy-back award by the National Purchasing Cooperative, you agree to the following terms and agree to serve National Purchasing Cooperative members in the states you have indicated on the State Service Designation form, in your Proposal. By signing this form, Proposer(referred to in this Agreement as"Vendor")agrees as follows: 1. Vendor acknowledges that if The Local Government Purchasing Cooperative ("Texas Cooperative") awards Vendor a contract under this Proposal Invitation ("Underlying Award"), the National Purchasing Cooperative("National Cooperative") may- but is not required to-"piggy-back"on or re-award all or a portion of that Underlying Award("Piggy-Back Award"). By signing this National Cooperative Vendor Award Agreement("Agreement"), Vendor accepts and agrees to be bound by any such Piggy-Back Award as provided for herein. 2. In the event National Cooperative awards Vendor a Piggy-Back Award, the National Cooperative Administrator ("BuyBoard Administrator") will notify Vendor In writing of such Piggy-Back Award, which award shall commence on the effective date stated in the Notice and end on the expiration date of the Underlying Award, subject to annual renewals as authorized in writing by the BuyBoard Administrator. Vendor agrees that no further signature or other action is required of Vendor in order for the Piggy-Back Award and this Agreement to be binding upon Vendor. Vendor further agrees that no interlineations or changes to this Agreement by Vendor will be binding on National Cooperative, unless such changes are agreed to by its BuyBoard Administrator in writing. 3. Vendor agrees that it shall offer its goods and services to National Cooperative members at the same unit pricing and same general terms and conditions, subject to applicable state laws in the state of purchase,as required by the Underlying Award. However, nothing in this Agreement prevents Vendor from offering National Cooperative members better (i.e., lower)competitive pricing and more favorable terms and conditions than those in the Underlying Award. 4. Vendor hereby agrees and confirms that it will serve those states it has designated on the State Service Designation Form of this Proposal Invitation. Any changes to the states designated on the State Service Designation Form must be approved in writing by the BuyBoard Administrator. 5. Vendor agrees to pay National Cooperative the service fee provided for in the Underlying Award based on the amount of purchases generated from National Cooperative members through the Piggy-Back Award. Vendor shall remit payment to National Cooperative on such schedule as it specifies (which shall not be more often than monthly). Further, upon request, Vendor shall provide National Cooperative with copies of all purchase orders generated from National Cooperative members for purposes of reviewing and verifying purchase activity. Vendor further agrees that National Cooperative shall have the right, upon reasonable written notice, to review Vendor's records pertaining to purchases made by National Cooperative members in order to verify the accuracy of service fees. 6. Vendor agrees that the Underlying Award, including its General Terms and Conditions, are adopted by reference to the fullest extent such provisions can reasonably apply to the post-proposal/contract award phase. The rights and responsibilities that would ordinarily inure to the Texas Cooperative pursuant to the Underlying Award shall inure to National Cooperative;and, conversely,the rights and responsibilities that would ordinarily inure to Vendor in the Underlying Award shall inure to Vendor in this Agreement.Vendor recognizes and agrees that Vendor and National Cooperative are the only parties to this Agreement, and that nothing in this Agreement has application to other third parties, including the Texas Cooperative. In the event of conflict between this Agreement and the terms of the Underlying Award, the terms of this Agreement shall control,and then only to the extent necessary to reconcile the conflict. Proposal Forms CONST v.05.05.2017 Page 19 of 70 A!vBoard° • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919• FAX: 800-211-5454 •www.buyboard.com 7. This Agreement shall be governed and construed in accordance with the laws of the State of Rhode Island and venue for any dispute shall lie in the federal district court of Alexandria,Virginia. 8. Vendor acknowledges and agrees that the award of a Piggy-Back Award Is within the sole discretion of National Cooperative, and that this Agreement does not take effect unless and until National Cooperative awards Vendor a Piggy- Back Award and the BuyBoard Administrator notifies Vendor in writing of such Piggy-Back Award as provided for herein. WHEREFORE, by signing below Vendor agrees to the foregoing and warrants that it has the authority to enter into this Agreement. PM Construction & Rehab, LLC Proposal No. 555-18 Name of Vend Proposal Invitation Number Bac Ong Signature of Authorized Company Official Printed Name of Authorized Company Official August 10, 2017 Date Proposal Forms CONST v.05.05.2017 Page 20 of 70 u yBoarde • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 •www.buvboard.com FEDERAL AND STATE/PURCHASING COOPERATIVE EXPERIENCE The Cooperative strives to provide its members with the best services and products at the best prices available from vendors with the technical resources and ability to serve Cooperative members. Please respond to the following questions. 1. Provide the dollar value of sales to or through purchasing cooperatives at or based on an established catalog or market price during the previous 12-month period or the last fiscal year: $1.554.583.79 . (The period of the 12 month period is 1/1/2016 /1/1/2017 ). In the event that a dollar value is not an appropriate measure of the sales, provide and describe your own measure of the sales of the item(s). 2. By submitting a proposal, you agree that, based on your written discounting policies, the discounts you offer the Cooperative are equal to or better than the best price you offer other purchasing cooperatives for the same items under equivalent circumstances. 3. Provide the information requested below for other purchasing cooperatives for which Proposer currently serves, or in the past has served, as an awarded vendor. Rows should be added to accommodate as many purchasing cooperatives as required. CURRENT FORMER VENDOR (YIN)?- AWARDED PURCHASING VENDOR? IF YES, LIST YEARS COi•lMODITY GROUP (YIN) AS VENDOR CATEGORY(ILS) 1. Federal General Services Administration 2.T-PASS(State of Texas) 3. U.S. Communities Purchasing Alliance 4. National IPA/TCPN 5. Houston-Galveston Area Council (HGAC) Y Y, 2013-2018 Tronchlcss Pipoline Rehabilitation Sewcns 6. National Joint Powers Alliance(NJPA) 7. E&I Cooperative 8.The Interlocal Purchasing System (TIPS) 9. Other ❑ MY COMPANY DOES NOT CURRENTLY HAVE ANY OF THE ABOVE OR SIMILAR TYPE CONTRACTS. CURRENT BUYBOARD VENDORS If you are a current BuyBoard vendor in the same contract category as proposed in this Proposal Invitation, indicate the discount for your current BuyBoard contract and the proposed discount in this Proposal. Explain any difference between your current and proposed discounts. 0 Current Discount(%):0 0 Proposed Discount(%):0% Explanation: Proposal Forms CONST v.05.05.2017 Page 21 of 70 u �' oar Cooperative Purchasing 12007 Research Boulevard • Austin,Texas 78759-2439- PH: 800-695-2919 •FAX: 800-211-5454 •www.buvboard.com By signature below, I certify that the above is true, complete and accurate and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name /v\AA.14441Yke-V- Bac Ong Signature of Authorized Company Official Printed Name Proposal Forms CONSr v.05.05.2017 Page 22 of 70 A!VHoard • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439• PH: 800-695-2919• FAX: 800-211-5454 •www.buyboard.com GOVERNMENTAL REFERENCES For your Proposal to be considered, you must supply a minimum of five (5) individual governmental entity references. The Cooperative may contact any and all references provided as part of the Proposal evaluation. Provide the information requested below, including the existing price/discounts you offer each customer. The Cooperative may determine whether prices/discounts are fair and reasonable by comparing prices/discounts stated in your Proposal with the prices/discounts you offer other governmental customers. Attach additional pages if necessary. Quantity/ Entity Name Contact Phone# Email Address Discount Volume 1 City of Houston,Ragu Nednur,832-395-4935,raghavender.nednur@houstontx.gov,no discount,qty.24/volume$88,000,000(2017) 2.San Antonio Water System, Barry Smith Sr.,210-233-3584,barry.smith@saws.org,no discount, qty.2/volume$3,400,000(2017) 3.City of Pasadena,Thelma Holeman,713-475-7293,THoleman@ci.pasadena.tx.us,no discount,qty. 1 /volume$1,600,000(2016) 4.City of Corpus Christi, Ruben Barrera,361-826-3500, RubenB@cctexas.com,no discount,qty.5/volume$15,800,000(2017) 5.Clear Lake City Water Authority,Edward Streich, P.E.,ecstreich@lan-inc.com, no discount,qty. 1 /volume$39,000(2017) Do you ever modify your written policies or standard overnmental sales practices as identified in the above chart to give better discounts(lower prices) than indicated? YES al NO Q If YES, please explain: By signature below, I certify that the above is true and correct and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name It\AAkkAAAdhl Signature of Authorized Company Official Bac Ong Printed Name Proposal Forms CONST v.05.05.2017 Page 23 of 70 • iii'Board ji_ y B • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919 • FAX: 800-211-5454 •www.buyboard.com MARKETING STRATEGY For your Proposal to be considered, you must submit the Marketing Strategy you will use if the Cooperative accepts all or part of your Proposal. (Examnlv Explain how your company will Initially inform Cooperative members of your BuyBoard contract and how you will continue to support the BuyBoard for the duration of the contract period.) Attach additional pages if necessary. See attached Marketing Strategy PM Construction & Rehab, LLC Company Name Signature of Authorized Company official Bac Ong Printed Name Proposal Forms CONST v.05.05.2017 Page 24 of 70 )11. PIS. SOUTH CENTRAL THE SCIENCE OF UNDERGROUND SOLUTIONS Marketing Plan External Marketing to End Users Prior to execution of contract, IPR and its operations personnel will be responsible for effectively communicating with the end users that IPR will be supplying services to. For many typical projects, Project Managers and operations personnel will communicate with residence through the use of door to door conversations and door hangers. This proactive communication will provide all users with detailed information of any affects the project will have on their community. Residence will also be supplied with name and phone numbers of personnel at IPR that will be available to provide any answers to questions or concerns that could emerge during construction. When necessary, IPR will utilize its marketing department and social media to provide press releases within the area of IPR's involvement in construction work within their area. IPR South Central • 7600 S.Santa Fe Dr.Building E Houston,Texas.77061 '� SOUTH Cr-NTRAI www.teamipr.com •-. y..'. IPR. SOUTH CENTRAL THE SCIENCE OF UNDERGROUND SOLUTIONS Marketing Plan IPR South Central is excited about the opportunity to provide Buy Board and its users with Trenchless Pipe Rehabilitation Services. Below IPR has provided an explanation of its plan to market its involvement in the proposal to internal personnel as well as the end users that will be receiving the finished goods and services. Internal Marketing IPR utilizes a number of tools to ensure that all staff personnel have been familiarized with current opportunities with potential clients. This includes weekly bid calls among our business development managers, estimators, and management to communicate future bid opportunities and their requirements as well as any updates on wins or losses on bids. As a result our sales forces are kept in constant communication of any awarded contracts from Buy Board or any other client. IPR's staff plans to communicate the use of Buy Board to all personnel within the sales and marketing team as a tool for providing rehabilitation services to multiple municipalities and end users. In addition to the use of weekly bid calls, IPR's sales and marketing team uses a comprehensive Customer Management Resource tool that actively tracks and reports future contracts currently under bid. These reports are generated on a weekly basis and shares amongst all management personnel. All awarded contracts are listed within the resource providing insight to work on hand. Finally, weekly operations meetings are held amongst operations and management personnel. This provides and opportunity for our staff to communicate any new contracts that have been awarded and added to the operations plan while detailing any requirements within the contract to the operations team. At the time the awarded project is assigned a project manager that will be responsible for overseeing the project from beginning to end while communicating between government officials, operations personnel, and the general manager of the business unit. All involved staff will be responsible for developing a plan to execute the contract for the municipality and its users on time and under budget. Communication and Training of Staff IPR's bidding process includes the involvement of all staff personnel including estimators, operations, business development managers, project managers, contract administrators, and general managers. As a result, prior to bid or award of contract, IPR's staff has familiarized its self with the requirements detailed within Buy Board's request for proposal. Following the award of any work from municipality officials,these requirements will be reviewed by staff officials once more where tasks and assignments will be given to proper personnel. IPR believes in the use of effect communication to ensure that all requirements are fully understood and met by our team to provide exceptional services to current and future end users. IPR South Central := • 7600 S.Santa Fe Dr. Building E IPR • •,,,:�� Houston,Texas.77061 � ���: SOUTH CENTRAL.www.teamior.com < aJ!YBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439• PH:800-695-2919 •FAX: 800-211-5454•www.buvboard.com CONFIDENTIAL/PROPRIETARY INFORMATION A. Public Disclosure Laws All Proposals, forms, documentation, or other materials submitted by Vendor to the Cooperative in response to this Proposal Invitation, including catalogs and pricelists, may be subject to the disclosure requirements of the Texas Public Information Act (Texas Government Code chapter 552.001, et. seq.) or similar disclosure law. Proposer must clearly identify on this form any information in its Proposal (including forms, documentation, or other materials submitted with the Proposal) that Proposer considers proprietary or confidential. If Proposer fails to properly identify the information, the Cooperative shall have no obligation to notify Vendor or seek protection of such information from public disclosure should a member of the public or other third party request access to the information under the Texas Public Information Act or similar disclosure law. Proposer will be notified of any third party request for information in a Proposal that Proposer has identified in this form as proprietary or confidential. Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain information which Vendor considers proprietary or confidential? Please check(V)one of the following: p NO,I certify that none of the information included with this Proposal is considered confidential or proprietary. ElYES,I certify that this Proposal contains information considered confidential or proprietary and all such information is specifically identified on this form. If you responded"YES", you must identify below the specific information you consider confidential or proprietary. List each page number, form number, or other information sufficient to make the information readily identifiable. The Cooperative and its Administrator will not be responsible for a Proposer's failure to clearly identify information considered confidential or proprietary. Further, by submitting a Proposal, Proposer acknowledges that the Cooperative and its Administrator will disclose information when required by law, even if such information has been identified herein as information the vendor considers confidential or proprietary. Confidential/ Proprietary Information: (Attach additional sheets if needed.) Proposal Forms CONST v.05.05.2017 Page 25 of 70 u Board° • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 •www.buvboard.cQm Coovriaht Information Does your Proposal (including forms, documentation, or other materials submitted with the Proposal) contain copyright information? plead check(IA one of the following: E] NO, Proposal(including forms,documentation,or other materials submitted with the Proposal)does not contain copyright information. YES, Proposal(including forms,documentation,or other materials submitted with the Proposal)does contain copyright information. If you responded"YES",identify below the specific documents or pages containing copyright information. Copyright Information: N / A (Attach additional sheets if needed.) C,Consent to Release Confidential/Proprietarv/Copyright Information to BuyBoard Members BuyBoard members (Cooperative and nonprofit members) seeking to make purchases through the BuyBoard may wish to view information included in the Proposals of awarded Vendors. If you identified information on this form as confidential, proprietary, or subject to copyright, and you are awarded a BuyBoard contract, your acceptance of the BuyBoard contract award constitutes your consent to the disclosure of such information to BuyBoard members, Including posting of such information on the secure BuyBoard website for members. Note: Neither the Cooperative nor its Administrator will be responsible for the use or distribution of information by BuyBoard members or any other party. D.Consent to Release Proposal Tabulation Notwithstanding anything in this Confidential/Proprietary Information form to the contrary, by submitting a Proposal, Vendor consents and agrees that, upon Contract award, the Cooperative may publically release, including posting on the public BuyBoard website, a copy of the proposal tabulation for the Contract including Vendor name; proposed catalog/pricelist name(s); proposed percentage discount(s), hourly labor rate(s), or other specified pricing; and Vendor award or non-award information. By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. PM Construction & Rehab, LLC Company Name Signature of Authorized Company Official Bac Ong Printed Name August 10, 2017 Date Proposal Forms CONST v.05.05 2017 Page 26 of 70 A!YBoard • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454 •www.buvboard.com VENDOR BUSINESS NAME By submitting a Proposal, Proposer is seeking to enter into a legal contract with the Cooperative. As such, a Proposer must be an individual or legal business entity capable of entering into a binding contract. Proposers, must completely and accurately provide the information requested below or your Proposal may be deemed non-responsive. Name of Proposing Company: PM Construction & Rehab, LLC (List the fecal name of the company seeking to contract with the Cooperative. Do NOT list an assumed name,dba,aka,etc.here. Such information may be provided below. If you are submitting a joint proposal with another entity to provide the same proposed goods ar services, each submitting entity should complete a separate vendor information form. Separately operating legal business entities, even if affiliated entities, which propose to provide goods or services separately must submit their own Proposals.) Please check(V)on of the following: Type of Business: Individual/Sole Proprietor Corporation Limited Liability Company x Partnership Other If other, identify State of Incorporation (if applicable): N /A Federal Employer Identification Number: 62-1645414 (Vendor must include a completed RS j4(7,9 form with their proposal) List the Name(s) by which Vendor, if awarded, wishes to be identified on the BuyBoard: (Note: If different than the Name of Proposing Company listed above, only valid trade names(dba, aka, etc.)of the Proposing Company may be used and a copy of your Assumed Name Certificate(s),if applicable,must be attached.) IPR South Central LLC Proposal Forms CONST v.05.05,2017 Page 27 of 70 Form W_'9 Request for Taxpayer Give Form to the (Rev.December2014) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service 1 Name(as shown on your Income tax return).Name is required on this line;do not leave th's line blank. PM Construction&Rehab,LLC 2 Business name/disregarded entity name,if different from above IPR South Central LLC m o- 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions(codes apply only to certain entities,not individuals;see ° ❑Individual/sole proprietor or ❑ C Corporation ❑S Corporation (11 Partnership ❑Trust/estate instructions on page 3): a c single-member LLC Exempt payee code(if any) ,2 ❑✓ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P-partnership)► P 0 2 Note.For a single-member LLC that Is disregarded,do not check LLC;check the appropriate box in the line above for Exemption from FATCA reporting c y the tax classification of the single-member owner. code(if any) a C ❑Other(see Instructions)I. (Appdos to accounts maintained Wlslde the U.S, )E 5 Address(number,street,and apt.or suite no.) Requester's name and address(optional) u a 131 N.Richey 6 City,state,and ZIP code n Pasadena,Texas 77506 7 List account number(s)here(optional) Part I Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid I Social security number 1 backup withholding.For individuals,this is generally your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other - - entities,It is your employer identification number(EIN).If you do not have a number,see How to get a TiIN on page 3. or Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for Employer identification number guidelines on whose number to enter. 6 2 — 1 6 4 5 4 1 4 Part II Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. I am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. I am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 3. Sign Signature o/ ',.- Here U.S.person► Date► August 10,2017 General Instructions •Form 1098(home mortgage interest),109E-E(student loan interest),1098-T (tuition) Section references are to the Internal Revenue Code unless otherwise noted. •Form 1099-C(canceled debt) Future developments.Information about developments affecting Form W-9(such •Form 1099-A(acquisition or abandonment of secured property) as legislation enacted after we release it)is at www.irs.gov/Iw9. Use Form W-9 only if you are a U.S.person(mc'uding a resident aten),to Purpose of Form provide your correct TIN. An individual or entity(Form W-9 requester)who is required to file an information If you do not return Form W-9 to the requester with a TIN,you might be subject return with the IRS must obtain your correct taxpayer identification number(TIN) to backup withholding,See What is backup withholding?on page 2. which may be your social security number(SSN),Individual taxpayer identification By signing the filled-out form,you: number(ITIN),adoption taxpayer identification number(ATIN),or employer 1.Certify that the TIN you are giving is correct(or you are wa ting for a number identification number(EIN),to report on an information return the amount paid to to be issued), you,or other amount reportable on an information return.Examples of information returns Include,but are not limited to,the following: 2.Certify that you are not subject to backup withho d ng,or •Form 1099-INT(interest earned or paid) 3.C aim exemption from backup withholding f you are a U.S.exempt payee.If •Form 1099-DIV(dividends,Including those from stocks or mutual funds) applicable,you are also certifying that as a U,S.person,your allocable share of any partnership Income from a U.S.trade or business Is not subject to the •Form 1099-MISC(various types of Income,prizes,awards,or gross proceeds) withholding tax on foreign partners'share of effectively connected income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(if any)Indicating that you are brokers) exempt from the FATCA report ng,is correct.See What is FATCA reporting?on •Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) . i.. o. Office of the Secretary of State Filed in the Office of the ' Corporations Section Secretary of State of Texas Yi• • P O. Box 13697 Filing#:9809011 9/6/2016 Document#: 68821 0650004 Austin, Texas 78711-3697 image Generated Electronically (Form 503) for Web Filing ASSUMED NAME CERTIFICATE FOR FILING WITH THE SECRETARY OF STATE 1. The assumed name under which the business or professional service is or is to be conducted or rendered is: IPR South Central LLC 2, The name of the entity as stated in its certificate of formation, application for registration, or comparable document is: PM Construction & Rehab, LLC 3. The state, country, or other jurisdiction under the laws of which it was incorporated,organized or associated is TENNESSEE, USA and the address of its registered or similar office in that jurisdiction is: 6059 Tazewell Pike, Knoxville,TN, USA 37918 4. The period,not to exceed 10 years, during which the assumed name will be used is : 10 year(s) 5. The entity is a: Foreign Limited Liability Company(LLCZ 6. The entity's principal office address is: 131 N Richey, Pasadena,TX, USA 77506 7. The entity is not organized under the laws of Texas and is not required by law to maintain a registered agent and registered office in Texas. Its office address outside the state is: 8. The county or counties where business or professional services are being or are to be conducted or rendered under such assumed name are: ALL COUNTIES 9, The undersigned, if acting in the capacity of an attorney-in-fact of the entity,certifies that the entity has duly authorized the attorney-in-fact in writing to execute this document. The undersigned signs this document subject to the penalties imposed by law for the submission of a materially false or fraudulent instrument. A!YBoard • • Cooperative Purchasing 12007 Research Boulevard 'Austin,Texas 78759-2439 • PH; 800-695-2919 • FAX: 800-211-5454 •www.buvboard.com EDGAR VENDOR CERTIFICATION (2 CFR Part 200 and Appendix II) When a Cooperative member seeks to procure goods and services using funds under a federal grant or contract, specific federal laws, regulations,and requirements may apply in addition to those under state law. This includes, but is not limited to, the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 CFR 200 (sometimes referred to as the"Uniform Guidance" or new"EDGAR"). All Vendors submitting proposals must complete this EDGAR Certification Form regarding Vendor's willingness and ability to comply with certain requirements which may be applicable to specific Cooperative member purchases using federal grant funds. This completed form will be made available to Cooperative members for their use while considering their purchasing options when using federal grant funds. Cooperative members may also require Vendors to enter into ancillary agreements, in addition to the BuyBoard contract's general terms and conditions, to address the member's specific contractual needs, including contract requirements for a procurement using federal grants or contracts. For each of the items below, Vendor should certify Vendor's agreement and ability to comply, where applicable, by having Vendor's authorized representative complete and Initial the applicable boxes and sign the acknowledgment at the end of this form. If you fall to complete any Item in this form, the Cooperative will consider and may list the Vendor's response on the fluyfoard as "NO,'"the Vendor Is unable or unwilling to comply. A "NO" response to any of the items may, if applicable, impact the ability of a Cooperative member to purchase from the Vendor using federal funds. 1. Vendor Violation or Breach of Contract Terms: Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 USC 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Provisions regarding Vendor default are included in the BuyBoard General Terms and Conditions, including Section E,18, Remedies for Default and Termination of Contract. Any Contract award will be subject to such BuyBoard General Terms and Conditions, as well as any additional terms and conditions in any Purchase Order, Cooperative member ancillary contract, or Member Construction Contract agreed upon by Vendor and the Cooperative member which must be consistent with and protect the Cooperative member at least to the same extent as the BuyBoard Terms and Conditions. The remedies under the Contract are in addition to any other remedies that may be available under law or in equity. By submitting a Proposal,you agree to these Vendor violation and breach of contract terms. 2. Termination for Cause or Convenience: For any Cooperative member purchase or contract in excess of $10,000 made using federal funds, you agree that the following term and condition shall apply: The Cooperative member may terminate or cancel any purchase order under this Contract at any time, with or without cause, by providing seven (7) business days advance written notice to the Vendor. If this Agreement is terminated in accordance with this Paragraph, the Cooperative member shall only be required to pay Vendor for goods or services delivered to the Cooperative member prior to the termination and not otherwise returned in accordance with Vendor's return policy. If the Cooperative member has paid Vendor for goods or services not yet provided as of the date of termination, Vendor shall immediately refund such payment(s). If an alternate provision for termination of a Cooperative member purchase for cause and convenience, including the manner by which it will be effected and the basis for settlement, is included in the Cooperative member's purchase order, ancillary agreement, or Member Construction Contract agreed to by the Vendor, the Cooperative member's provision shall control. Proposal Forms CONST v.05.05.2017 Page 28 of 70 MYBoard Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439• PH:800-695-2919 •FAX: 800-211-5454•www.buvboard.conm 3. Equal Employment Opportunity: Except as otherwise provided under 41 CFR Part 60, all Cooperative member purchases or contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 shall be deemed to include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR Part 60,"Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." The equal opportunity clause provided under 41 CFR 60-1.4(b) is hereby incorporated by reference. Vendor agrees that such provision applies to any Cooperative member purchase or contract that meets the definition of "federally assisted construction contract"in 41 CFR Part 60-1.3 and Vendor agrees that it shall comply with such provision. 4. Davis-Bacon Act: When required by Federal program legislation, Vendor agrees that, for all Cooperative member prime construction contracts/purchases in excess of $2,000, Vendor shall comply with the Davis-Bacon Act (40 USC 3141-3144, and 3146- 3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, Vendor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determinate made by the Secretary of Labor. In addition,Vendor shall pay wages not less than once a week. Current prevailing wage determinations issued by the Department of Labor are available at www.wdol.gov. Vendor agrees that, for any purchase to which this requirement applies, the award of the purchase to the Vendor Is conditioned upon Vendor's acceptance of the wage determination. Vendor further agrees that it shall also comply with the Copeland "Anti-Kickback"Act(40 USC 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. 5. Contract Work Hours and Safety Standards Act: Where applicable,for all Cooperative member contracts or purchases in excess of$100,000 that involve the employment of mechanics or laborers, Vendor agrees to comply with 40 USC 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 USC 3702 of the Act, Vendor is required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 USC 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. 6. Right to Inventions Made Under a Contract or Agreement: If the Cooperative member's Federal award meets the definition of"funding agreement" under 37 CFR 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance or experimental, developmental, or research work under that"funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. Vendor agrees to comply with the above requirements when applicable. Proposal Forms CONsr v.05.05.2017 Page 29 of 70 ituyBoardiv • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439• PH: 800-695-2919 •FAX: 800-211-5454•www.buyboard.com 7. Clean Air Act and Federal Water Pollution Control Act: Clean Air Act (42 USC 7401-7671q.) and the Federal Water Pollution Control Act (33 USC 1251-1387), as amended — Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 USC 7401- 7671q.)and the Federal Water Pollution Control Act, as amended (33 USC 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). When required, Vendor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act and the Federal Water Pollution Control Act. 8. Debarment and Suspension: Debarment and Suspension (Executive Orders 12549 and 12689) — A contract award (see 2 CFR 180.220) must not be made to parties listed on the government-wide exclusions In the System for Award Management(SAM), In accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1966 Comp. p. 189) and 12689 (3 CFR Part 1989 Comp. p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared Ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor certifies that Vendor is not currently listed on the government-wide exclusions in SAM, is not debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor further agrees to immediately notify the Cooperative and all Cooperative members with pending purchases or seeking to purchase from Vendor if Vendor is later listed on the government-wide exclusions in SAM, or Is debarred, suspended, or otherwise excluded by agencies or declared ineligible under statutory or regulatory authority other than Executive Order 12549. 9. Byrd Anti-Lobbying Amendment: Byrd Anti-Lobbying Amendment(31 USC 1352) --Vendors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 USC 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. As applicable, Vendor agrees to file all certifications and disclosures required by, and otherwise comply with,the Byrd Anti-Lobbying Amendment(31 USC 1352). 10. Procurement of Recovered Materials: For Cooperative member purchases utilizing Federal funds, Vendor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act where applicable and provide such information and certifications as a Cooperative member may require to confirm estimates and otherwise comply. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery, and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 11. Profit as a Separate Element of Price: For purchases using federal funds in excess of$150,000, a Cooperative member may be required to negotiate profit as a separate element of the price. See, 2 CFR 200.323(b). When required by a Cooperative member, Vendor agrees to provide information and negotiate with the Cooperative member regarding profit as a separate element of the price for a particular purchase. However, Vendor agrees that the total price, including profit, charged by Vendor to the Cooperative member shall not exceed the awarded pricing, including any applicable discount, under Vendor's Cooperative Contract. Proposal Forms CONST v.05.05.2017 Page 30 of 70 i!vBoard • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800-211-5454•www,buyboard.corn 12. General Compliance and Cooperation with Cooperative Members: In addition to the foregoing specific requirements, Vendor agrees, in accepting any Purchase Order from a Cooperative member, it shall make a good faith effort to work with Cooperative members to provide such information and to satisfy such requirements as may apply to a particular Cooperative member purchase or purchases including, but not limited to, applicable recordkeeping and record retention requirements. Vendor Certification: YES,I agree or Vendor Certification Item No. NO, I do NOT agree Initial 1. Vendor Violation or Breach of Contract Terms Yes 2. Termination for Cause or Convenience .,` Yes 3. Equal Employment Opportunity Yes 4. Davis-Bacon Act Yes 5. Contract Work Hours and Safe Standards Act tyYes 6. Right to Inventions Made Under a Contract or Agreement Yes 7. Clean Air Act and Federal Water Pollution Control Act Yes 8. Debarment and Suspension p Yes 9. Byrd Anti-Lobbying Amendment Yes 10. Procurement of Recovered Materials Yes t°„<.Profit as a Separate Element of Price Yes �j o 12, General Compliance and Cooperation with Cooperative Members Yeses By signature below, I certify that the information in this form is true, complete, and accurate and that I am authorized by my company to make this certification and all consents and agreements contained herein. PM Construction & Rehab, LLC Company Nam Signature of Authorized Company Official Bac Ong Printed Name Proposal Forms CONST v 05.05.2017 Page 31 of 70 i!YBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 . PH: 800-695-2919 •FAX:800-211-5454 •www.b4Yboard.com PROPOSAL INVITATION QUESTIONNAIRE The Cooperative will use your responses to the questions below in evaluating your Proposal and technical and financial resources to provide the goods and perform the services ("Work") under the BuyBoard contract contemplated by this Proposal Invitation ("Contract"). Proposers must fully answer each question, numbering your responses to correspond to the questions/numbers below. Proposers must complete below or attach your responses to this questionnaire, sign where indicated below, and submit the signed questionnaire and your responses to all questions in one document with your Proposal. You must submit the signed questionnaire and responses with your Proposal or the Proposal will not be considered. 1. List the number of years Proposer has been in business and former business names(if applicable). Note whether your company is currently for sale or involved in any transaction that would significantly alter its business or result in acquisition by another entity. 20 years PM Construction & Rehab, LP (1/27/1997 - 7/4/2011) 2. Describe Proposer's direct experience (not as a subcontractor) performing the work proposed under this contract. Include a brief description of the projects you have completed for Texas governmental entities in the last 5 years, and include for each the project name, scope,value, and date, and the name of the procuring government entity and entity contact person. Identify the contracts that best represent Proposer's capabilities relative to this contract. See attached Project References - CIPP - completed as prime within 5 years. 3. Describe the resources Proposer has to manage staff and successfully perform the Work contemplated under this Contract. State the number and summarize the experience of company personnel who may be utilized for the Work, including those who will be available to Cooperative members for assistance with project development, technical issues, and product selection for Work associated with this Contract. See attached Executive Summary, Equipment List and Resumes for Bac Ong -Senior General Manager, Christian Abels - General Manager, Noe Carreon - Superintendent and Joe Sura - Superintendent. Experience for Juan Balderas- Superintendent is 7 years as superintendent for Trecnhless Rehab. The number of company personnel is 154 Proposal Forms CONST v.05.05.2017 Page 32 of 70 iflJ'Hoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919•FAX: 800-211-5454 •www.buvboard.coni 4. The Contract does not include architectural or engineering services, which must be procured separately, outside of the Cooperative, In accordance with Chapter 2254 of the Texas Government Code(Professional Services Procurement Act). If you are performing work under the contract on a project that requires the services of an architect or professional engineer, how will you work with a Cooperative member and its designated architect or engineer with respect to services that must be procured outside the contract? All work performed will be to ASTM design standards and equipment and materials will be operated according to the manufacturer specs. 5. Describe the tasks and functions that can be completed by Proposer in-house without the use of a subcontractor or other third party. All tasks and functions can be completed by PM Construction & Rehab, LLC DBA IPR South Central, LLC Except for Section 14: Horizontal Directional Drilling which will be completed by subcontractor. 6. Describe Proposer's financial capability to perform the Contract. State or describe the firm's financial strength and rating, bonding capacity, and insurance coverage limits. State whether the firm, or any of the firm's past or present owners, principal shareholders or stockholders, or officers, have been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years, and identify any such debtor party by name and relationship to or position with your firm. See attached Financial Statement. Our bonding capacity is$150,000,00 aggregate and $25,000,000 single. See attached sample Certificate of Liability Insurance. PM Construction& Rehab, LLC DBA IPR South Central LLC or any past or present owners, principal shareholders or stockholders,or officers, have not been a debtor party to a bankruptcy, receivership, or insolvency proceeding in the last 7 years. 7. Does your company have any outstanding financial judgments and/or is it currently in default on any loan or financing agreement? If so, provide detailed information on the nature of such items and prospects for resolution. No Proposal Forms CONST v.05.05.2017 Page 33 of 70 J!vBoard • • Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH:800-695-2919 • FAX: 800-211-5454 •www.buvboard.conl 8. List all contracts, if any, in the last 10 years on which Proposer has defaulted,failed to complete or deliver the work, or that have been terminated for any reason. Include any contract for which the surety was notified of a potential claim in regards to a payment or performance bond. For each such contract, provide the project name, scope, value and date and the name of the procuring entity. Fully explain the circumstances of the default, notice to surety, failure to complete or deliver the work,or termination. None 9. List all litigation or other legal proceedings (including arbitration proceedings and/or claims filed with a surety in regards to a payment or performance bond), if any, in the last 10 years brought against your firm, or any of the firm's past or present owners, principal shareholders or stockholders, officers, agents or employees, that relates to or arises from a contract similar to this Contract or the work contemplated under this Contract. Provide the style of the lawsuit or proceeding (name of parties and court or tribunal in which filed), if applicable, nature of the claim, and resolution or current status. None 10. Describe in detail the quality control system Proposer will use, including third party auditing certification,to support the long-term performance and structural strength of the products to be used in a project under the Contract. See attached QA/QC document for CIPP 11. If the work will require Proposer to tender performance or payment bonds, provide the name of the bonding company or surety that will issue such bonds. Arch Insurance Company Proposal Forms CONST v.05.05.2017 Page 34 of 70 A!VBoard@ 0 � Cooperative Purchasing 12007 Research Boulevard •Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX:800-211-5454 •wwwwb yboard.cQm 12. Describe in detail all documented safety issues, if any, that have involved Proposer in the last three(3)years related to the type of work contemplated under this contract. Provide a 3-year history of your firm's workers compensation experience modifier. See attached OSHA reports and letter regarding workers compensation experience modifier. By signature below, I certify that the information contained in and/or attached to this Proposal Invitation Questionnaire in response to the above questions is true and correct and that I am authorized by my company to make this certification. PM Construction & Rehab, LLC Company Name Signature of Authorized Company Official Proposal Forms CONST v 05.05.2017 Page 35 of 70 iA!vBoard • • Cooperative Purchasing 12007 Research Boulevard•Austin,Texas 78759-2439 • PH: 800-695-2919 • FAX: 800 211-5454 •www.buvboard.com REQUIRED FORMS CHECKLIST (Please check(I)the follow ng) O Completed: Proposer's Agreement and Signature El Completed:Vendor Contact Information El Completed: Felony Conviction Disclosure and Debarment Certification El Completed: Resident/Nonresident Certification [f Completed: Historically Underutilized Business(HUB)Certification) (] Completed: Construction Related Goods and Services Affirmation D Completed: Deviation/Compliance [] Completed: Dealership Listings O Completed: Texas Regional Service Designation (� Completed: State Service Designation El Completed: National Purchasing Cooperative Vendor Award Agreement 0 Completed: Federal and State/Purchasing Cooperative Experience ▪ Completed: Governmental References E Completed: Marketing Strategy l Completed: Confidential/Proprietary Information • Completed: Vendor Business Name with IRS Form W-9 El Completed: EDGAR Vendor Certification El Completed: Proposal Invitation Questionnaire El Completed: Required Forms Checklist C Completed: Proposal Specification Form with Catalogs/Pricelists, Root Control Services License and Registration icstaftvprlcetists must be submitted with p vposal,esnoi a or tesparse will not be considef d Proposal Forms CONST v.05 05.2017 Page 36 of 70 oar:' Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalcgs/Pricelists must be submitted with Proposal or Proposal will not be cons deredl,) JMOTE I:Vendors proposing various manufacturer product lines per line item on the Proposal Specification Form must submit the information as follows or proposal may not be considered: D'lanufacturers shall be listed in alphabetical order lalendor's must list one specific percentage discount for each Manufacturer listed. If a vendor's response to Proposal Specification Form states"please see attachment sheet,"all manufacturers listed on the attachment sheet must indicate per manufacturer the line item that correlates to Proposal Specification Form or Vendor's proposal may not be considered. NOTE 2:An awarded vendor for Root Control Services must be licensed in accordance with federal and state regulations for pesticide control services, USEPA Root Control Agent Registration,and Texas Root Control Product Registration. An awarded vendor's applicators must be certified to provide these services. Material Safety Data Sheets(MSDS)for all chemicals and pesticides must be made available and provided to Cooperative members upon request. Proposer's responding to this Proposal Invitation should submit proof of license for Texas(or other applicable state(s))Pesticide Business License No(s), Federal Department of Transportation No.,USEPA Root Control Agent Registration No.,Texas(or other applicable state(s))Root Control Product Registration No.,Name of Pollution Liability Insurance Carrier,List of Employees with Certificates of Completion in confined space entry training,per 29 CFR 1910.146,including certificate number and date of certification,Proposer's Texas(or other applicable state(s))Certified Pesticide Applicators. NOTE 3:Vendors proposing to provide installation and repair services may propose a not-to-exceed hourly labor rate,a not-to exceed coefficient for unit price book,or both. A coefficient proposed should be the price multiplier that vendor proposes to be applied to the unit price book(s)identified in the Proposal specifications. Coefficients shall be"net"(e.g.1.0)or a percentage"decrease from"(e.g.0.95)or"increase from"(e.g.1.21)the unit prices listed in the unit price book. Coefficient factors are to be carried no further than two(2)decimal places State Percent(%)of Item Discount off State Name of Exceptions to No. Shorteescription Full Description Catalog/Prier Catalog/Pricelisti Discount assignxThermo Cured Products Discount(%)Off Catalog/Pricelist for Please state the discount(%)off catalog/pncelist for CIPP Mainline Buy Board None 1 CIPP Mainline Rehabilitation Gravity Applications and Additional Associated 0 Catalog/Pricelist Rehabilitation Gravity Items. Catalog/Pricelist MUST be induded or proposal will not be Applications considered. Discount(%)Off Catalog/Pricelist for Please state the discount(%)off catalog/pncelist for Pipebursting O Buy Board Norte 2 Pi bursting Rehabilitation and Additional Associated Items. Catalog/Pricelist % Catalog/Pricelist MUST be induded or proposal will not be considered. Rehabilitation Discount(%)Off Buy Board Catalog/Price!st for Please state the discount(%)off catalog/pricelist for Bypass for O Y 3 GravityPipelines and Additional Associated Items. % Catalo !Pricelist Bypass for Gravity9 Pipelines Catalog/Pricelist MUST be induded or proposal will not be considered. PROPOSAL NOTE 1.Catal s/Pricelists arePROPOSAL SPECIFICATION FORM oq requ red to be submitted with Proposal Page 37 of 70 'Board' Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be consideredl.) State Percent(%)of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelisti catalog/PAcellsti Discount Discount(%)Off Please state the discount(%)off catalog/pricelist for Clean/TV and Buy Board None Catalog/Pricelist for 0 Catalog/Pricelist 4 Clean/TV and Evaluation for Gravity Pipelines and Additional Associated % Evaluation for Gravity Items Catalog/Pricelist MUST be included or proposal will not be considered. Pipelines Discount(%)Off Please state the discount(%)off catalog/pricelist for Excavation and Buy Board None 5 Catalog/Pricelist for Additional Associated Items. Catalog/Pricelist MUST be included or ® % Catalog/Pricelist Excavation proposal will not be considered. Discount(%)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for HOPE Tight 0 Catalog/Pricelist 6 Fitting Liner(IPS diameters)and Additional Associated Items HDPE Tight Fitting Uner (IPS diameters) Catalog/Pricelist MUST be included or proposal will not be considered. Discount(%)Off Please state the discount(%)off catalog/pricelist for Polyester Buy Board None Catalog/Pricelist for Catalog/Pricelist 7 Polyester Reinforced Reinforced Polyethylene(PRP)Pipe Liner and Additional % Polyethylene(PRP)Pipe Associated Items. catalog/Pricelist MUST be included or proposal will not be considered. Liner Discount(%)Off Buy Board Catalog! Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for CIPP Pressure O Pricelist 8 CIPP Pressure Pipe Pipe Lining For Potable and Non-Potable Pressure Pipelines cyO None Lining For Potable and and Additional Associated Items. Catalog/Pricelist MUST be Included Non-Potable Pressure or proposal will not be considered. Pipelines Discount(%)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Pressure 0 Catalog/Pricelist 9 Pressure Pipeline Pipeline Bypass and Additional Associated Items, % Catalog/Pricelist MUST be included or proposal will not be considered. Bypass PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricelists are required to be submitted with Proposal Page 38 or 70 gllYBoard" Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Pricellsts must be submitted with Proposal or Proposal will not be consideredl.) Slade Percent(%)of Item Discount off State Name of Excep6ons to No. Start Description Full Desaiption Catalog/Priceilsst1 Catalog/Prioelisti Discount Discount(%)Off Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Line Cleaning Buy Board Catalog/ 10 Line Cleaning and and Inspection for Pressure Pipelines and Mechanical Cleaning 0 % Pricelist Inspection for Pressure and Additional Associated Items. Catalog/Pricelist MUST be included None Pipelines and or proposal will not be considered. Mechanical Cleaning Discount(%)Off Catalog/Pricelist for Please state the discount(%)off catal Buy Beard Catch g og/pricelist for 11 Internal/External Internal/External CFRP/GFRP For Pressure Pipe&Cast In 0 Pri el sI GFRP GFRP For d_____% None / Place Concrete and Additional Associated Items. Pressure Pipe&Cast In Catalog/Pricelist MUST be included or proposal will not be considered. Place Concrete Discount(°Jo)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Gravity Sewer 12 Gravity Sewer Lateral Lateral Renewal Systems and Additional Associated Items. o % Catalog/Pricelist Renewal Systems C''t'log/Pnoelist MUST be Included or proposal will not be considered. Discount(%)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Manhole, Catalog/Pricelist Access Portals and Wet Well Renewal Systems and Additional 0 13 Manhole,Access Portals % and Wet Well Renewa Associated Items. Catalog/Pricelist MUST be included or proposal will Systems not be considered. Discount(%)Off Board None Buy Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Horizontal 0 CatBuy g/PriCelist 14 Horizontal Directional Directional Drilling(HDD)and Additional Associated Items. % Catalog/Pricelist MUST be included or proposal will not be considered. Drilling(HDD) Discount(%)Off Buy Board None Catalog/Pricelist for P ease state the discount(%)off catalog/pricelist for Glass Fiber 0 ° Catalog/Pricelist /o 15 Glass Fiber Reinforced Reinforced Polymer(GFRP)and Additional Associated Items. Polymer(GFRP) Catalog/Pricelist MUST be induded or proposal will not be considered. PROPOSAL NOTE 1.Catalogs/Pricelists are PROPOSAL SPECIFICATION FORM 9 required to be submitted with Proposal Page 39 of 70 Board' Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/PrIcelists must be submitted with Proposal or Proposal will not be considered..) State Percent(%)of Item Discount off State Name of Exceptions to No. Short Descriptiort Full Description Catalog!Prlcelisti Catsloi/Priodisti Discount Discount(%)Off O /0 Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricellst for Carbon Fiber ° 16 Reinforced Polymer(CFRP)and Additional Associated Items. Catalog/Pricelist Carbon Fiber Reinforced Catalog/Pricelist MUST he included or proposal will not be considered. Polymer(CFRP) Discount(%)Off BuyBoard None Catalog/Pricelist for All Please state the discount(%)off catalog/pricelist for All Other 17 Other Underground Underground Construction and Supplemental Items and Catalog/Pricelist Construction and Additional Associated Items. Catalog/Pricelist MUST he incuded or proposal will not be considered. Supplemental Items Sactitajj:UV Cured Products Discount(%)Off Buy Board Catalog/ Catalog/Pricelist for UV None Light Cured Spiral Please state the discount(/°°)off catalog/pricelist for UV Light Cured O Pricelist 18 Wound Fiberglass Liner Spiral Wound Fiberglass Liner for CIPP Mainline Rehabilitation for CIPP Mainline Gravity Applications and Additional Associated Items. Catalag/Pricelist MUST be included or proposal will not be considered. Rehabilitation Gravity Applications Discount(%)Off ° BuyBoard None Catalog/Pricellst for Please state the discount(/o)off catalog/pricelist for Pipebursting O 19 Rehabilitation and Additional Associated Items. Catalog/Priicelist % Catalog/Pricelist Pipebursting MUST be induded or proposal will not be considered. Rehabilitation Discount(°/a)Off Please state the discount(%)off catalog/pricelist for Structure Buy Board None Catalog/Pricelist for Catalo /Pricelist 20 Structure(Manhole) (Manhole)Rehabilitation and Corrosion Protection and 9 Rehabilitation and Additional Associated Items. catalog/Pricelist MUST be included or Corrosion Protection proposal will not be considered. Discount(°/a)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Bypass for 21 Gravity Pipelines and Additional Associated Items. % Catalog/Pricelist Bypass for Gravity Catalog/Pricelist MUST be included or proposal will not be considered. Pipelines PROPOSAL NOTE PROPOSAL sat:CIFtCATION FORM 1.Catalogs/Pricelists are required to be submitted w th Proposal Page 40 of 70 kivBoard' • Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Pricelists must be submitted with Proposal or Proposal wi I not be considered!.) State Percent(%)of Its Discount off State Mama of Exceptions to No., Short Description Full Description Catalog/Prfcelistl Catalog/Pricellsti Discount Discount(%)Off Catalog/Pricelist for Please state the discount(%)offcatalog/pricelist for Clean/TV and Buy Board Catalog! 22 Clean/TV and Evaluation for Gravity Pipelines and Additional Associated 0 Evaluation for Gravity Items. Catalog/Pricelist MUST be included or proposal will not be % Pricelist None Pipelines considered. Discount(%)Off Please state the discount(%)off catalog/pricelist for Excavation and Buy Board Catalog/ 23 Catalog/Pricellst for Additional Associated Items. Catalog/Pricelist MUST be Included or O % Pricelist None Excavation proposal will not be considered. Buy Board Catalog/ Discount(%)Off Pricelisl Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for HDPE Tight 0 24 HDPE Tight Fitting Liner Fitting Liner(IPS diameters)and Additional Associated Items. % None Catalog/Pricelist MUST be included or proposal will not be considered. (IPS diameters) Discount(%)Off CatalogJPrlceiist for Please state the discount(%)off catalog/pricelist for Polyester Buy Board Catalog) 25 Polyester Reinforced Reinforced Polyethylene(PRP)Pipe Liner and Additional 0 Pricelist Polyethylene(PRP)Pipe Associated Items. Catalog/Pricellst MUST be included or proposal will None Liner not be considered. Discount(%)Off Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for CIPP Pressure Buy Board Catalog! 26 CIPP Pressure Pipe Pipe Lining For Potable and Non-Potable Pressure Pipelines 0 Pricelist None Lining For Potable and and Additional Associated Items. Catalog/Pricelist MUST be Included Non-Potable Pressure or proposal will not be considered. Pipelines PROPOSAL NOTE 1.Catalogs/Pricelists are required to be submitted with Proposal Page 41 of 70 PROPOSAL SPECIFICATION FORM NAY Board" Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs,/Prlcelists must be submitted with Proposa'or Proposal will not be considered'.) Slate Percent(%)of Item Discount off state Naroe of Ea:tptian to No, Short Description Full Description Catalog/Priadbt= Cstialop/Prieellstl Discount Discount(%)off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricellst for Pressure Catalog/Pricelist 27 Pressure Pipeline Pipeline Bypass and Additional Associated Items. alo Catalog/Pricellst MUST be included or proposal will not be considered. Bypass Discount(%)Off Buy Board Catalog/ None Catalog/Pricellst for Please state the discount(%)off catalog/pricelist for Line Cleaning 0 28 Line Cleaning and and Inspection for Pressure Pipelines and Mechanical Cleaning Priceilst Inspection for Pressure and Additional Associated Items. Catalog/Pricellst MUST be included Pipelines and or proposal will not be considered. Mechanical Cleaning Discount(%)Off Buy Board Catalog/ None Catalog/Pricelist for Please state the discount(%)off catalog/pr celist for Storm Water Pricelist 29 Storm Water Quality Quality Pond Maintenance and Renewal and Additional 0 Pond Maintenance and Associated Items. Catalog/Pricelist MUST be included or proposal will not be considered. Renewal Discount(%)Off O Buy Board None Catalog/Pricellst for Please state the discount(%)off catalog/pricelist for Gravity Sewer 30 Lateral Renewal Systems and Additional Associated Items. % Catalog/Pricelist Gravity Sewer Lateral Catalog/Pricellst MUST be included or proposal will not be considered. Renewal Systems Discount(%)Off BuyBoard None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Manhole, Access Portals and Wet Well Renewal Systems and Additional 0 Catalog/Pricelist 31 Manhole,AcrPc Portals - °'0 and Wet Well Renewal Associated Items. Catalog/Pricelist MUST be included or proposal will not be considered. Systems Discount(%)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Horizontal Q °�° Catalog/PTICelisi 32 Horizontal Directional Directional Drilling(HDD)and Additional Associated Items. Catalog/Pricelist MUST be included or proposal will not be considered. Drilling(HOD) PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricellsts are required to be submitted with Proposal Page 42 of 70 vBoarrd' Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be considered.) Item StatePercent(%)of No. Short Discount off State Named Exceptions to ptl+ Full Description Caalog/Priocllsti Catelog(Prioeiistz Discount Discount(%)Off Please state the discount(%)off cata►og/pricelist for Glass Fiber Buy Board None 33 Catalo for O Catalog/Pricelist Glass Fiber/Pricelist Reinforced Reinforced Polymer(GFRP)and Additional Associated Items. 0/0 9 Polymer(GFRP) Catalog/Pricelist MUST be Included or proposal will not be considered. Discount(%)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off cataiog/pricelist for Carbon Fiber 31 Carbon Fiber Reinforced Reinforced Polymer(CFRP)and Additional Associated Items. O % Catalog/Pricelist Polymer(CFRP) Catalog/Pricelist MUST be included or proposal will not be considered. Discount(%)Off 8u Board Catalog/ Catalog/Pricelist for All Please state the discount(%)off catalog/pricelist for All Other Y gl 35 Other Underground Underground Construction and Supplemental Items and 0 % Pricelist Additional Associated Items. Catal Pricelist MUST be included or None �/ Construction and Supplemental Items proposal will nat be considered. vSettkin111'Polymer Itidection Product Discount(%)Off Please state the discount(%)off catalog/pricelist for Pipe Sealing of Buy Board None 36 Catalog/Pricelist for O Catalog/Pricelist Pipe Sealing of Sanitary Sanitary Sewer Pipes and Additional Associated Items. % Sewer Pipes Catalog/Pricelist MUST be included or proposal will not be considered. Discount(%)Off Buy Board None 37 Catalog/Pricelist for Please state the discount(/oo)off catalog/pricelist for Sealing of RCP O Sealing of RCP or CMP or CMP Storm Sewer Joints and Additional Associated Items. % Catalog/Pricelist Storm Sewer Joints Catalog/Pricelist MUST be included or proposal will not be considered. Discount(%)Off Buy Board None Catalog/Pricelist for Please state the discount(%)off catalog/pricellst far Sealing of Box 38 Culvert Storm Sewer Joints and Additional Associated Items. 0 % Catalog/Pricelist Sealing of Box Culvert Catalog/Pricelist MUST be included or proposal will not be considered. Storm Sewer Joints PROPOSAL NOTE I.Cab1O Pricellsts are PROPOSAL SPECIFICATION FORM gs/ required to be submitted with Proposal Page 43 of 70 kwBvard' Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Pricelists must be submitted with Proposal or Proposal will not be consideredr.) State Percent(%)of Item Discount off State Name of Exceptions to No. Short Description Full Description Catalog/Pricelist" ^Catalog/Pricellst' Discount Discount(%)Off Buy Board Catalog/Pricelist for Please state the discount(%)off catalog/pricelist for Manhole O Catalog/Pricelist None 39 Manhole Seal/Stabilization and Additional Associated Items. �°rb Catalog/Pncelist MUST be included or proposal will not be considered. Seal/Stabilization Discount(%)Off Buy Board N one Catalog/Pricellst for Please state the discount(%)off catalog/pricelist for Inlet/Catch O Catalog/Prlcelist 40 Catalog/Pricellst Basin Basin Stabilization and Additional Associated Items. i_ _ ,_�% InletCatalog/Pricelist MUST be included or proposal will not be considered. Stabilization Buy Board Nore Discount(%)Off Please state the discount(%)off catalog/pricelist for Pavement O Catalog/Pricelist 41 Catalog/Pricelist for Lifting and Additional Associated Items. Catalog/Pricelist MUST be Pavement lifting induded or proposal will not be considered. Discount(%)Off Please state the discount(%)off catalog/pricelist for Levee Buy Board Nnne 42 Catalog/Pricelist for Stabilization and Additional Associated Items, catalog/Pricellst O 9'° Catalog/Prlcelist Levee Stabilization MUST be included or proposal will not be considered. Discount(%)Off Please state the discount(%)off catalog/pricelist for Trench Buy Board None 43 Catalog/Pricelist for O Catalog/Pricelist og/ Stabilization and Additional Associated Items. Catalog/Pricellst Trench Stabilization MUST be Included or proposal will not be considered. Discount(%)Off Buy Board Catalog Nore Catalog/Pricelist for Lift Please state the discount(%)off catalog/prcelist for Lift Stations, Pr ce`rst Stations,Clarifiers, Clarifiers,Water Tanks,Hydrotanks,Misc Building and 0 Water Tanks, Additional Associated Items. Catalog/Pricelist MUST be included or ---- Hydrotanks,MISC proposal will not be considered. Building PROPOSAL NOTE 1.Carl PROPOSAL SPEQFrCATIOH FORM ogs/Pricelists are required to be submitted wth Proposal Page 44 of 7a ko'Board' Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Pncelists must be submitted with Proposal or Propose.wil not be considered3.) ItemState Percent(go)of No. Short Description Discount off State Name of Exceptions to Full Description Catalog/Pricelist= Catalog/Pricellsts Discount lectionIV U4ual1ing Agents and Root Control Item Discount(a/o)Off Buy Board Nare Catalog/Pricelist for Please state the discount(56)off catalog/pricelist for Sewer Grease 45 Liquefying Agent and Additional Associated Items, 0 aia Catalog/Pricelist Sewer Grease Liquefying Agent Catalog/Pricelist MUST be included or proposal will not be considered. Discount(%)Off Please state the discount(%)off catalog/pricelist for Sewer Line CatBuy Board None 46 Catalog/Pricelist for 0 atalog/Pricelist Sewer Line Chemical Chemical Root Control and Additional Associated Items. a/o Root Control Catalog/Pricelist MUST be included or proposal will not be considered. NOTE 4:Vendors proposing to provide installation and repair services may propose a not-to-exceed hourly labor rate,a not-to exceed coefficient for unit price book,or both. A coefficient proposed should be the price multiplier that vendor proposes to be applied to the unit price book(s)identified in the Proposal specifications. Coefficients shall be"net"(e.g.1.0)or a percentage"decrease from"(e.g.0.95)or"increase from"(e.g.1,21)the unit prices listed in the unit price book. Coefficient factors are to be carried no further than two(2)decimal places Detailed Not to Exceed Hourly Information on Labor Rata and/or Labor Rate ItemProposer's including Vendor's Coefficient Standard and Non- Exceptions to No. Short Description Full Description (RSNeans) Standard Hours Labor Rate UMW; Installation and Repair Service Nat to Exceed Standard Monday Friday Note Hourly Labor Rate for Standard Hourly Labor Rate for Installation/Repair Service of 60.00 47 Installation/Repair Equipment and Products--State the Not to Exceed hourly labor $ /Hour Service of Equipment rate for Installation/Repair Service of Equipment and Products. and Products PROPOSAL NOTE 1.Catalogs/Pricellsts are required to be subm tted with Proposal P age 45 of 70 PROPOSAL SPECIFICATION FORM tAivBoard" Proposal Invitation No.555-18-Cured In Place Pipe(CIPP)for Pipeline Rehabilitation (Catalogs/Priceliists must be submitted with Proposal or Proposal will not be considered'.) Detailed Motto Exceed Hourly Information on tabor Rate and/or labor Rate Proposer's Including Vendor's Item Coefficient Standard and Non- baoepdons to No. Short Description Full Description ptSf4earts) Standard Hours Labor Rabe Not to Exceed Non- Standard Hourly Labor Non-Standard Hourly Labor Rate for Installation/Repair Rate for Service of Equipment and Products--State the Not to Exceed 90.00 After Hours 48 Installation/Repair hourly labor rate for Insta'lation/Repair Service of Equipment and /Hour None Service of Equipment Products. and Products Coefficient for Standard Hours of Coefficient for Standard Hours of Installation/Repair Service 49 Installation/Repair of Equipment and Products--RSMeans Cost Data from the Total None Service of Equipment and Products INCL O&P column(most current edition). (RSMeans) Coefficient for Non- Standard Hours of Coefficient for Non-Standard Hours for Installation/Repair 50 Installation/Repair Service of Equipment and Products--RSMeans Cost Data from 93 None Service of Equipment the Total INCI.O&P column(most current edition). and Products (RSMeans) PROPOSAL NOTE PROPOSAL SPECIFICATION FORM 1.Catalogs/Pricelists are required to be submitted with Proposal Page 46 of 70 IPR. THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years Project / Description Owner Contract Date Amount SAWS—S. Flores St.48-Inch and 60-Inch Outfall San Antonio Water System Rehab Project 2800 U.S. Hwy 281 North Start Date 2,900 LF of 48" &60" CIPP San Antonio,Texas 78212 9/2014 Barry Smith,Sr.,SAWS Inspector $2,084,067.23 Completion Pipelines—Public Works 4/2016 210-233-3584 HCMUD 48-2016 SSR Harris County MUD#48 15430 Bammel Village Dr Houston,TX 77014 $210,581.00 5/19/2016 (281)440-3420 NWHCMUD 20-Construction of Restoration and NW Harris County MUD#20 Rehabilitation of Existing Sanitary Sewer System P.O. Box 690928 Phase II Houston,Texas 77269-0928 $300,335.00 4/28/2016 832-467-1599 Rehabilitation of Hackberry Creek/Parkside East City of Irving Interceptor Trunk Wastewater 333 Valley View Ln Irving,TX 75061 $257,604.00 4/25/2016 P:(972)721-2281 NHPP R100-237-In Region 1 Along the Front Colorado DOT Range,Trenchless Rehabilitation and Repair of 4201 E Arkansas Ave Culverts Denver, CO 80222 $983,623.00 3/24/2016 1,352 LF of culvert lining (48")(spray applied) FBMUD#23-San.Sewer Rehab for Teal Run Fort Bend MUD#23 10,000'of 8"and 3700'of 20"CIPP 406 West Grand Pkwy S#260 Katy,TX 77494 $449,807.00 3/22/2016 131 N.Richey Project Reference List—CIPP Pasadena,Texas.77506 www.teamipr.com Updated—6/13/2017 IPR.H THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years Interceptors CIPP 2015 Rehabilitation Project North Little Rock Waste Water Utility $ 1,999,721.25 3/17/2016 Almeda-Feldman CIPP City of Houston 240'of 18" Sub work for BRH Garver 4545 Groveway Dr. Houston,TX 77087 Ragu Nednur $24,800.00 3/2/2016 Supervising Engineer 832-395-4935 Shoreacres-21" Pipe Rehabilitation City of Shoreacres 1620'of 21" CIPP 601 Shoreacres Blvd La Porte,TX 77571 $ 254,040.00 2/29/2016 Richey Road MUD-San.Sewer Rehab Richey Road MUD $230,298.00 2/5/2016 Cherry St.20"CIPP San Antonio Water System 2800 U.S. Hwy 281 North San Antonio,Texas 78212 Barry Smith,Sr.,SAWS Inspector $77,035.00 2/4/2016 Pipelines—Public Works 210-233-3584 FBCMUD#2-2014 SSR Fort Bend County MUD#2 9755' of 8-18" CIPP 18230 Old Richmond Rd Sugar Land,TX 77498 $353,045.00 2/1/2016 (281)277-0129 Pasadena 24" &15"CIPP City of Pasadena TX 115' of 24" CIPP&126'of 15"CIPP 1211 Southmore Pasadena,TX 77502 $30,480.00 1/8/2016 Contact:Thelma Holeman 713-475-7293 131 N.Richey Project Reference List—CIPP Pasadena,Texas.77506 www.teamipr.com Updated—6/13/2017 a• 1 PR. (41 SOUTH CENTRAL THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years TDT 18"CIPP City of Houston 40'of 18"CIPP 4545 Groveway Dr. Houston,TX 77087 $20,300.00 1/8/2016 Ragu Nednur Supervising Engineer 832-395-4935 Longhorn Town UD-Rehab San.Sewer Longhorn Town Utility District 30-36" CIPP 2200 Sciaaca Rd Spring, TX 77373 $188,978.50 1/5/2016 (281)353-9809 Horne Road CIPP City of Corpus Christi 234'of 8"CIPP Bid Margin is an Estimate 1201 Leopard St Corpus Christi,TX 78401 $18,720.00 1/4/2016 361-826-1800 Sanitary Sewer Rehab-Phase IV West Memorial MUD 6-24"CIPP 22025 Kingsland Blvd Katy, TX 77450 $833,410.00 12/10/2015 Sanitary Sewer Repairs Rehabilitation Project in Harris County MUD 186 Copperfield for Phases 3,4,5,and 6 5870 Hwy 6 N#215 Houston,TX 77084 $138,398.00 11/19/2015 (281) 861-6215 Pipe Lining,Crutcho Creek Tributary D, Phase IV City of Midwest City,OK 8730 SE 15th St Midwest City, OK 73110 $230,000.00 11/10/2015 Bear Creek Estates Sanitary Sewer Rehabilitation Baker Cypress MUD Protect for Barker-Cypress Municipal Utility 5531 Queenston Blvd District. Houston,TX 77084 $114,310.00 11/03/2016 2565 LF of 8"CIPP (281)345-2433 I. 131 N.Richey Project Reference List-CIPP Pasadena,Texas.77506 www.tearnipr.com .5 Updated—6/13/2017 IPR THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years CITY-WIDE COLLECTION SYSTEM PIPEBURSTING City of Corpus Christi ID/1Q PROJECT NO.E15089 1201 Leopard St Contract Bid Corpus Christi,TX 78401 $13,938,200.00 10/14/2015 361-826-1800 Sanitary Sewer Rehab by CIPP City of Houston 350 LF of 30"CIPP and 1000 LF of 48" CIPP 4545 Groveway Dr. Houston,TX 77087 Ragu Nednur $3,910,373.00 09/03/2015 Supervising Engineer 832-395-4935 2014 Wastewater Collection System Rehabilitation Round Rock,Texas 10,617 LF of 6" 24"CIPP 221 East Main Street Round Rock,Texas 78664 $3,947,750.00 08/06/2015 Eddie Zapata 512-218-6605 Sanitary Sewer Phase 4 Rehabilitation Malcomson Road UD Ls4 1200'of 21"of CIPP 16102 Maplewick Dr Tomball, TX 77377 $763,634.00 07/28/2016 (281) 826-0491 City of Houston-Rehab San.Sewer by Slipline, City of Houston Pipeburst&CIPP(#R-000266-0241-41 4545 Groveway Dr. 20,000'of CIPP Houston,TX 77087 Ragu Nednur $7,153,691.40 07/23/2015 Supervising Engineer 832-395-4935 Pasadena-42"Emergency Rehab City of Pasadena TX 766' of 42"of CIPP 1211 Southmore Pasadena,TX 77502 $1,629,922.00 07/07/2015 Contact:Thelma Holeman 713-475-7293 Sanitary Sewer Rehabilitation by Cured-In-Place City of Houston Pipe Method(LDS) 4545 Groveway Dr. 650'of 36",1200'of 48" and 1650' of 66"-72" Houston,TX 77087 Ragu Nednur 3,452,491.00 07/02/2015 Supervising Engineer 832-395-4935 131 N.Richey Project Reference List—CIPP Pasadena,Texas.77506 - www.teamipr.com t Updated—6/13/2017 IPR SOUTH CENIRAI THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years Sanitary Sewer Rehabilitation by Cured In Place City of Houston Pipe Method 4545 Groveway Dr. 4,000 linear feet of 8" Houston,TX 77087 Ragu Nednur $5,152,972.00 06/04/2015 Supervising Engineer 832-395-4935 Sanitary Sewer Rehab Phase III WHC MUD 6 5,000 ft of 8"-12"CIPP 3181 Windchase Blvd, Houston,TX 77082 $165,779.00 06/04/2015 (281)759-5367 SS Replace IV-1A,2A,3A City of Victoria 4000 ft of 6",8",10"with 30 Laterals 700 Main Center Victoria,TX 77901 $131,175.00 05/27/2015 (361)485-3381 Velasco 60"CMP Rehab Velasco Drainage District 604'of 60"CMP 915 Stratton Ridge Rd,Clute,TX 77531 $217,440.00 04/07/2015 (979)265-45251 City of Edinburg—18 Inch CIPP City of Edinburg Start CIPP lining of 358 linear feet of 18"diameter pipe. 415 W University Drive 7/6/2015 Edinburg,TX 78539 $54,259.68 Contact:Arturo Martinez Completion 956-330-7819 7/14/2015 Harris County MUD#233—Shared Sanitary Sewer Harris County MUD#233 Start Rehab 2014 CIPP liningof 3,739 linear feet of 21"sanitarysewer 4/30/2015 $282,564.00 Completion and 240'of manhole sealing. 5/25/2015 City of Portland TX—Sanitary Sewer Rehab City of Portland TX Start CIPP lining of 15,390 linear feet of 6"-12"sanitary 1900 Billy G.Webb Dr 5/11/2015 sewer and 815 linear feet of pipe bursting 8" Portland,TX 78374 $876,659.55 Completion sanitary sewer. Contact: 10/26/2015 San Antonio River Authority—SARA RAFB Year 12 San Antonio River Authority SSR 100 E Guenther St. Start CIPP lining of 1,337 linear feet of 6"diameter pipe San Antonio,TX 78283 3/2/2015 Barry Smith,Sr.,SAWS Inspector $143,096.00 Completion Pipelines—Public Works 3/9/2015 210-233-3584 131 N.Richey _ Project Reference List CIPP Pasadena,Texas.77506 �,ry www.teamipr.com - Updated-6/13/2017 (tiON SPR SOUTH CENTRALTHE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years San Antonio River Authority—CIPP&Manhole San Antonio River Authority Rehab 100E Guenther St. Start CIPP lining of 400 linear feet of 24"diameter pipe San Antonio,TX 78283 2/16/2015 Barry Smith,Sr.,SAWS Inspector $193,207.00 Completion Pipelines—Public Works 2/20/2015 210-233-3584 City of Alvin—33"SSR by Cured In Place Pipe City of Alvin Start CIPP lining of 410 linear feet of 33" VCP 216 West Sealy 1/3012015 Alvin,TX 77511 $61,500.00 Completion Contact: 2/13/2015 City of Alvin—16"Influent Rehab w CIPP at Lift City of Alvin Start Station 33 216 West Sealy 12/22/2014 CIPP lining of 21 linear feet of 16" diameter pipe Alvin,TX 77511 $7,200.00 Completion Contact: 2/12/2015 City of Austin—Pecan Springs 15"CIPP City of Austin TX Start CIPP lining of 550 linear feet of 15"sanitary sewer 505 Barton Springs Rd Suite 1300 9/22/2014 Austin,TX 78704 $42,000.00 Completion Contact: 10/1/2014 Pasadena-Vince Street Sanitary Sewer City of Pasadena TX Rehabilitation 1211 Southmore Completed CIPP lining of 2,100 linear feet of 24"sanitary Pasadena,TX 77502 $966,105.00 8/30/2014 sewer Contact:Thelma Holeman 713-475-7293 City of La Marque-36"San.Sewer Rehab City of LaMarque TX Start CIPP lining of 700 linear feet of 36" and 2,000 linear 1111 Bayou Rd 11/4/2013 feet of 24"sanitary sewer in addition to the La Marque TX,77568 $507,779.00 Completed reconstruction of 128 vertical feet of manholes Contact: Les Dodson 281-627-2633 6/15/2014 North Little Rock WWU-2013 CIPP Rehabilitation North Little Rock Waste Water Start CIPP lining of 55,000 of 6"to 24"sanitary sewer Utility 11/4/2013 11 Clearwater Dr 2,391,644.00 Completed Little Rock.AR,72204 4/7/2014 EARZ Wastewater System Rehabilitation,2012- City of Georgetown 2013 300-1 Industrial Ave. Completed CIPP lining of 7,000 feet of 8"sanitary sewer 650'X Georgetown,Texas 78626 $1,628,050.00 12/30/2014 21"of CIPP Manhole Rehab. Contact:Thomas D.Valle 512-819-9478 131 N. Richey Project Reference List—CIPP Pasadena,Texas.77506 www.teamipr.com . _ Updated—6/13/2017 IPR. 61/ THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP _-MFCompleted as Prime Within 5 Years NWHCMUD#23-San.Sewer Rehab,Phase 2 NW HC MUD#23 CIPP lining of 13,023 linear feet of 6"to 12"in 722 Pin Oak Road,Suite 202A diameter Katy,TX 77494 $381,978.48 Completed Jon N.Strange, P.E. 2/30/2014 281-391-3366 Hutton Branch Sanitary Sewer Line Rehab City of Carrollton,TX CIPP lining of 5714 linear feet of 18"diameter 1945 E.Jackson Rd sanitary sewer Carrollton,TX 75006 Completed $519,021.00 8/12/2013 Contact:Thomas Geier P.E. 972-466-3204 MCMUD#8-San.Sewer Rehab MC MUD 8 CIPP lining of 72,803 6"-18"in diameter, reconnect Engineer:Jones&Carter, Inc of 738 services and 52 point repairs 8701 New Trails Drive, Suite 200 Completed The Woodlands,TX 77381 $1,958,413.25 12/30/2014 Erich M.Peterson, 281-363-4039 MC MUD#9 Walden Road SSR MC MUD 9 CIPP lining of 2,813 If of 18" RCP and 2,223 linear Engineer: Bleyl&Associates feet of 24" RCP 100 Nugent Street Completed2 Conroe,TX 77301 $328,510.00 /23/2013 Darrin Fentress, P.E. 936-441-7833 NWHCMUD#23-Rehab San.Sewer,Phase 1B&1C Northwest HC MUD 23 CIPP lining of 9,445 linear feet of sanitary sewer 8" Engineer:JNS Engineers in diameter 722 Pin Oak Road,Suite 202A $235,867.75 Completed) Katy,TX 77494 /23/2013 Jon N.Strange, P.E. 281-391-3366 COH 4258-55 City of Houston CIPP lining 500 LF of 30", 1,750 LF of 36", 1,250 LF 4545 Groveway Dr. of 42",1,550 LF of 48",1,550 LF of 54",500 LF of Houston,TX 77087 $3,760,897.38 3/15/2014 60"-66"and 1,550 LF of 69"-72"diameter pipe Ragu Nednur Supervising Engineer 832-395-4935 COH 4258-53 Sanitary Sewer Rehabilitation CIPP City of Houston Methods 4545 Groveway Dr. CIPP lining of 32,900 linear feet 8"to 48" in Houston,TX 77087 Completed diameter. CCTV of 23,000 linear feet 8"to 48". Ragu Nednur $3,603,671.00 1/15/2015 1500 VF of Manhole Rehabilitation. Supervising Engineer 832-395-4935 131 N.Richey Project Reference List—CIPP on� Pasadena,Texas.77506 ; www.teamipr.com x`,YL Updated- /z3/zoi7 tPR THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years 2011-2012 Wastewater Collections System Rehab Round Rock,Texas Pipe busting of 2087 linear feet 8"-18"in diameter. 221 East Main Street Rehabilitation of 60 manholes. Open cut Round Rock,Texas 78664 $1,536,867.00 9/12/2013 replacement of 1913 linear feet Eddie Zapata 512-218-6605 COH 4258-54 City of Houston Rehabilitation of 31,000 linear feet of CIPP 8"to 4545 Groveway Dr. 48"and 1500 VF of Manhole Repair. Houston,TX 77087 $3,490,599.00 Completed Ragu Nednur 8/6/2014 Supervising Engineer 832-395-4935 City of Sugar Land Collection System Critical Line Sugar Land City Hall Rehab 2700 Town Center Blvd. Completed2 17,600LF 8-36" CIPP 1,395LF 8-10" PB North,Sugar Land Texas 77479 $1,944,009.52 /2014 Pete Polotio 281-275-7580 131 N.Richey , , Project Reference List—CIPP Pasadena,Texas.77506 • www.teamipr.com ,`t••w , Updated—6/13/2017 IPR THE SCIENCE OF UNDERGROUND SOLUTIONS PM Construction & Rehab, LLC DBA IPR South Central LLC Project References - CIPP Completed as Prime Within 5 Years CIPP Installation Experience by Diameter 2005-2013 Size 2005 2006 2007 2008 2009 2010 2011 2012 2013 Total 6" 2,782 1,299 466 300 629 26,866 2,118 5,147 39,607 7.5" 8" 42,454 29,010 107,397 46,445 45,593 171,623 143,913 91,019 156,960 834,414 9" 10" 7,579 8,418 15,082 8,757 5,294 18,764 24,206 17,130 20,676 125,906 12" 2,876 580 13,706 13,180 7,404 15,525 11,735 8,954 16,602 90,562 15" 16,865 11,170 15,794 22,110 30,872 36,928 11,763 21,201 17,579 184,282 18" 11,517 17,241 14,097 15,347 12,538 28,187 10,394 2,634 30,669 142,624 20" 44 1,465 297 706 2,512 21" 8,929 6,429 4,496 6,107 10,454 8,161 9,275 2,176 2,088 58,115 22" 23" 24" 4,847 4,399 10,582 7,162 25,421 11,924 12,555 13,362 11,442 101,694 27" 1,315 752 503 100 7,178 3,207 13,055 30" 970 939 10,684 5,361 6,680 6,025 3,194 16,821 10,007 60,681 33" 1,276 2,931 14,867 3,096 4,368 26,538 35" 36" 753 2,396 2,537 831 18,553 10,536 5,796 7,129 7,580 56,111 38" 39" 42" 3,077 3,670 1,487 10,638 7,916 3,206 645 5,719 36,358 48" 362 250 1,085 20,423 310 2,855 1,921 593 4,133 31,932 54" 130 72 857 1,889 2,948 60" 60 265 1,689 1,645 772 1,355 3,400 9,186 66" 72" 683 683 78" Total 103,071 87,116 196,678 147,949 176,794 326,474 281,543 198,006 299,577 1,817,208 131 N. Richey Project Reference List-CIPP Pasadena,Texas.77506 www.teamipr.com Updated-6/13/2017 PM Construction & Rehab, LLC Name of the entity By: Greq Baggett Signature of officer,general partner,manager. representative or attorney in-fact of the entity FILING OFFICE COPY PM AN IPR COMPANY August 10, 2017 Buy Board Cooperative Purchasing 12007 Research Boulevard Austin,Texas 78759-2430 Re: Cured in Place Pipe (CIPP)for Pipeline Construction, Proposal Number: 555-18 To whom it may concern; PM Construction & Rehab, LLC DBA IPR South Central LLC certifies that our pricing catalog does not include pricing for root control services. Respectfully, tNJNJPitstA Bac Ong Senior General Manager PM Construction&Rehab—Texas 131 N.Richey Street Pasadena,TX 77506 p 832 252 4800 f 832 252 4830 www.teamlpr.com 00300 Proposal RN 1 R COMPANY November 18, 2019 City of Round Rock Attn: Eddie Zepata 2008 Enterprise Dr Round Rock, Texas Bid Proposal: Basin 2&3, Cycle 3-Wastewater PB BuyBoard Contract#555-18 Round Rock, Texas Pipe Bursting Replacement Dear Bidder, PM Construction is pleased to offer the following proposal pricing to provide pipe bursting (PB) replacement services of the 8-Inch sanitary sewer lines for the above referenced project. Our proposal is based on the documents provided by City of Round Rock. This pricing includes providing all labor, material, supervision, and equipment necessary to complete the scope of work as listed below. Scope of work performed by PM Construction: > Provide pre-work submittals. > PM Construction will perform pre-rehab CCTV&cleaning(normal only). Two-wheel drive vehicle access to manholes is required for this work. ➢ PB replacement to utilize DR 19 HDPE for replacement pipe, utilizing pneumatic bursting methods only. All excavations will be backfilled with previously excavated material. > Reinstatement of service laterals to PB mains will be made utilizing saddles with stainless steel bands and reconnecting to the existing lateral. > Pricing is based on completing diameters&associated quantities as listed in this proposal's schedule of values. Any change in overall or segmental length, host pipe diameters, host pipe material, replacement material or thickness could result in pricing changes. > Demobilize all construction equipment and clean-up of all identifiable debris generated by PM Construction crew(s). IPR SC proposes to complete the above scope of services for the prices listed below: PM Construction 131 North Richey Street Pasadena,Texas 77506 Pipe Bursting Replacement Basin 2&3,Cycle-3 Wastewater Round Rock,Texas 2 Item No. Description Qty Unit Unit Price Total P13 Travel and Mobilization-TML Region 13(Austin) 6 EA $ 6,000.00 $ 36,000.00 4902 FOREMAN-REGULAR(Pre-Site Inspection) 67 HR $ 30.00 $ 2,010.00 4911 Barricades,Signs,and Traffic Handling(per setup) 1 EA $ 3,500.00 $ 3,500.00 4915 SWPPP 1 EA $ 2,500.00 $ 2,500.00 204 Burst existing 6" or 8"to 8" IPS SDR 19(0'-8'deep) 3,210 LF $ 55.00 $ 176,550.00 Burst existing 6" or 8"to 8" IPS SDR 19(8'-12' 205 deep) 11,930 LF $ 60.00 $ 715,800.00 Sewer Main Television Inspection (8"through 15" 401 Diameter) 15,140_ LF $ 4.00 $ 60,560.00 Sewer Main Cleaning-Normal(8"through 15" 409 Diameter) 15,141 LF $ 4.00 $ 60,564.00 451 6"-12" Post TV Inspection After Rehabilitation 15,142 LF $ 5.00 $ 75,710.00 1201 External reconnect(0'-8'deep)up to 5 linear feet 125 EA $ 920.00 $ 115,000.00 1206 Extra length service connection over 5 linear feet 1,100 LF $ 40.00 $ 44,000.00 1207 Remove and replace or install cleanout 125 EA $ 1,850.00 $ 231,250.00 DISCOUNT Item#1207-Remove and replace or 1207D install cleanout 125 EA $ (686.75) $ (85,843.75) 1711 Repair/Rehab wooden fence with new 150 LF $ 36.80 $ 5,520.00 $1,443,120.25 This pricing does not include the cost for the following: > Prevailing wages. > Heavy pipe cleaning, including but not limited to grease, roots, tuberculation removal, mechanical cleaning, debris disposal, dump site, etc. ➢ Dewatering, grouting, vibration monitoring, point repairs(internal or open cut), new installation, etc.to be handled by Others if required. > Bypass pumping outside of(1)4"trash pump& 500'of lay flat discharge hose. > Testing of any kind. ➢ Changes in pipe diameter, quantities, host pipe material, replacement pipe material, or lengths (overall or segmental),curing or bursting methods will result in pricing changes. Static bursting is NOT included in this proposal. Bursting cast iron (Cl)or ductile iron(DI) mains is NOT included in this proposal. > Locating of buried manholes or Owner right of way by Others (if required). > Haul off of unsuitable excavated materials or suitable replacement material hauled in. > Rock excavation or blasting. ➢ Any work not specifically detailed in this proposal. > Pricing firm for 30 days from date of this proposal. Thank you for the opportunity to offer you this proposal. Should you have any questions or require additional information, please do not hesitate to contact me. Sincerely, PM Construction Collis Parish/Justin Mouton Business Development IPR South Central 131 North Richey Street Pasadena,Texas 77506 00500 AGREEMENT City of Round Rock, Texas Contract Forms Standard Form of Agreement: Section 00500 City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor AGREEMENT made as of the 1 Ii1\ -/etiVill ofMOIP-a- in the year 2020. BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock, Texas 78664 and the Contractor: PM Construction&Rehab,LLC ("Contractor") 131 N.Richey Street Pasadena,Texas 77506 The Project is described as: WASTEWATER COLLECTION SYSTEM PIPE BURSTING REHABILITATION 2020 BASIN 2&3,CYCLE 3 The Engineer is: Chris Perkins,P.E. City of Round Rock 3400 Sunrise Road Round Rock,Texas 78665 For and in consideration of the mutual terms, conditions and covenants of this Agreement and all accompanying documents between Owner and Contractor, the receipt and sufficiency of which are hereby acknowledged,Owner and Contractor agree as follows: ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements, either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 7. ARTICLE 2 THE WORK OF THIS CONTRACT Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. 00500 4-2016 Page 1 of 5 Standard Form of Agreement 00307791 2Lflo- tr23D ARTICLE 3 DATE OF COMMENCEMENT; DATE OF SUBSTANTIAL COMPLETION;DATE OF FINAL COMPLETION 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a Notice to Proceed issued by Owner. 3.2 The Contract Time shall be measured from the date delineated in the Notice to Proceed. 3.3 Contractor shall commence Work within ten ( 10 ) calendar days from the date delineated in the Notice to Proceed. 3.4 Contractor shall achieve Substantial Completion of the items of Work listed on Attachment A to this Agreement no later than N/A ( N/A )calendar days from issuance by Owner of Notice to Proceed, and Contractor shall achieve Substantial Completion of the entire Work no later than one hundred eighty ( 180 )calendar days from issuance by Owner of Notice to Proceed,subject to adjustments of this Contract Time as provided in the Contract Documents. 3.5 If Contractor fails to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement,Contractor shall pay to Owner,as liquidated damages, the sum of five hundred dollars and no cents and No/100 Dollars($500.00 ) for each calendar day that Substantial Completion is delayed after the date(s) specified for Substantial Completion. It is hereby agreed that the liquidated damages to which Owner is entitled hereunder are a reasonable forecast of just compensation for the harm that would be caused by Contractor's failure to achieve Substantial Completion of the Work(or any portion thereof)on or before the date(s)specified for Substantial Completion in the Agreement. It is agreed that the harm that would be caused by such failure,which includes loss of expected use of the Project areas,provision of alternative storage facilities and rescheduling of moving and occupancy dates,is one that is incapable or very difficult of accurate estimation.It is hereby agreed that if Substantial Completion of the Work (or any portion thereof) is not achieved on or before thirty (30) days after the date(s) specified for Substantial Completion in the Agreement,the Owner shall have the option to either collect liquidated damages as set forth herein or to thereafter rely on its remedies under the Contract Documents and at law and in equity, including without limitation,the recovery of actual damages.The date(s)specified for Substantial Completion of the Work(or any portion thereof)in the Agreement shall be subject to adjustment as provided in the Contract Documents. 3.6 Contractor shall achieve Final Completion of the entire Work no later than two hundred ten ( 210 )calendar days from issuance by Owner of Notice to Proceed. ARTICLE 4 CONTRACT SUM 4.1 Owner shall pay Contractor the Contract Sum in current funds for Contractor's performance of the Contract. The Contract Sum shall be one million four hundred forthy three thousand one hundred and twenty dollars and twenty five cents ($ 1,443,120.25 ),subject to additions and deductions as provided in the Contract Documents. 4.2 Does the Contract Sum include alternates which are described in the Bid Form? No X . Yes .If yes,please provide details below: N/A N/A 00500 4-2016 Page 2 of 5 Standard Form of Agreement 00307791 ARTICLE 5 PAYMENTS 5.1 PROGRESS PAYMENTS 5.1.1 Based upon Applications for Payment submitted to Engineer and Owner by Contractor, and Certificates for Payment issued by Engineer and not disputed by Owner and/or Owner's lender,Owner shall make progress payments on account of the Contract Sum to Contractor as provided below, in Article 14 of the City of Round Rock General Conditions,and elsewhere in the Contract Documents. 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.1.3 Provided that an Application for Payment is received by Engineer and Owner, and Engineer issues a Certificate of Payment not later than the tenth(10th) day of a month, Owner shall make payment to Contractor not later than the tenth(10th) day of the next month. If an Application for Payment is received by Engineer and Owner after the application date fixed above,payment shall be made by Owner not later than one month after the Engineer issues a Certificate for Payment. 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as Engineer and Owner may require.This schedule,unless objected to by Engineer or Owner, shall be used as a basis for reviewing Contractor's Applications for Payment. 5.1.5 Applications for Payment shall warrant the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as provided in Article 14 of the City of Round Rock General Conditions. 5.1.7 Except with Owner's prior written approval, Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. 5.2 FINAL PAYMENT 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by Owner to Contractor when: .1 Contractor has fully performed the Contract except for Contractor's responsibility to correct Work, and to satisfy other requirements,if any,which extend beyond final payment;and .2 a fmal Certificate for Payment has been issued by Engineer. 5.2.2 Owner's final payment to Contractor shall be made no later than thirty (30) days after the issuance of Engineer's final Certificate for Payment. In no event shall final payment be required to be made prior to thirty(30) days after all Work on the Contract has been fully performed. Defects in the Work discovered prior to final payment shall be treated as non-conforming Work and shall be corrected by Contractor prior to final payment,and shall not be treated as warranty items. ARTICLE 6 TERMINATION OR SUSPENSION 6.1 The Contract may be terminated by Owner or Contractor as provided in Article 15 of the City of Round Rock General Conditions. 00500 4-2016 Page 3 of 5 Standard Form of Agreement 00307791 6.2 The Work may be suspended by Owner as provided in Article 15 of the City of Round Rock General Conditions. ARTICLE 7 ENUMERATION OF CONTRACT DOCUMENTS 7.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: 7.1.1 The Agreement is this executed version of the City of Round Rock, Texas Standard Form of Agreement between Owner and Contractor,as modified. 7.1.2 The General Conditions are the "City of Round Rock Contract Forms 00700," General Conditions, as modified. 7.1.3 The Supplementary, Special,and other Conditions of the Contract are those contained in the Project Manual dated FEBRUARY 2020 7.1.4 The Specifications are those contained in the Project Manual dated FEBRUARY 2020 . 7.1.5 The Drawings,if any, are those contained in the Project Manual dated FEBRUARY 2020 . 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated FEBRUARY 2020 7.1.7 The Notice to Bidders,Instructions to Bidders,Bid Form,and Addenda, if any,are those contained in the Project Manual dated FEBRUARY 2020 7.1.8 If this Agreement covers construction involving federal funds, thereby requiring inclusion of mandated contract clauses, such federally required clauses are those contained in the "City of Round Rock Contract Forms 03000,"Federally Required Contract Clauses,as modified. 7.1.9 Other documents,if any, forming part of the Contract Documents are as follows: Buyboard Contract Proposal#555-18 ARTICLE 8 MISCELLANEOUS PROVISIONS 8.1 Where reference is made in this Agreement to a provision of any document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 8.2 Owner's representative is: Eddie Zapata,Senior Project Manager City of Round Rock 3400 Sunrise Road Round Rock,Texas 78665 8.3 Contractor's representative is: Emily High PM Construction&Rehab,LLC 131 N.Richey Street Pasadena,Texas 77506 8.4 Neither Owner's nor Contractor's representative shall be changed without ten(10)days'written notice to the other party. 8.5 Waiver of any breach of this Agreement shall not constitute waiver of any subsequent breach. 00500 4-2016 Page 4 of 5 Standard Form of Agreement 00307791 8.6 Owner agrees to pay Contractor from available funds for satisfactory performance of this Agreement in accordance with the bid or proposal submitted therefor, subject to proper additions and deductions,all as provided in the General Conditions, Supplemental Conditions, and Special Conditions of this Agreement, and Owner agrees to make payments on account thereof as provided therein. Lack of funds shall render this Agreement null and void to the extent funds are not available. This Agreement is a commitment of City of Round Rock's current revenues only. 8.7 Although this Agreement is drawn by Owner,both parties hereto expressly agree and assert that,in the event of any dispute over its meaning or application,this Agreement shall be interpreted reasonably and fairly, and neither more strongly for nor against either party. 8.8 This Agreement shall be enforceable in Round Rock, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 8.9 Both parties hereby expressly agree that no claims or disputes between the parties arising out of or relating to this Agreement or a breach thereof shall be decided by an arbitration proceeding,including without limitation,any proceeding under the Federal Arbitration Act(9 USC Section 1-14)or any applicable state arbitration statute. 8.10 The parties, by execution of this Agreement, bind themselves, their heirs, successors, assigns, and legal representatives for the full and faithful performance of the terms and provisions hereof. This Agreement is entered into as of the day and year first written above and is executed in at least three(3) original copies, of which one is to be delivered to Contractor, one to Engineer for use in the administration of the Contract,and the remainder to Owner. OWNER CONTRACTOR CITY O OUND ROC ,TEXAS PM Construction&Rehab,LLC dba IPR South Central CITY 0 OUND ROCA,TEXAS Printed ame: M1n'J nd Name:J. %e ' • -"d Title N,4&i if" Title: Treasurer Date Signed: .. 'L q- . 2.4)20 Date Signed: 3/10/2020 ATTEST: \dub.. City Clerk FOR, I' Y,APP'OVE I AS TO FORM: • distr. s City Att. ey 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 00600 INSURANCE AND CONSTRUCTION BOND FORMS BONDS AND INSURANCE INSTRUCTIONS Instruction Sheet 1. Insurance Company must be licensed by State of Texas. 2. Agent signing bonds must be licensed in Texas. 3. Agent signing bonds must have Power of Attorney on behalf of insurance company. 4. If Agent signing bonds has Power of Attorney, but not licensed in Texas, then the bond must be counter-signed by Texas local recording agent. ALL THE ABOVE INFORMATION CAN BE FOUND AT Texas Department of Insurance website—www.tdi.state.tx.us 5. Make sure the dollar amount on both Performance and Payment Bonds match the amount of the Agreement&Bid Form Sheet. 6. Both Performance and Payment Bonds should be signed by Authorized Person. If the contractor is a corporation, then it should be signed by the President or the Vice-President. If the contractor is not incorporated, then it may be signed by the Owner. Please state the title of the authorized person. CERTIFICATE OF LIABILITY INSURANCE Instruction Sheet 1. CERTIFICATE OF LIABILITY INSURANCE FORM The City of Round Rock's Certificate of Liability Insurance form provided herein or a standard ACORD form. 2. PRODUCER and INSURED -Please list name, address,phone number and e-mail. 3. COMPANIES AFFORDING COVERAGE — TDI number required. The TDI number can be obtained from the Texas Dept of Insurance Website: http://www.tdi.state.tx.us/.—Company Lookup. Note:Exception to this rule.In certain instances where there is unusual risks involved,Surplus Lines Insurance Carriers can be used.Below are the guidelines: a. Insurance Company does not have to be"licensed in Texas",but they do have to be"eligible for a Texas license." Please verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/.—Company Lookup b. Policy has to be written by licensed surplus lines Agent. Also verify with the Texas Dept of Insurance Website:http://www.tdi.state.tx.us/-Agent Lookup 4. TYPES OF INSURANCE COVERAGE— CONSTRUCTION CONTRACT: Please double check the General Conditions and the Supplemental General Conditions for the types and amounts of insurance required. The Supplemental General Conditions usually state the following: a. Business Automobile Liability Insurance b. Workers' Compensation and Employers' Liability Insurance c. Commercial General Liability Insurance d. Builders' Risk Insurance— (Generally required for all "vertical" construction. Check with Project Manager for requirements.) FOR ALL OTHER CONTRACTS, PLEASE REFER TO THE INSURANCE SECTION FOR TYPE OF INSURANCE REQUIRED. (For example Engineering Service Contracts usually require"professional liability insurance".) 5. EFFECTIVE DATE &EXPIRATION DATE Please make sure dates are current. 6. City of Round Rock must be listed on the Certificate of Insurance as an additional insured (except Workers Compensation and Builders Risk). 7. Certificate must indicate that the insurance Company must give the City of Round Rock notice of any changes, cancellation, etc. at least thirty(30) days prior to date of change. 8. Make sure Certificate is signed by an Agent Licensed in the State of Texas, this can also be found on the Texas Department of Insurance website—www.tdi.state.tx.us—Agent Lookup. Bond No.SU1164163 Arch ES00004874 Everest PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That PM Construction&Rehab,LLC dba IPR SoNth Centralcity of Pasadena Countyof Harris and State of TX In Arch Insurance Coman}•and as Principal, and Everest Reinsurance Company authorized under the law of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, TEXAS, (Owner), in the penal sum of One Million Four Hundred Forty Three Thousand One Hundred Twenty and 25/100 Dollars ($ 1,443,120.25 ) for the payment whereof, well and truly to be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner dated the - day of March , 2020 to which the Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: WASTEWATER COLLECTION SYSTEM PIPE BURSTING REHABILITATION 2020 BASIN 2 & 3, CYCLE 3 NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Agreement and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Agreement, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of,the Principal in performing the Work covered by said Agreement and occurring within a period of twelve (12) months from the date of Final Completion and all other covenants and conditions, according to the true intent and meaning of said Agreement and the Plans and Specifications hereto annexed,then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00610 1-2020 Performance Bond 00437695 PERFORMANCE BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the Agreement, or to the Work performed thereunder, or the Plans, Specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this (0' day of March 20 20 PM Construction&Rehab,LLC dba IPR South Central Arch Insurance Company and Everest Reinsurance Company Principmee Bedingfield Surety Victoria P. Parkerson Printed Name Printed Name By: By: 23, Title: Treasurer Title: Attornty-in-Fact Address: 131 N. Ric Address: 3 Parkway,Ste 1500,Philadelphia.PA 19102 Pasadena, TX 77506 Po Box 830,Liberty Corner.NJ 07938 Resident Agent of Surety: . gilt- Signature Teresa D. Kelly Printed Name 5444 Westheimer, Ste 900 Street Address Houston, TX 77056 City, State & Zip Code Page 2 00610 1-2020 Performance Bond 00437695 Bond No.SU!1164163 Arch ES00004874 Everest PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § PM Construction&Rehab.LLC dba IPR South Ce tra That of the City of Pasadena County of Harris , and State of Texas , as Principal, and Arch Insurance Company and Everest Reinsurance authorized under the law of the State of Texas to act as Surety on Bonds Company for Principals, are held and firmly bound unto THE CITY OF ROUND ROCK, (Owner), and all subcontractors, workers, laborers, mechanics and suppliers as their interest may appear, all of whom shall have the right to sue upon this bond, in the penal sum of One Million Four Hundred Forty Three Thousand One Hundred Twenty and 25/100 Dollars ($ 1,443,120.25 ) for the payment whereof, well and truly be made the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns,jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written Agreement with the Owner, dated the 1.1-4-1i day of MOW-1—, 20 20 to which Agreement is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein consisting of: WASTEWATER COLLECTION SYSTEM PIPE BURSTING REHABILITATION 2020 BASIN 2 & 3, CYCLE 3 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall well and truly pay all subcontractors, workers, laborers, mechanics, and suppliers, all monies to them owing by said Principals for subcontracts, work, labor, equipment, supplies and materials done and furnished for the construction of the improvements of said Agreement, then this obligation shall be and become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Chapter 2253, Texas Government code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter 2253 to the same extent as if it were copied at length herein. Page 1 00620 1-2020 Payment Bond 00437698 PAYMENT BOND (continued) Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement, or to the Work performed thereunder, or the plans, specifications or drawings accompanying the same shall in anywise affect it's obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this Instrument this f0* day of /4oiCt , 20 20 PM Construction& Rehab,LLC dba IPR South Central Arch Insurance Company and Everest Reinsurance Company Principal Jarnee Bedingfield Surety Victoria P. Parkerson Printed Name Printed Name By: By: (Vy4v."-- 14.62, Title;�� Tre rer Title: Atto ey-in-Fact Address: 131 N. Riche Address: 3 Parkway,Ste 1500.Philadelphia,PA 19102 Pasadena, TX 77506 PO Box 830,Liberty Corner,NJ 07938 Resident Agent of Surety: 4i/u44401ifLito Signature Teresa D. Kelly Printed Name 5444 Westheimer, Ste 900 Street Address Houston, TX 77056 City, State & Zip Code Page 2 00620 1-2020 Payment Bond 00437698 SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for Note, Loan,Letter of Credit, Currency Rate,Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey(hereinafter referred to as the"Company")does hereby appoint: Victoria P.Parkerson its true and lawful Attorney-in-Fact,to make,execute,seal,and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings,recognizances and other surety obligations. Surety Bond Number: SU1164163 Principal: PM Construction & Rehab, LLC dba IPR South Central Obligee: City of Round Rock This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds,undertakings,recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15,2011: VOTED,That the signature of the Chairman of the Board,the President,or the Executive Vice President,or any Senior Vice President, of the Surety Business Division,or their appointees designated in writing and filed with the Secretary,and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. SURPATH 2017 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 28th day of September 20 17 Attested and Certified Arch Insurance Company 0-once 0 k&-el 4XL1 CORPORATE , 4 SEAL � C , Q. 1971 LS, 1,14 Patrick K. Nails,Secretary Missouri David M. Finkelstein, Executive Vice President STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS I,Michele Tripodi,a Notary Public,do hereby certify that Patrick K.Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. COLIMO!WEALTH OFFENNSYLVANL& l NOTARIAL SEAL 1.1lC HELE TAIAODI,Notary Public �� �—� elf City of Philzdetphia,Phila. County '�}.A4, My Ccmmizzicn Exp!tetJuty 31.2021 Michele Tripodi, Notary Public My commission expires 07/31/2021 CERTIFICATION I, Patrick K.Nails,Secretary of the Arch Insurance Company,do hereby certify that the attached Power of Attorney dated September 28,2017 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;and I do further certify that the said David M.Finkelstein, who executed the Power of Attorney as Executive Vice President,was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of March , 2020 sPiCeAd Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES R.ELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance—Surety Division 3 Parkway,Suite 1500 osance e+ Philadelphia,PA 19102 Oy a v CORPORATES SEAL 1971 iv Missouri 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. GI/E R ESQ: POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute,and appoint: Victoria P.Parkerson its true and lawful Attorney-in-fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required,any and all bonds and undertakings in the nature thereof,for the penal sum of no one of which is in any event to exceed UNLIMITED,reserving for itself the full power of substitution and revocation. Bond No.: ES00004874 Principal: PM Construction&Rehab,LLC dba IPR South Central Obligee: City of Round Rock Such bonds and undertakings,when duly executed by the aforesaid Attorney-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company("Board")on the 28th day of July 2016: RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute,seal and deliver for and on behalf of the Company, any and all bonds, undertakings,contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute,on behalf of the Company, bonds and undertakings in surety or co-surety with others, and that the Secretary or any Assistant Secretary of the Company be,and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond,undertaking,contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016. 0.`0uranee Everest Reinsurance Company ct-,)ORgrF\0 �l ( SEAL !a 61 1973ArAtYlie_ er2_,a l� Attest: Nicole Chase,Assistant Secretary By:Anthony Romano,Vice President On this 28th day of July 2016,before me personally came Anthony Romano,known to me,who,being duly sworn,did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto;and that he executed said instrument by like order. LINDA ROBINS Notary Public,State of New York No 01 R06239736 Qualified in Queens County Term Expires April 25,2023 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company,at the Liberty Corner,this day of March 2020 . ES00010416 IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o para someter una queja: You may call Arch Insurance Group's toll-free Usted puede Ilamar al numero de telefono gratis telephone number for information or to make a de Arch Insurance Group para informacion o complaint at: para someter una queja al: 1-866-413-5550 1-866-413-5550 You may also write to Arch Insurance Group at. Usted tambien puede escribir a Arch Insurance Group Arch Insurance Group Arch Insurance Group Harborside 3 Harborside 3 210 Hudson Street, Suite 300 210 Hudson Street,Suite 300 Jersey City, NJ 07311-1107 Jersey City, NJ 07311-1107 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener infomiacion coverages, rights or complaints at: acerca de companias, coberturas, derechos o quejas al 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Puede escribir al Departamento de Seguros de Insurance: Texas: P.O. Box 149091 P.O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 Fax: (512)490-1007 Fax: (512)490-1007 Web: http://www.tdi texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi texas gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiene una disputa concerniente a su prima o a premium or about a claim you should contact un reclamo, debe comunicarse con el Arch the Arch Insurance Group first, If the dispute is Insurance Group primero. Si no se resuelve la not resolved, you may contact the Texas disputa, puede entonces comunicarse con el Department of Insurance. departamento(TDI). ATTACH THIS NOTICE TO YOUR POLICY UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se become a part or condition of the attached convierte en parte o condicion del documento document. adjunto. 00 ML0042 44 04 16 Page 1 of 1 jaw 1/E R TEXAS IMPORTANT NOTICE TEXSAS AVISO IMPORTANTE To obtain information or make a complaint: Para obener informacion o para someter una queja: You may call toll-free for information or to make a Usted puede Ilamar al numero de telefono gratis complaint at para informacion o para someter una queja al 1-866-287-1736 1-866-287-1736 You may also write to: Usted tambien puede escribir a: Everest National Insurance Company Everest National Insurance Company 477 Martinsville Road, PO Box 830 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 Liberty Corner, NJ 07938-0830 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion acerca coverages, rights or complaints at 1-800-252-3439 de companies, coberturas, derechos o quejas al 1- 800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros de Consumer Protection (111-1A) Texas Consumer Protection (111-1A) P.O. Box 149091 P.O. Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 FAX: (512)490—1001 FAX#(512)490-1007 Web: http://www.tdi.texas.gov Web: http://www/tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a un premium or about a claim you should first contact reclamo, debe comunicarse con el agente o the agent or call 1-908-604-3000. If the dispute is primero. Si no se resolve la disputa, puede not resolved, you may contact the Texas entonces comunicarse con el departamento (TDI). Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: This notice is for information only and does not Este aviso es solo para proposito de informacion y become a part of condition of the attached no se convierte en parte o condicion del document document. adjunto. NP 70 68 0901 A```'O DATE(MM/DD/YY) �•._ EVIDENCE OF PROPERTY INSURANCE 3/3/2020 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. AGENCY PHONE 832-485-4000 COMPANY (A/C No.Ext) Alliant Insurance Services Houston, LLC 5444 Westheimer, Suite 900 ZURICH AMERICAN INSURANCE COMPANY NAIC#16535 Houston, TX 77056 FAX (A/C,No): 602 707 1932 ADDRIESS: Brett.Sauerna alliant.com CODE: SUB CODE: AGENCY CUSTOMER ID#: INSURED LOAN NUMBER POLICY NUMBER PM Construction & Rehab, LLC dba IPR South Central CPP 0645310-01 EFFECTIVE DATE EXPIRATION DATE 131 N. Richey Street CONTINUED UNTIL04/01/2019 04/01/2020 TERMINATED IF CHECKED Pasadena, TX 77506 THIS REPLACES PRIOR EVIDENCE DATED: 1/10/2020 PROPERTY INFORMATION LOCATION/DESCRIPTION Location: Round Rock, TX Description: Torbin Park 8-inch Siphon - CIPP Support Contract No. CO-00266-01 Job No. 19-4515 Duration of Project: 300 Days Contract Amount: $1,443,120.25 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 EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION PERILS INSURED BASIC BROAD SPECIAL COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE Installation Property Coverage Form PPP-0141 $1,443,120.25 $2,500* REMARKS(Including Special Conditions) Installation Deductibles: $2,500 except for Named Storm and Flood if applicable. 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. ADDITIONAL INTEREST NAME AND ADDRESS ADDITIONAL INSURED LENDER'S LOSS PAYABLE LOSS PAYEE MORTGAGEE LOAN# City of Round Rock 221 East Main Street AUTHORIZED REPRESENTATIVE Round Rock TX 78664 -/ , 't� ACORD 27(2016/03) ©1993-2015 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD 7 0 DATE(MM/DD/YYYY) ACCWo CERTIFICATE OF LIABILITY INSURANCE 03/03/2020 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 Brett Sauer NAME: FAX Alliant Insurance Services Houston, LLC (A/CONE,No,Ext): 602-707-1931 (A/C No): 602-707-1932 5444 Westheimer� ADDRESS: �Suite 900 E-MAIL Brett.Sauer alliant.com Houston, TX 77056 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Greenwich Insurance Company 22322 INSURED INSURER B: Starr Indemnity&Liability Company 38318 PM Construction&Rehab,LLC dba IPR South Central INSURER C: XL Specialty Insurance Company 37885 131 N.Richey INSURER D: Indian Harbor Insurance Company 36940 Pasadena,TX 77506 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY )(MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ 300,000 MED EXP(Any one person) $ 10,000 A CGD740922006 04/01/2019 04/01/2020 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY PRO-1 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 X JECT OTHER $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) A - OWNED SCHEDULED CAD740922106 04/01/2019 04/01/2020 BODILY INJURY(Per AUTOS ONLY AUTOS accident) $ - HIRED AUTOS NON-OWNED PROPERTY DAMAGE ONLY AUTOS (Per accident) $ $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 B X EXCESS LIAB CLAIMS-MADE 1000585633191 04/01/2019 04/01/2020 AGGREGATE $ 10,000,000 DED RETENTION$ $ WORKERS COMPENSATION X PER I 1 OTH- AND EMPLOYERS'LIABILITY Y/N LSTATUTE L 1 ER ANY PROPRIETOR/PARTNER/EXECUTIVE N E.L.EACH ACCIDENT C OFFICER/MEMBER EXCLUDED? N/A CWD740921906 04/01/2019 04/01/2020 $ 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 OTHER CE0742019404 04/01/2019 04/01/2020 EACH LOSS $ 10,000,000 D PROFESSIONAL LIABILITY AGGREGATE $ 10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) This cancels and replaces certificate issued 1/10/2020 Re:Basin 2&3,Cycle 3-Wastewater PB BuyBoard Contract#555-18.City of Round Rock and its officers,employees,and elected officials.The General Liability and Commercial Auto policy includes blanket Additional Insured endorsements that provide Additional Insured status to certain persons and organizations when required by written contract and subject to the terms and conditions of the endorsements.The Auto,General Liability,and Workers Compensation policy includes a blanket Waiver of Subrogation when required by contract or written agreement and subject to the terms and conditions of the endorsements.The General Liability policy provides that to the extent that insurance is afforded to any Additional Insured under the policy,the insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured,as required by written contract.The General Liability,Auto Liability,and Workers Compensation policies includes an endorsement providing that 30 days'notice of cancellation will be furnished to the certificate holder,however 10 days if canceled for non-payment. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. 221 East Main Street Round Rock TX 78664 AUTHORIZED REPRESENTATIVE ©1988-2015 AC• .D •RPORA IC '. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: CGD740922006 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any Person Or Organization That You Are Required In A Various As Required Per Written Contract Written Contract Or Written Agreement To Include As An Additional Insured Provided The "Bodily Injury" Or "Property Damage" Occurs Subsequent To The Execution Of The Written Contract Or Written Agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodilyinjury" or damage" or "personal and advertising injury" pp y caused, in whole or in part, by: "property damage" occurring after: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: CGD740922006 COMMERCIAL GENERAL LIABILITY CG20370413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organization(s) Operations ANY PERSON OR ORGANIZATION THAT YOU ARE VARIOUS AS REQUIRED PER WRITTEN REQUIRED IN A WRITTEN CONTRACT OR WRITTEN CONTRACT AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: CAD740922106 COMMERCIAL AUTO CA2001 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: IPR ACQUISITIONCO, INC. Endorsement Effective Date: April 1, 2019 SCHEDULE Insurance Company: Greenwich Insurance Company Policy Number: CAD740922106 Effective Date: April 1, 2019 Expiration Date: April 1, 2020 Named Insured: IPR ACQUISITIONCO, INC. Address: 1510 Klondike Road, Suite 400 Conyers, GA 30094 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of"Leased Autos": All Leased Autos CA 20 01 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Comprehensive $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair,Whichever Is Less, Minus Collision $ 1,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Specified $ Deductible For Each Covered "Leased Auto" Causes Of Loss Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 2. The insurance covers the interest of the lessor 1. Any "leased auto" designated or described in unless the "loss" results from fraudulent acts or the Schedule will be considered a covered omissions on your part. "auto" you own and not a covered "auto" you 3. If we make any payment to the lessor, we will hire or borrow. obtain his or her rights against any other party. 2. For a "leased auto" designated or described in C. Cancellation the Schedule, the Who Is An Insured 1. If we cancel the policy, we will mail notice to provision under Covered Autos Liability the lessor in accordance with the Cancellation Coverage is changed to include as an Common Policy Condition. "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for 2. If you cancel the policy, we will mail notice to "bodily injury" or "property damage" resulting the lessor. from the acts or omissions by: 3. Cancellation ends this agreement. a. You; D. The lessor is not liable for payment of your b. Any of your"employees" or agents; or premiums. c. Any person, except the lessor or any E. Additional Definition "employee" or agent of the lessor, operating As used in this endorsement: a "leased auto" with the permission of any "Leased auto" means an "auto" leased or rented to of the above. you, including any substitute, replacement or extra 3. The coverages provided under this "auto" needed to meet seasonal or other needs, endorsement apply to any "leased auto" under a leasing or rental agreement that requires described in the Schedule until the expiration you to provide direct primary insurance for the date shown in the Schedule, or when the lessor. lessor or his or her agent takes possession of the "leased auto", whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for"loss" to a "leased auto". Page 2 of 2 © Insurance Services Office, Inc., 2011 CA 20 01 10 13 POLICY NUMBER: CAD740922106 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of: 1. You, while using a covered "auto"; or 2. Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto"with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; b. The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or"property damage" for which liability coverage is sought; and c. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows: Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 ©2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: CGD740922006 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV— Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract with that person or organization and included in the "products-completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 POLICY NUMBER: CAD740922106 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: IPR ACQUISITIONCO, INC. Endorsement Effective Date: April 1, 2019 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1,2019 Policy No. CWD740921906 Endorsement No. Insured IPR ACQUISITIONCO, INC. Insurance Company Countersigned by XL Specialty Insurance Company WC 00 03 13 (Ed. 4-84) ©1983 National Council on Compensation Insurance. ENDORSEMENT# This endorsement, effective 12:01 a.m., April 1, 2019, forms a part of Policy No. CGD740922006 issued to IPR ACQUISITIONCO, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF ROCK HILL POST OFFICE BOX 11706 30 SC RISK MANAGEMENT DIVISION ROCK HILL, SC 29731 CITY OF ROSENBERG 2110 4TH STREET 30 ROSENBERG, TX 77471 CITY OF ROUND ROCK 221 EAST MAIN STREET 30 ROUND ROCK, TX 78664 CITY OF RUSTON 701 EAST TENNESSEE AVENUE 30 RUSTON, LA 71270 CITY OF SAGINAW 333 WEST MCLEROY BLVD. 30 SAGINAW, TX 76179 CITY OF SAINT LOUIS-MO 1200 MARKET STREET 30 CITY HALL ROOM 102-104 SAINT LOUIS, MO 63103 CITY OF SHREVEPORT PO BOX 31109 30 SHREVEPORT, LA 71130-1109 CITY OF SIMPSONVILLE, SC 118 NE MAIN STREET 30 SIMPSONVILLE, SC 29681 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. POLICY NUMBER: CAD740922106 IX! 405 0910 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF PEACHTREE CITY, GA 151 WILLOWBEND ROAD 30 PEACHTREE CITY, GA 30269 CITY OF PEARLAND 3519 LIBERTY DRIVE 30 PEARLAND, TX 77581 CITY OF PLANO PO BOX 860358 30 PLANO, TX 75086 CITY OF PLEASANT RIDGE 23925 WOODWARD AVENUE 30 PLEASANT RIDGE, MI 48069 CITY OF PORTLAND, TEXAS, & COYM, 1900 BILLY WEBB DRIVE 30 REHMET AND GUTIERREZ PORTLAND, TX 78374 ENGINEERING LP CITY OF RICHMOND, TEXAS 600 MORTON STREET 30 RICHMOND, TX 77469 CITY OF RIVER OAKS 4900 RIVER OAKS BLVD 30 RIVER OAKS, TX 76114 CITY OF ROCK HILL POST OFFICE BOX 11706 30 SC RISK MANAGEMENT DIVISION ROCK HILL, SC 29731 CITY OF ROSENBERG 2110 4TH STREET 30 ROSENBERG, TX 77471 CITY OF ROUND ROCK 221 EAST MAIN STREET 30 ROUND ROCK, TX 78664 CITY OF RUSTON 701 EAST TENNESSEE AVENUE 30 RUSTON, LA 71270 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 (Ed. 12/10) This endorsement, effective 12:01 a.m., April 1, 2019, forms a part of Policy No. CWD740921906 issued to IPR ACQUISITIONCO, INC. by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF RIVER OAKS 4900 RIVER OAKS BLVD 30 RIVER OAKS,TX 76114 CITY OF ROCK HILL POST OFFICE BOX 11706 30 SC RISK MANAGEMENT DIVISION ROCK HILL,SC 29731 CITY OF ROSENBERG 2110 4TH STREET 30 ROSENBERG,TX 77471 CITY OF ROUND ROCK 221 EAST MAIN STREET 30 ROUND ROCK,TX 78664 CITY OF RUSTON 701 EAST TENNESSEE AVENUE 30 RUSTON,LA 71270 CITY OF SAGINAW 333 WEST MCLEROY BLVD. 30 SAGINAW,TX 76179 CITY OF SAINT LOUIS-MO 1200 MARKET STREET 30 CITY HALL ROOM 102-104 SAINT LOUIS,MO 63103 All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2019 Policy No. CWD740921906 Endorsement No. Insured IPR ACQUISITIONCO, INC. Premium Included Insurance Company XL Specialty Insurance Company Countersigned by WC 99 06 57 Ed. 12/10 ©2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. 00700 GENERAL CONDITIONS City of Round Rock Contract Forms General Conditions Section 00700 TABLE OF CONTENTS OF GENERAL CONDITIONS Article Page Number& Title Number 1. DEFINITIONS 2 2. PRELIMINARY MATTERS 5 3. CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 7 4. AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 8 5. BONDS AND INSURANCE 10 6. CONTRACTOR'S RESPONSIBILITIES 15 7. OTHER WORK 23 8. OWNER'S RESPONSIBILITIES 24 9. ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 24 10. CHANGES IN THE WORK 26 11. CHANGE OF CONTRACT AMOUNT 27 12. CHANGE OF CONTRACT TIMES 29 13. TESTS AND INSPECTIONS;AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 31 14. PAYMENTS TO CONTRACTOR AND COMPLETION 33 15. SUSPENSION OF WORK AND TERMINATION 37 16. DISPUTE RESOLUTION 39 17 RIGHT TO AUDIT 40 18. MISCELLANEOUS 41 00700 11-2017 Page 1 General Conditions 00162837 GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: 1.1 Addenda - Written or graphic instruments issued prior to the receipt of Proposals or the opening of Bids that clarify, correct or change the proposal or bidding requirements or the Contract Documents. 1.2 Agreement-Prescribed form, referenced as Section 00500. 1.3 Alternative Dispute Resolution-The process by which a disputed Claim may be settled if the OWNER and the CONTRACTOR cannot reach an agreement between themselves, as an alternative to litigation. 1.4 Bid - Proposal of bidder on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.5 Bid Documents-The advertisement or invitation for bids, instructions to bidders,the bid form, the Contract Documents and Addenda. 1.6 Calendar Day-Any day of the week; no days being excepted. Work on Saturdays, Sundays, and/or Legal Holidays shall only be conducted with prior express written consent of the OWNER. 1.7 Change Directive-A written directive to the CONTRACTOR, signed by the OWNER, ordering a change in the Work and stating a proposed basis for adjustment, if any, in the Contract Amount or Contract Time, or both. A Change Directive may be used in the absence of total agreement on the terms of a Change Order. A Change Directive does not change the Contract Amount or Contract Time, but is evidence that the parties expect that the change directed or documented by a Change Directive will be incorporated in a subsequently issued Change Order. 1.8 Change Orders - Written agreements entered into between the CONTRACTOR and the OWNER authorizing an addition, deletion, or revision to the Contract, issued on or after the Execution Date of the Agreement and within the Contract term. 1.9 Claim - A written demand seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Contract. 1.10 Contract - The Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR for performance of the Work, as evidenced by the Contract Documents. 1.11 Contract Amount-The amount payable by the OWNER to the CONTRACTOR for completion of the Work in accordance with the Contract Documents. 1.12 Contract Documents—Invitation to Bid, Instructions to Bidders, General Conditions, Supplemental General Conditions, Special Conditions, Technical Specifications, Project Manual, Drawings,Addenda and Change Orders. 1.13 Contract Time-The number of days allowed for completion of the Work as defined by the Contract. When any period is referred to in days, it will be computed to exclude the first and include the last day of such period. A day of twenty-four(24) hours measured from midnight to the next midnight will constitute a day. 1.14 CONTRACTOR - The individual, firm, corporation, or other business entity with whom the OWNER has entered into the Contract. 1.15 Drawings - Those portions of the Contract Documents which are graphic representations of the scope, extent and character of the Work to be furnished and performed by the CONTRACTOR and which have been 00700 11-2017 Page 2 General Conditions approved by the OWNER. Drawings may include plans, elevations, sections, details, schedules and diagrams. Shop Drawings are not Drawings as so defined. 1.16 Engineer/Architect(E/A) -The OWNER's design professional identified as such in the Contract. The titles of "Architect/Engineer," "Architect" and "Engineer" used in the Contract Documents shall be read the same as Engineer/Architect (E/A). Nothing contained in the Contract Documents shall create any contractual or agency relationship between E/A and the CONTRACTOR. 1.17 Equal -The terms"equal"or"approved equal"shall have the same meaning. 1.18 Execution Date- Date of last signature of the parties to the Agreement. 1.19 Field Order-A written order issued by Owner's Representative which orders minor changes in the Work and which does not involve a change in the Contract Amount or the Contract Time. 1.20 Final Acceptance— The stage in the Contract process when, in the OWNER's opinion, Final Completion of the Work has been attained and a Certificate of Acceptance approved by the OWNER is issued. 1.21 Final Completion -The stage in the progress of the Work when, in the OWNER's opinion, the entire Work has been completed, the CONTRACTOR's obligations under the Contract Documents have been fulfilled, and the OWNER is processing or has made final payment to the CONTRACTOR, as evidenced by a Certificate of Acceptance approved by the OWNER. 1.22 Inspector-The authorized representative of any regulatory agency that has jurisdiction over any portion of the Work. 1.23 Legal Holidays 1.23.1 The following are recognized by the OWNER: Holiday Date Observed New Year's Day January 1 Martin Luther King, Jr.'s Third Monday Birthday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Veteran's Day November 11 Thanksgiving Day Fourth Thursday in November Friday after Friday after Thanksgiving Thanksgiving 00700 11-2017 Page 3 General Conditions Christmas Eve December 24 Christmas Day December 25 1.23.2 If a Legal Holiday falls on Saturday, it will be observed on the preceding Friday. If a Legal Holiday falls on Sunday, it will be observed on the following Monday. 1.23.3 If Christmas Eve falls on a Saturday or a Sunday, the preceding Friday is observed as the Christmas Eve holiday. 1.23.4 If Christmas Day falls on a Saturday or a Sunday, the following Monday is observed as the Christmas Day holiday. 1.24 Milestones-A significant event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 1.25 Notice to Proceed -A Written Notice given by the OWNER to the CONTRACTOR fixing the date on which the Contract Times will commence to run and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract Documents. 1.26 OWNER—The City of Round Rock,Texas, a municipal corporation, home-rule city and political subdivision organized and existing under the laws of the State of Texas, acting through the City Manager or his/her designee, officers, agents or employees to administer design and construction of the Project. 1.27 Owner's Representative-The designated representative of the OWNER. 1.28 Partial Occupancy or Use - Use by the OWNER of a partially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 1.29 Project -The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part, as indicated elsewhere in the Contract Documents. 1.30 Project Manual - That portion of the Contract Documents which may include the following: introductory information; bidding requirements, Contract forms and General and Supplemental General Conditions; General Requirements; Specifications; Drawings; Project Safety Manual; and Addenda. 1.31 Proposal — Proposal of Offeror, under Local Government Code §271.113 providing for alternative project delivery methods, on prescribed forms setting forth prices for performing the Work described in the Contract Documents. 1.32 Proposal Documents—The advertisement or invitation for Proposals, Instruction to Offerors, the Proposal form, the Contract Documents and Addenda. 1.33 Resident Project Representative -The authorized representative of E/A who may be assigned to the site or any part thereof. 1.34 Shop Drawings -All drawings, diagrams, illustrations, schedules and other data or information which are specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR as required by the Contract Documents. 1.35 Specifications - Those portions of the Contract Documents consisting of written technical descriptions as applied to the Work, which set forth to the CONTRACTOR, in detail, the requirements which must be met by all materials, equipment, construction systems, standards, workmanship, equipment and services in order to render a completed and useful project. 00700 11-2017 Page 4 General Conditions 1.36 Substantial Completion - The stage in the progress of the Work when the Work, or designated portions thereof, may still require minor modifications or adjustments but, in the OWNER's opinion,the Work has progressed to the point such that all parts of the Work under consideration are fully operational, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 1.37 Subcontractor-An individual, firm, or corporation having a direct contract with the CONTRACTOR for the performance of a part of the Work. 1.38 Sub-subcontractor-A person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work. 1.39 Superintendent - The representative of the CONTRACTOR authorized in writing to receive and fulfill instructions from Owner's Representative, and who shall supervise and direct construction of the Work. 1.40 Supplemental General Conditions-The part of the Contract Documents which either amends or supplements the General Conditions. All General Conditions which are not so amended or so supplemented shall be considered as remaining in full force and effect. 1.41 Supplier-An individual or entity having a direct contract with the CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or any Subcontractor. 1.42 Time Extension Request-An approved request for time extension on a form acceptable to the OWNER. 1.43 Work - The entire completed construction, or the various separately identifiable parts thereof, required to be furnished under the Contract Documents. 1.44 Working Day - Any day of the week, not including Saturdays, Sundays, or Legal Holidays, in which conditions not under the CONTRACTOR's control will permit work for at least seven (7) hours of the Working Times. Upon authorization by the Owner's Representative, work on Saturdays, Sundays and/or Legal Holidays may be allowed and in that event a Working Day will be counted for each such day. 1.45 Working Times — Times of day(s) during which work may be performed. Unless authorized by Owner's Representative, all Work shall be performed between 7:00 a.m. and 6:00 p.m. on weekdays and, if previously authorized as provided for in paragraph 1.44 or paragraph 1.6 herein, as applicable, between 9:00 a.m. and 6:00 p.m. on Saturdays, Sundays or Legal Holidays. When the CONTRACTOR has been authorized to perform Work during hours outside Working Times, such hours shall be considered time worked on Working Day contracts. Notwithstanding the preceding, emergency work may be done without prior permission only as provided in paragraph 6.11.5 herein. 1.46 Written Notice-Written communication between the OWNER and the CONTRACTOR. Written Notice shall be deemed to have been duly served if delivered in person to Owner's Representative or to the CONTRACTOR's duly authorized representative, or if such Written Notice is delivered to or sent by registered or certified mail to the attention of Owner's Representative or to the CONTRACTOR's duly authorized representative at the last business address known to the party giving notice. ARTICLE 2 -PRELIMINARY MATTERS 2.1 Delivery of Agreement, Bonds, Insurance, and Other Documentation: Within ten (10) Calendar Days after written notification of award of Contract, the CONTRACTOR shall deliver to the OWNER signed Agreement, Bond(s), Insurance Certificate(s) and other documentation required for execution of the Contract. 00700 11-2017 Page 5 General Conditions 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified. 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) will begin to run on the day indicated in the Notice to Proceed. Notice to Proceed will be given at any time within sixty (60) Calendar Days after the Execution Date of the Agreement, unless extended by written agreement of the parties. 2.4 Before Starting Construction: 2.4.1 No Work shall be done at the site prior to the preconstruction conference without the OWNER's approval. Before undertaking each part of the Work, the CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. The CONTRACTOR shall promptly report in writing to Owner's Representative any conflict, error, ambiguity or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from Owner's Representative before proceeding with any Work affected thereby. The CONTRACTOR shall be liable to the OWNER for failure to report any conflict, error, ambiguity or discrepancy in the Contract Documents of which the CONTRACTOR knew or reasonably should have known. 2.4.2 The CONTRACTOR shall submit the following to Owner's Representative for review and approval no later than the preconstruction conference: .1 a preliminary progress schedule indicating the times (number of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents, identifying when all Subcontractors will be utilized, and taking into consideration any limitations on Working Hours; .2 a preliminary schedule of Shop Drawing and sample submittals; .3 a preliminary schedule of values for all of the Work, subdivided into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work; .4 a letter designating CONTRACTOR's Superintendent; .5 a letter from the CONTRACTOR and Subcontractor(s) listing any salaried specialists; .6 if applicable, a letter designating the "Competent Person(s)" on general safety and trench safety measures; .7 if applicable, a trench safety system plan; .8 if applicable, a plan illustrating proposed locations of temporary facilities; .9 if applicable, a traffic control plan; .10 a completed Non-Use of Asbestos Affidavit (Prior to Construction); and .11 if applicable, a letter designating the Texas Registered Professional Land Surveyor for layout of the Work. 00700 11-2017 Page 6 General Conditions 2.5 Preconstruction Conference: Prior to commencement of Work at the site, a preconstruction conference attended by the CONTRACTOR, Owner's Representative and others will be held. 2.6 Initially Acceptable Schedules: Unless otherwise provided in the Contract Documents, the CONTRACTOR shall obtain approval of Owner's Representative on final versions of the schedules submitted in accordance with paragraph 2.4.2 before the first progress payment will be made to the CONTRACTOR. The progress schedule must provide for an orderly progression of the Work to completion within any specified Milestones and Contract Times. Acceptance of the schedule by Owner's Representative will neither impose on Owner's Representative responsibility for the sequencing, scheduling or progress of the Work nor interfere with or relieve the CONTRACTOR from the CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawings and sample submissions must provide an arrangement agreeable to the parties for reviewing and processing the required submittals. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.1 Intent: 3.1.1 The intent of the Contract Documents is to include all information necessary for the proper execution and completion of the Work by the CONTRACTOR. The Contract Documents are complementary, and what is required by one shall be as binding as if required by all. In cases of disagreement, the following order of precedence shall govern (top item receiving priority of interpretation): Signed Agreement Addenda to the Contract Documents Special Conditions Supplemental General Conditions General Conditions Other Bidding Requirements and Contract Forms Special Provisions to the Standard Technical Specifications Special Specifications Standard Technical Specifications Drawings (figured dimensions shall govern over scaled dimensions) Project Safety manual, if applicable 3.1.2 Unless otherwise stated in the Contract Documents,words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. 3.2 Reporting and Resolving Discrepancies: If, during the performance of the Work, the CONTRACTOR discovers any conflict, error, ambiguity or discrepancy within the Contract Documents or between the Contract Documents and any provisions of any such law or regulation applicable to the performance of the Work or of any such standard, specification, manual or code or instructions of any Supplier, the CONTRACTOR shall immediately report it to Owner's Representative in writing, and the CONTRACTOR shall not proceed with the Work affected thereby until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in paragraph 3.3.1 or paragraph 3.3.2. The CONTRACTOR shall be liable to the OWNER for failure to report any such conflict, error, ambiguity or discrepancy of which the CONTRACTOR knew or reasonably should have known. 3.3 Amending and Supplementing Contract Documents: 00700 11-2017 Page 7 General Conditions 3.3.1 The Contract Documents may be amended to provide for additions, deletions and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: .1 Change Order. .2 Change Directive. .3 Time Extension Request. 3.3.2 In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: .1 Field Order. .2 Review of a Shop Drawing or sample. .3 Written interpretation or clarification. 3.4 Reuse of Documents Prohibited: The CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the OWNER: (i) shall not 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 E/A or E/A's consultants, and (ii) shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of the OWNER and E/A. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands: The OWNER shall furnish, as indicated in the Contract Documents, all required rights to use the lands upon which the Work is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of the CONTRACTOR. The OWNER shall identify any encumbrances or restrictions not of general application but specifically related to use of lands so furnished with which the CONTRACTOR will have to comply in performing the Work. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by the OWNER, unless otherwise provided in the Contract Documents. If the OWNER fails to furnish these lands, rights-of-way or easements in a timely manner, the CONTRACTOR may make a Claim for adjustments in the Contract Times. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions: 4.2.1 The CONTRACTOR hereby covenants that it has examined the site of the proposed Work and is familiar with all of the conditions surrounding construction of the Project, having conducted all inquiries, tests and investigations deemed necessary and proper. 4.2.2 If conditions are encountered at the site which are (1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or(2) unknown physical conditions of an unusual nature, that differ materially from those normally encountered in the type of work being performed under this Contract, then notice by the observing party shall be given to the other party promptly before conditions are disturbed and in no event later than seven (7) calendar days after first observance of the conditions. Owner's Representative will promptly investigate such conditions with E/A and, if they differ materially and cause an increase or decrease in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, will 00700 11-2017 Page 8 General Conditions recommend an equitable adjustment in the Contract Amount or Contract Time, or both. If Owner's Representative determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the CONTRACTOR shall be notified in writing, stating the reasons. Any disputes arising from Owner's Representative's determination shall be resolved in accordance with Article 16. 4.2.3 Notwithstanding any other provision of this Contract, the CONTRACTOR shall be solely responsible for the location and protection of any and all public lines and utility customer service lines in the Work area. For the purposes of this section, "public lines"means the utility distribution and supply system within public rights-of-way or easements, and "utility customer service lines" (service) means any utility line connecting a utility customer to the utility distribution system. Generally, existing service connections within right-of-way or easements are not shown on the Drawings. The CONTRACTOR shall notify the OWNER and "One Call"and exercise due care to locate and to mark, uncover or otherwise protect all such lines in the construction zone and any of the CONTRACTOR's work or storage areas. The CONTRACTOR's obligation hereunder shall be primary and nondelegable. The CONTRACTOR shall indemnify or reimburse such expenses or costs (including fines that may be levied against the OWNER)that may result from unauthorized or accidental damage to all public lines and utility customer service lines in the Work area. The OWNER reserves the right to repair such damage the CONTRACTOR may cause, at the CONTRACTOR's expense. 4.2.4 The CONTRACTOR shall take reasonable precaution to avoid disturbing primitive records and antiquities of archaeological, paleontological or historical significance. No objects of this nature shall be disturbed without written permission of the OWNER and the Texas Department of Antiquities Protection. When such objects are uncovered unexpectedly, the CONTRACTOR shall stop all Work in close proximity and notify Owner's Representative and the Texas Department of Antiquities Protection of their presence and shall not disturb them until written permission and permit to do so is granted. All primitive rights and antiquities uncovered on the OWNER's property shall remain property of the State of Texas, the Texas Department of Antiquities Protection conforming to the Texas Natural Resources Code. If it is determined by the OWNER, in consultation with the Texas Department of Antiquities Protection,that exploration or excavation of primitive records or antiquities on Project site is necessary to avoid loss, the CONTRACTOR shall cooperate in salvage work attendant to preservation. If the Work stoppage or salvage work causes an increase in the CONTRACTOR's cost of, or time required for, performance of the Work, the Contract Amount and/or Contract Time may be equitably adjusted. 4.3 Reference Points: Unless otherwise specified, the OWNER will furnish all reference points, benchmarks, survey monuments, and control points which, in the OWNER's opinion, are suitable for laying out the Work. Such benchmarks and reference points will be placed at intervals not to exceed 1,500 feet. All reference points, benchmarks, survey monuments and control points shall be carefully preserved by the CONTRACTOR by use of flags, laths or other appropriate measures and, in case of destruction or removal by the CONTRACTOR or its employees, such reference points, benchmarks, survey monuments, and control points shall be replaced by a Registered Professional Land Surveyor at the CONTRACTOR's expense. When reference points, benchmarks, survey monuments, or control points are in conflict with the Work, then reestablishment will be the OWNER's responsibility during or upon completion of the Work. 4.4 Hazardous Materials: 4.4.1 The OWNER shall be responsible for any hazardous material uncovered or revealed at the site which was not shown, indicated or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The CONTRACTOR shall immediately notify Owner's Representative of any suspected hazardous materials encountered before or during performance of the Work and shall take all necessary precautions to avoid further disturbance of the materials. 4.4.2 The CONTRACTOR shall be responsible for any hazardous materials brought to the site by the CONTRACTOR, Subcontractor, Suppliers or anyone else for whom the CONTRACTOR is responsible. 00700 11-2017 Page 9 General Conditions 4.4.3 No asbestos-containing materials shall be incorporated into the Work or brought on the Project site without prior approval of the OWNER. ARTICLE 5-BONDS AND INSURANCE 5.1 Surety and Insurance Companies: All bonds and insurance required by the Contract Documents shall be obtained from solvent surety or insurance companies that are duly licensed by the State of Texas and authorized to issue bonds or insurance policies for the limits and coverages required by the Contract Documents.The bonds shall be in a form acceptable to the OWNER and shall be issued by a surety which complies with the requirements of Art. 7.19-1, Texas Insurance Code (1997) and which is otherwise acceptable to the OWNER. OWNER may require the surety to obtain reinsurance for any portion of the risk that exceeds 10% of the surety's capital and surplus. For bonds exceeding $100,000, the surety must also hold a certificate of authority from the U.S. Secretary of the Treasury or have obtained reinsurance from a reinsurer that is authorized as a reinsurer in Texas and holds a certificate of authority from the U.S. Secretary of the Treasury. 5.2 Workers' Compensation Insurance Coverage: 5.2.1 Definitions: .1 Certificate of coverage ("certificate") -A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on the Project, for the duration of the Project. .2 Duration of the Project - includes the time from the beginning of the Work on the Project until the CONTRACTOR's/person's Work on the Project has been completed and accepted by the OWNER. .3 Persons providing services on the Project ("subcontractor" herein) - includes all persons or entities performing all or part of the services the CONTRACTOR has undertaken to perform on the Project, regardless of whether that person contracted directly with the CONTRACTOR and regardless of whether that person has employees. This includes, by way of illustration and not of limitation, independent contractors, Subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. 5.2.2 The CONTRACTOR shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all employees of the CONTRACTOR providing services on the Project, for the duration of the Project. 5.2.3 The OWNER will not execute the Contract prior to the CONTRACTOR providing all required certificates of coverage. 5.2.4 If the coverage period shown on the CONTRACTOR's current certificate of coverage ends during the duration of the Project, the CONTRACTOR must, prior to the end of the coverage period, file a new certificate of coverage with the OWNER showing that coverage has been extended. 5.2.5 The CONTRACTOR shall obtain from each person providing services on the Project, and provide to the OWNER: 00700 11-2017 Page 10 General Conditions .1 a certificate of coverage, prior to that person beginning Work on the Project, so the OWNER will have on file certificates of coverage showing coverage for all persons providing services on the Project; and .2 no later than seven (7)days after receipt by the CONTRACTOR, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. 5.2.6 The CONTRACTOR shall retain all required certificates of coverage for the duration of the Project and for one (1)year thereafter. 5.2.7 The CONTRACTOR shall notify the OWNER in writing by certified mail or personal delivery within ten (10) days after the CONTRACTOR knew or should have known of any change that materially affects the provision of coverage of any person providing services on the Project. 5.2.8 The CONTRACTOR shall post at its office or on each Project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. 5.2.9 The CONTRACTOR shall contractually require each person with whom it contracts to provide services on a Project to: .1 provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44)for all of its employees providing services on the Project, for the duration of the Project; .2 provide to the CONTRACTOR, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; .3 provide the CONTRACTOR, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .4 obtain from each other person with whom it contracts, and provide to the CONTRACTOR: a) a certificate of coverage, prior to the other person beginning Work on the Project; and b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; .5 retain all required certificates of coverage on file for the duration of the Project and for one (1) year thereafter; .6 notify the OWNER in writing by certified mail or personal delivery within ten (10) days after the person knew or should have known of any change that materially affects the provision of coverage of any person providing services on the Project; and .7 contractually require each person with whom it contracts, to perform as required by paragraphs 5.2.9.1 - 5.2.9.7, with the certificates of coverage to be provided to the person for whom they are providing services. 5.2.10 By signing this Contract or providing or causing to be provided a certificate of coverage, the CONTRACTOR is representing to the OWNER that all employees of the CONTRACTOR who will provide services 00700 11-2017 Page 11 General Conditions on the Project will be covered by workers'compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the CONTRACTOR to administrative penalties, criminal penalties, civil penalties, or other civil actions. 5.2.11 The CONTRACTOR's failure to comply with any of these provisions is a breach of Contract by the CONTRACTOR which entitles the OWNER to declare the Contract void if the CONTRACTOR does not remedy the breach within ten (10) days after receipt of notice of breach from the OWNER. 5.3 Contractor Insurance Requirements: For specific bond requirements and additional insurance requirements, refer to the Supplemental General Conditions. 5.3.1.1 General Requirements: .1 CONTRACTOR shall carry insurance in the types and amounts indicated below for the duration of the Contract, which shall include items owned by OWNER in the care, custody and control of CONTRACTOR prior to and during construction and warranty period. .2 CONTRACTOR must complete and forward the required Certificates of Insurance to OWNER before the Contract is executed as verification of coverage required below. CONTRACTOR shall not commence Work until the required insurance is obtained and until such insurance has been reviewed by OWNER. Approval of insurance by OWNER shall not relieve or decrease the liability of CONTRACTOR hereunder and shall not be construed to be a limitation of liability on the part of CONTRACTOR. CONTRACTOR must also complete and forward the required Certificates of Insurance to OWNER whenever a previously identified policy period has expired as verification of continuing coverage. .3 CONTRACTOR's insurance coverage is to be written by companies licensed to do business in the State of Texas at the time the policies are issued and shall be written by companies with A.M. Best ratings of B+VII or better, except for hazardous material insurance which shall be written by companies with A.M. Best ratings of A-or better. .4 All endorsements naming the OWNER as additional insured, waivers, and notices of cancellation endorsements as well as the Certificate of Insurance shall indicate: City of Round Rock, 221 E. Main St., Round Rock, Texas 78664. .5 The "other" insurance clause shall not apply to the OWNER where the OWNER is an additional insured shown on any policy. It is intended that policies required in the Contract, covering both OWNER and CONTRACTOR, shall be considered primary coverage as applicable. .6 If insurance policies are not written for amounts specified below, CONTRACTOR shall carry Umbrella or Excess Liability Insurance for any differences in amounts specified. If Excess Liability Insurance is provided, it shall follow the form of the primary coverage. .7 OWNER shall be entitled, upon request and without expense,to receive certified copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modification of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either of the parties hereto or the underwriter on any such policies. .8 OWNER reserves the right to review the insurance requirements set forth during the effective period of this Contract and to make reasonable adjustments to insurance coverage, limits, and exclusions when deemed necessary and prudent by OWNER based upon changes in statutory law, 00700 11-2017 Page 12 General Conditions court decisions, the claims history of the industry or financial condition of the insurance company as well as CONTRACTOR. .9 CONTRACTOR shall not cause any insurance to be canceled nor permit any insurance to lapse during the term of the Contract or as required in the Contract. .10 CONTRACTOR shall be responsible for premiums, deductibles and self-insured retentions, if any, stated in policies. All deductibles or self-insured retentions shall be disclosed on the Certificate of Insurance. .11 CONTRACTOR shall provide OWNER thirty (30) days written notice of erosion of the aggregate limits below occurrence limits for all applicable coverages indicted within the Contract. .12 If OWNER-owned property is being transported or stored off-site by CONTRACTOR, then the appropriate property policy will be endorsed for transit and storage in an amount sufficient to protect OWNER's property. .13 The insurance coverages required under this contract are required minimums and are not intended to limit the responsibility or liability of CONTRACTOR. 5.3.1.2 Business Automobile Liability Insurance. Provide coverage for all owned, non-owned and hired vehicles. The policy shall contain the following endorsements in favor of OWNER: a) Waiver of Subrogation endorsement TE 2046A; b) 30 day Notice of Cancellation endorsement TE 0202A; and c) Additional Insured endorsement TE 9901 B. Provide coverage in the following types and amounts: .1 A minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. Alternate acceptable limits are $250,000 bodily injury per person, $500,000 bodily injury per occurrence and at least$100,000 property damage liability each accident. 5.3.1.3 Workers'Compensation and Employers' Liability Insurance: Coverage shall be consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Section 401). CONTRACTOR shall assure compliance with this Statute by submitting two (2) copies of a standard certificate of coverage (e.g. ACCORD form) to Owner's Representative for every person providing services on the Project as acceptable proof of coverage. The required Certificate of Insurance must be presented as evidence of coverage for CONTRACTOR. Workers' Compensation Insurance coverage written by the Texas Workers Compensation Fund is acceptable to OWNER. CONTRACTOR's policy shall apply to the State of Texas and include these endorsements in favor of OWNER: a) Waiver of Subrogation, form WC 420304; and b) 30 day Notice of Cancellation, form WC 420601. The minimum policy limits for Employers' Liability Insurance coverage shall be as follows: .1 $100,000 bodily injury per accident, $500,000 bodily injury by disease policy limit and $100,000 bodily injury by disease each employee. 00700 11-2017 Page 13 General Conditions 5.3.1.4 Commercial General Liability Insurance. The Policy shall contain the following provisions: a) Blanket contractual liability coverage for liability assumed under the Contract and all contracts relative to this Project. b) Completed Operations/Products Liability for the duration of the warranty period. c) Explosion, Collapse and Underground (X, C & U) coverage. d) Independent Contractors coverage. e) Aggregate limits of insurance per project, endorsement CG 2503. f) OWNER listed as an additional insured, endorsement CG 2010. g) 30 day notice of cancellation in favor of OWNER, endorsement CG 0205. h) Waiver of Transfer of Recovery Against Others in favor of OWNER, endorsement CG 2404. Provide coverages A&B with minimum limits as follows: .1 A combined bodily injury and property damage limit of$500,000 per occurrence. 5.3.1.5 Builders' Risk Insurance. CONTRACTOR shall maintain Builders' Risk Insurance or Installation Insurance on an all risk physical loss form in the Contract Amount. Coverage shall continue until the Work is accepted by OWNER. OWNER shall be a loss payee on the policy. If off site storage is permitted, coverage shall include transit and storage in an amount sufficient to protect property being transported or stored. 5.4 Bonds: 5.4.1 General. .1 Bonds, when required, shall be executed on forms furnished by or acceptable to OWNER. All bonds signed by an agent must be accompanied by a certified copy of such agent's authority to act. .2 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 the preceding paragraph, CONTRACTOR shall within ten (10)days thereafter substitute another bond and surety, both of which must be acceptable to OWNER. .3 When Performance Bonds and/or Payment Bonds are required, each shall be issued in an amount of one hundred percent (100%) of the Contract Amount as security for the faithful performance and/or payment of all CONTRACTOR's obligations under the Contract Documents. Performance Bonds and Payment Bonds shall be issued by a solvent surety company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by OWNER pursuant to applicable law. Any surety duly authorized to do business in Texas may write Performance and Payment Bonds on a project without reinsurance to the limit of 10 percent of its capital and surplus. Such a surety must reinsure any obligations over 10 percent. 5.4.2 Performance Bond. 00700 11-2017 Page 14 General Conditions .1 If the Contract Amount exceeds $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER. .2 If the Contract Amount exceeds $25,000 but is less than or equal to $100,000, CONTRACTOR shall furnish OWNER with a Performance Bond in the form set out by OWNER, unless the original Contract Time is 60 Calendar Days/40 Working Days or less, in which case CONTRACTOR can agree to the following terms and conditions for payment in lieu of providing a Performance Bond: no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER; CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion, and the remaining 5%of the Contract Amount following the one year warranty period. .3 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Performance Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the following terms and conditions: CONTRACTOR shall be entitled to receive 95%of the Contract Amount following Final Completion, and the remaining 5%of the Contract Amount following the one year warranty period. .4 If a Performance Bond is required to be furnished, it shall extend for the one year warranty period. 5.4.3 Payment Bond. .1 If the Contract Amount exceeds $25,000, CONTRACTOR shall furnish OWNER with a Payment Bond in the form set out by OWNER. .2 If the Contract Amount is less than or equal to $25,000, CONTRACTOR will not be required to furnish a Payment Bond; provided that no money will be paid to CONTRACTOR until completion and acceptance of the Work by OWNER under the terms and conditions specified in paragraph 5.4.2.3. ARTICLE 6 -CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: 6.1.1 The 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. Unless otherwise directed by the OWNER in the Contract Documents, the CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. The CONTRACTOR shall be responsible to see that the completed Work complies accurately with the Contract Documents. 6.1.2 The CONTRACTOR shall have an English-speaking, competent Superintendent on the Work at all times that work is in progress. Upon request of Owner's Representative, the CONTRACTOR shall present the resume of the proposed Superintendent to Owner's Representative showing evidence of experience and successful superintendence and direction of work of a similar scale and complexity. If, in the opinion of Owner's Representative, the proposed Superintendent does not indicate sufficient experience in line with the Work, he/she will not be allowed to be the designated Superintendent for the Work. The Superintendent shall not be replaced without Written Notice to Owner's Representative. If the CONTRACTOR deems it necessary to replace the Superintendent, the CONTRACTOR shall provide the necessary information for approval, as stated above, on the proposed new Superintendent. A qualified substitute Superintendent may be designated in the event that the designated Superintendent is temporarily away from the Work, but not to exceed a time limit acceptable to Owner's Representative. The CONTRACTOR shall replace the Superintendent upon the OWNER's request in the event the Superintendent is unable to perform to the OWNER's satisfaction. The Superintendent will be the CONTRACTOR's representative on the Work and shall have the authority to act on behalf of the CONTRACTOR. All communications given to the Superintendent shall be as binding as if given to the CONTRACTOR. Either the CONTRACTOR or the 00700 11-2017 Page 15 General Conditions Superintendent shall provide an emergency and home telephone number at which one or the other may be reached if necessary when work is not in progress. 6.2 Labor, Materials and Equipment: 6.2.1 The CONTRACTOR agrees to employ only orderly and competent workers, skillful in performance of the type of Work required under this Contract. The CONTRACTOR, Subcontractors, Sub-subcontractors, and their employees may not use or possess any firearms, alcoholic or other intoxicating beverages, illegal drugs or controlled substances while on the job or on the OWNER's property, nor may such workers be intoxicated, or under the influence of alcohol or drugs, on the job. If the OWNER or Owner's Representative notifies the CONTRACTOR that any worker is incompetent, disorderly or disobedient, has knowingly or repeatedly violated safety regulations, has possessed any firearms, or has possessed or was under the influence of alcohol or drugs on the job, the CONTRACTOR shall immediately remove such worker from performing Contract Work, and may not employ such worker again on Contract Work without the OWNER's prior written consent. The CONTRACTOR shall at all times maintain good discipline and order on or off the site in all matters pertaining to the Project. The CONTRACTOR shall pay workers no less than the wage rates established in Section 00900, and maintain weekly payroll reports as evidence thereof. 6.2.2 Unless otherwise specified, the CONTRACTOR shall provide and pay for all 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 furnishing, performance, re-testing of defective work, start-up and completion of the Work. 6.2.3 All materials and equipment shall be of good quality and new (including new products made of recycled materials), except as otherwise provided in the Contract Documents. If required by Owner's Representative, the CONTRACTOR shall furnish satisfactory evidence (reports of required tests, manufacturer's certificates of compliance with material requirements, mill reports, etc.) as to the kind, quantity and quality of materials and equipment. All materials and equipment shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with instructions of the applicable Supplier, except as otherwise provided in the Contract Documents. 6.2.4 Substitutes and "Approved Equal" Items: 6.2.4.1 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 and quality required. Unless the specification or description contains words reading that no like, equivalent or"approved equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to Owner's Representative under the following circumstances: .1 "Approved Equal": If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the 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 the OWNER as an "approved equal" item, in which case review of the proposed item may, in the OWNER's sole discretion, be accomplished without compliance with some or all of the requirements for evaluation of proposed substitute items. The CONTRACTOR shall provide the OWNER with the documentation required for the OWNER to make its determination. .2 Substitute Items: If, in the OWNER's sole discretion, an item of material or an item of equipment proposed by the CONTRACTOR does not qualify as an "approved equal" item under paragraph 6.2.4.1.1, then it will be considered a proposed substitute item. The CONTRACTOR shall submit sufficient information to allow the OWNER to determine that the item of material or item of equipment proposed is essentially equivalent to that named and a substitute therefor. 6.2.4.2 Substitute Construction Methods and Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRACTOR may with prior approval of the OWNER furnish or utilize a substitute means, method, technique, 00700 11-2017 Page 16 General Conditions sequence, or procedure of construction. The CONTRACTOR shall submit sufficient information to Owner's Representative to allow the OWNER, in the OWNER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. 6.2.4.3 OWNER's Evaluation: The OWNER will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to paragraph 6.2.4.1.1 and paragraph 6.2.4.1.2. The OWNER will be the sole judge of acceptability. No "approved equal" or substitute shall be ordered, installed, or utilized until the OWNER's review is complete, which will be evidenced by either a Change Order or completion of the Shop Drawing review procedure. The OWNER may require the CONTRACTOR to furnish at the CONTRACTOR's expense a special performance guarantee or other surety bond with respect to any"approved equal"or substitute. The OWNER shall not be responsible for any delay due to review time for any"approved equal" or substitute. 6.2.4.4 CONTRACTOR's Expense: All data to be provided by the CONTRACTOR in support of any proposed "approved equal"or substitute item will be at the CONTRACTOR's expense. 6.2.5 The CONTRACTOR agrees to assign to the OWNER any rights it may have to bring antitrust suits against its Suppliers for overcharges on materials incorporated in the Project growing out of illegal price fixing agreements. The CONTRACTOR further agrees to cooperate with the OWNER should the OWNER wish to prosecute suits against Suppliers for illegal price fixing. 6.3 Progress Schedule: Unless otherwise directed, the CONTRACTOR shall adhere to the progress schedule established in accordance with paragraph 2.6 as it may be adjusted from time to time as provided below: .1 The CONTRACTOR shall submit to Owner's Representative for acceptance proposed adjustments in the progress schedule that will not change the Contract Times or Milestones. Such adjustments will conform generally to the progress schedule then in effect. .2 Proposed adjustments in the progress schedule that will change the Contract Times or Milestones shall be submitted in accordance with the requirements of Article 12. Such adjustments may only be made by a Change Order or Time Extension Request in accordance with Article 12. 6.4 Concerning Subcontractors, Suppliers and Others: 6.4.1 Assignment: The CONTRACTOR agrees to retain direct control of and give direct attention to the fulfillment of this Contract. The CONTRACTOR agrees not to, by Power of Attorney or otherwise, assign said Contract without the prior written consent of the OWNER. 6.4.2 Award of Subcontracts for Portions of the Work: The CONTRACTOR shall not employ any Subcontractor, Supplier or other person or organization, whether initially or as a substitute, against whom the OWNER may have reasonable objection. The CONTRACTOR must provide the OWNER with a list of all Subcontractors, Suppliers, or other persons or organizations it will use in the Work, and such list must be provided prior to the preconstruction conference. Should the OWNER have objections,the OWNER will communicate such objections by Written Notice. If the OWNER requires a change without good cause of any Subcontractor, person or organization previously accepted by OWNER,the Contract Amount may be increased or decreased by the difference in the cost occasioned by any such change, and an appropriate Change Order shall be issued. The CONTRACTOR shall not substitute any Subcontractor, person or organization that has been accepted by the OWNER, unless the substitute has been accepted in writing by the OWNER. No acceptance by the OWNER of any Subcontractor, Supplier or other person or organization shall constitute a waiver of any right of the OWNER to reject defective Work. 6.4.3 The CONTRACTOR shall enter into written agreements with all Subcontractors and Suppliers which specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents for the benefit of the OWNER and E/A. The OWNER reserves the right to specify that certain requirements shall be adhered to by all Subcontractors and Sub-subcontractors as indicated in other portions of the Contract 00700 11-2017 Page 17 General Conditions Documents and these requirements shall be made a portion of the agreement between the CONTRACTOR and Subcontractor or Supplier. 6.4.4 The CONTRACTOR shall be fully responsible to the OWNER for all acts and omissions of the Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. Nothing in the Contract Documents shall create for the benefit of any such Subcontractor, Supplier or other person or organization any contractual relationship between the OWNER and any such Subcontractor, Supplier or other person or organization, nor shall it create any obligation on the part of the OWNER or E/A to pay or to see to the payment of any amounts due any such Subcontractor, Supplier or other person or organization except as may otherwise be required by laws and regulations. 6.4.5 The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. The CONTRACTOR shall require all Subcontractors, Suppliers and such other persons and organizations performing or furnishing any of the Work to communicate with Owner's Representative through the CONTRACTOR. 6.4.6 The divisions and sections of the Specifications and the identifications of any Drawings shall not control the CONTRACTOR in dividing or delineating the Work to be performed by any specific trade. 6.4.7 The CONTRACTOR shall pay each Subcontractor and Supplier their appropriate share of payments made to the CONTRACTOR not later than ten (10) Calendar Days after the CONTRACTOR's receipt of payment from the OWNER. 6.5 Patent Fees and Royalties: 6.5.1 The CONTRACTOR shall be responsible at all times for compliance with applicable patents or copyrights encompassing, in whole or in part, any design, device, material, or process utilized, directly or indirectly, in the performance of the Work or the formulation or presentation of its Bid. 6.5.2 The CONTRACTOR shall pay all royalties and license fees and shall provide, prior to commencement of Work hereunder and at all times during the performance of same, for lawful use of any design, device, material or process covered by letters, patent or copyright by suitable legal agreement with the patentee, copyright holder, or their duly authorized representative whether or not a particular design, device, material, or process is specified by the OWNER. 6.5.3 The CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright and shall save the OWNER harmless from any loss or liability, direct or indirect, arising with respect to the CONTRACTOR's process in the formulation of its bid or the performance of the Work or otherwise arising in connection therewith. The OWNER reserves the right to provide its own defense to any suit or claim of infringement of any patent or copyright in which event the CONTRACTOR shall indemnify and save harmless the OWNER from all costs and expenses of such defense as well as satisfaction of all judgments entered against the OWNER. 6.5.4 The OWNER shall have the right to stop the Work and/or terminate this Agreement at any time in the event the CONTRACTOR fails to disclose to the OWNER that the CONTRACTOR's work methodology includes the use of any infringing design, device, material or process. 6.6 Permits, Fees: Unless otherwise provided in the Supplemental General Conditions, the CONTRACTOR shall obtain and pay for all construction permits, licenses and fees required for prosecution of the Work. OWNER will obtain and pay for the following permits, licenses and/or fees, if required: .1 Site Development Permit. 00700 11-2017 Page 18 General Conditions .2 Building Permit(s). .3 Texas Department of Transportation permit for work in State rights-of-way. .4 Railroad Utility License Agreement. 6.7 Laws and Regulations: 6.7.1 The CONTRACTOR shall give all notices and comply with all laws and regulations applicable to furnishing and performing the Work. Except where otherwise expressly required by applicable laws and regulations, neither the OWNER nor E/A shall be responsible for monitoring the CONTRACTOR's compliance with any laws and regulations. 6.7.2 The CONTRACTOR shall plan and execute its operations in compliance with all applicable Federal, State and local laws and regulations, including those concerning control and abatement of water pollution and prevention and control of air pollution. 6.7.3 If the CONTRACTOR performs any Work knowing or having reason to know that it is contrary to laws or regulations, then the CONTRACTOR shall bear all claims, costs, losses and damages arising therefrom; however, it shall not be the CONTRACTOR's primary responsibility to make certain that the Specifications and Drawings are in accordance with laws and regulations, but this does not relieve the CONTRACTOR of the CONTRACTOR's obligations under Article 3. 6.8 Taxes: 6.8.1 The CONTRACTOR shall pay all sales, consumer, use and other similar taxes required to be paid by the CONTRACTOR in accordance with the laws and regulations of the State of Texas. 6.8.2 The OWNER is an exempt organization as defined by Chapter 11 of the Property Tax Code of Texas and is thereby exempt from payment of Sales Tax under Chapter 151, Limited Use Sales, Excise and Use Tax, Texas Tax Code, and Article 1066 (C), Local Sales and Use Tax Act, Revised Civil Statutes of Texas. 6.9 Use of Premises: 6.9.1 The CONTRACTOR shall confine construction equipment, the storage of materials and equipment and the operations of workers to the site and land and areas identified in and permitted by the Contract Documents and other land and areas permitted by laws and regulations, rights-of-way, permits and easements, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. The 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, resulting from the performance of the Work. Should any claim be made by any such owner or occupant because of the performance of the Work, the CONTRACTOR shall promptly settle with such other party by negotiation or otherwise resolve the claim by dispute resolution proceeding or at law. The CONTRACTOR shall indemnify, defend and hold harmless the OWNER, E/A, E/A's consultants and anyone directly or indirectly employed by any of them from and against all claims, costs, losses and damages (including court costs and reasonable attorneys' fees) arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the OWNER, E/A or any other party indemnified hereunder to the extent caused by or based upon performance of the Work or failure to perform the Work. 6.9.2 During the progress of the Work and on a daily basis, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work, the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the OWNER at Substantial Completion of the Work. The CONTRACTOR shall, at a minimum, restore to original condition all property not designated for alteration by the Contact Documents. 00700 11-2017 Page 19 General Conditions 6.9.3 The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.10 Record Documents: The CONTRACTOR shall maintain in a safe place at the site, or other location acceptable to the OWNER, one (1) record copy of all Drawings, Specifications,Addenda, Change Orders, Change Directives, Field Orders and written interpretations and clarifications (issued pursuant to paragraph 9.5) in good order and annotated to show all changes made during construction. These record documents, together with all final samples and all final Shop Drawings,will be available to the OWNER and E/A for reference during performance of the Work. Upon Substantial Completion of the Work, these record documents, samples and Shop Drawings shall be promptly delivered to Owner's Representative. 6.11 Safety and Protection: 6.11.1 The CONTRACTOR shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Upon request, and prior to installation of measures,the CONTRACTOR shall submit a site security plan for approval by the OWNER. By reviewing the plan or making recommendations or comments, the OWNER will not assume liability nor will the CONTRACTOR be relieved of liability for damage, injury or loss. The 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 Work 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 but not limited to, trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and underground facilities not designated for removal, relocation or replacement in the course of construction. 6.11.2 The CONTRACTOR shall comply with all applicable laws and regulations of any public body having jurisdiction for safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent property and of underground facilities, and 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. All damage, injury or loss to any property referred to in paragraph 6.11.1.2 and paragraph 6.11.1.3 caused, directly or indirectly, in whole or in part, by the CONTRACTOR, Subcontractor, Supplier or any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the OWNER, or E/A, or E/A's consultant or anyone employed by any of them or anyone whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the faults or negligence of the CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). The CONTRACTOR's duties and responsibilities for safety and protection of the Work shall continue until such time as all the Work is completed and Owner's Representative has issued a notice to the OWNER and the CONTRACTOR in accordance with Article 14 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). 6.11.3 Safety Representative: The CONTRACTOR shall designate a qualified and experienced safety representative at the site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs. Upon request of the OWNER, the CONTRACTOR shall provide certifications or other documentation of the safety representative's qualifications. 00700 11-2017 Page 20 General Conditions 6.11.4 Hazard Communication Programs: The 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 at the site in accordance with laws and regulations. 6.11.5 Emergencies: 6.11.5.1 In emergencies affecting the safety or protection of persons or the Work at the site or adjacent thereto, the CONTRACTOR, without special instruction or authorization from the OWNER or E/A, is obligated to act reasonably to prevent threatened damage, injury or loss and to mitigate damage or loss to the Work. The CONTRACTOR shall give Owner's Representative prompt written notice if the CONTRACTOR believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Owner's Representative determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency, a Change Directive or Change Order will be issued to document the consequences of such action; otherwise the OWNER will not be responsible for the CONTRACTOR's emergency action. 6.11.5.2 Authorized agents of the CONTRACTOR shall respond immediately to call-out at any time of any day or night when circumstances warrant the presence on Project site of the CONTRACTOR or its agent to protect the Work or adjacent property from damage, restriction or limitation or to take such action or measures pertaining to the Work as may be necessary to provide for the safety of the public. Should the CONTRACTOR and/or its agent fail to respond and take action to alleviate such an emergency situation, the OWNER may direct other forces to take action as necessary to remedy the emergency condition, and the OWNER will deduct any cost of such remedial action from the funds due to the CONTRACTOR under this Contract. 6.11.5.3 In the event there is an accident involving injury to any individual on or near the Work, the CONTRACTOR shall notify Owner's Representative within twenty-four (24) hours of the event and shall be responsible for recording the location of the event and the circumstances surrounding the event through photographs, interviewing witnesses, obtaining medical reports and other documentation that describes the event. Copies of such documentation shall be provided to Owner's Representative, for the OWNER's and E/A's records, within forty-eight (48) hours of the event. 6.12 Continuing the Work: The CONTRACTOR shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with the OWNER. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the OWNER and the CONTRACTOR may agree in writing. 6.13 CONTRACTOR's General Warranty and Guarantee: 6.13.1 The CONTRACTOR warrants and guarantees to the OWNER that all Work will be performed in a good and workmanlike manner in accordance with the Contract Documents and will not be defective. The CONTRACTOR's warranty and guarantee hereunder excludes defects or damage caused by: .1 abuse, modification or improper maintenance or operation by persons other than the CONTRACTOR, Subcontractors or Suppliers; or .2 normal wear and tear under normal usage. 6.13.2 The CONTRACTOR's obligation to perform and complete the Work in a good and workmanlike manner in accordance with the Contract Documents shall be absolute. None of the following will constitute acceptance of Work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the Work in accordance with the Contract Documents: .1 observations by Owner's Representative and/or E/A; .2 recommendation of any progress or final payment by Owner's Representative; 00700 11-2017 Page 21 General Conditions .3 the issuance of a certificate of Substantial Completion or any payment by the OWNER to the CONTRACTOR under the Contract Documents; .4 use or occupancy of the Work or any part thereof by the OWNER; .5 any acceptance by the OWNER or any failure to do so; .6 any review of a Shop Drawing or sample submittal; .7 any inspection, test or approval by others; or .8 any correction of defective Work by the OWNER. 6.14 Indemnification: 6.14.1 The CONTRACTOR shall defend, indemnify and hold harmless the OWNER, E/A, E/A's consultants and subconsultants and their respective officers, directors, partners, employees, agents and other consultants and any of them from and against all claims, costs, losses and damages (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and all court or other dispute resolution costs) arising out of or resulting from the performance of the Work, provided that any such claim, cost, loss or damage: .1 is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and .2 is caused in whole or in part by any negligent act or omission of the CONTRACTOR,any Subcontractor, any Supplier, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not caused in part by any negligence or omission of a person or entity indemnified hereunder or whether liability is imposed upon such indemnified party by laws and regulations regardless of the negligence of any such person or entity. 6.14.2 The indemnification obligation under paragraph 6.14.1 shall not be limited in any way by any limitation on the amount or type of damages, or compensation or benefits payable by or for the CONTRACTOR or any such Subcontractor, Supplier or other person or organization under workers' compensation acts, disability benefit acts or other employee benefit acts. 6.14.3 The obligations of the CONTRACTOR under paragraph 6.14.1 shall not extend to the liability of the OWNER, E/A, E/A's consultants, and their officers, directors, partners, employees or agents caused primarily by negligent preparation of maps, drawings, surveys, designs or specifications upon which is placed the applicable state-authorized design professional seal of the OWNER's, E/A's or E/A's consultant's officers, directors, partners, employees or agents. 6.14.4 In the event the CONTRACTOR fails to follow the OWNER's directives concerning use of the site, scheduling or course of construction, or engages in other conduct which proximately causes damage to property based on inverse condemnation or otherwise, then and in that event, the CONTRACTOR shall indemnify the OWNER against all costs resulting from such claims. 6.14.5 In the event the CONTRACTOR unreasonably delays progress of the work being done by others on the site so as to cause loss for which the OWNER becomes liable, then the CONTRACTOR shall reimburse the OWNER for such loss. 6.15 Survival of Obligations: 00700 11-2017 Page 22 General Conditions 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 and termination or completion of the Agreement. 6.16 Losses from Natural Causes: Unless otherwise specified, all loss or damage to the CONTRACTOR arising out of the nature of the Work to be done or from action of the elements,floods or from unforeseeable circumstances in prosecution of the Work or from unusual obstructions or difficulties which may be encountered in prosecution of the Work, shall be sustained and borne by the CONTRACTOR at its own cost and expense. 6.17 Notice of Claim: Should the CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the OWNER or of any of the OWNER's employees or agents or others for whose acts the OWNER is liable,a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 6.17 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. 6.18 Liquidated Damages: At set forth in the Agreement, paragraph 1.2,the CONTRACTOR or its Surety shall be liable for Liquidated Damages for the CONTRACTOR's failure to timely complete the Work or any portion thereof within the Contract Time. See Supplemental Conditions for amount of Liquidated Damages. ARTICLE 7 -OTHER WORK 7.1 The OWNER may perform other work related to the Project at the site by the OWNER's own forces, or let other contracts therefor, or have other work performed by utility owners. If the CONTRACTOR believes that delay or additional cost is involved because of such action by the OWNER, the CONTRACTOR may make a Claim as provided in Article 11 or Article 12. 7.2 The CONTRACTOR shall afford other contractors who are in a contract with the OWNER and each utility owner (and the OWNER, if the OWNER is performing the additional work with the OWNER's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of Owner's Representative and the other contractors whose work will be affected. The CONTRACTOR shall promptly remedy damage wrongfully caused by the CONTRACTOR to completed or partially completed construction or to property of the OWNER or separate contractors. 7.3 If the proper execution or results of any part of the CONTRACTOR's Work depends upon work performed by others under this Article 7, the CONTRACTOR shall inspect such other work and promptly report to Owner's Representative in writing any delays, defects or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or non-apparent defects and deficiencies in such other work. 7.4 The OWNER shall provide for coordination of the activities of the OWNER's own forces and of each separate contractor with the Work of the CONTRACTOR, who shall cooperate with them. The CONTRACTOR shall participate with other separate contractors and Owner's Representative in reviewing their construction schedules when directed to do so. The CONTRACTOR shall make any revisions to the construction schedule 00700 11-2017 Page 23 General Conditions deemed necessary after a joint review and mutual agreement. The construction schedules shall then constitute the schedules to be used by the CONTRACTOR, separate contractors and the OWNER until subsequently revised. 7.5 Unless otherwise stated herein, costs caused by delays or by improperly timed activities or defective construction shall be borne by the party responsible therefor. ARTICLE 8 -OWNER'S RESPONSIBILITIES 8.1 Prior to the start of construction, the OWNER will designate in writing a person or entity to act as Owner's Representative during construction. Except as otherwise provided in these General Conditions, the OWNER shall issue all communications to the CONTRACTOR through Owner's Representative. 8.2 The OWNER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto. The OWNER is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to furnishing or performing the Work. The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of the OWNER to discover, or object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 8.3 The OWNER is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 8.4 Information or services under the OWNER's control shall be furnished by the OWNER with reasonable promptness to avoid delay in the orderly progress of the Work. 8.5 The foregoing are in addition to other duties and responsibilities of the OWNER enumerated herein and especially those in respect to Article 4 (Availability of Lands; Subsurface and Physical Conditions; Reference Points), Article 7 (Other Work) and Article 14 (Payments to the CONTRACTOR and Completion). 8.6 Notice of Claim: Should the OWNER suffer injury or damage to person or property because of any error, omission or act of the CONTRACTOR or of any of the CONTRACTOR's employees or agents or others for whose acts the CONTRACTOR is liable, a Claim will be made to the other party within thirty (30) calendar days of the event giving rise to such injury or damage. The provisions of this paragraph 8.6 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or statute of repose. ARTICLE 9 -ENGINEER/ARCHITECT'S STATUS DURING CONSTRUCTION 9.1 E/A's Authority and Responsibilities: 9.1.1 The duties and responsibilities and the limitations of authority of E/A during construction are set forth in the Contract Documents and shall not be extended without written consent of the OWNER and E/A. The assignment of any authority, duties or responsibilities to E/A under the Contract Documents, or under any agreement between the OWNER and E/A, or any undertaking, exercise or performance thereof by E/A, is intended to be for the sole and exclusive benefit of the OWNER and is not for the benefit of the CONTRACTOR, Subcontractor, Sub- subcontractor, Supplier, or any other person or organization, or for any surety or employee or agent of any of them. 9.1.2 E/A will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto. E/A is not responsible for any failure of the CONTRACTOR to comply with laws and regulations applicable to the furnishing or performing the Work. E/A is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. Failure or omission of E/A to discover, or 00700 11-2017 Page 24 General Conditions object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Contract. 9.1.3 E/A is not responsible for the acts or omissions of the CONTRACTOR, or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. 9.1.4 If the OWNER so directs, E/A will review the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection,tests and approvals and other documentation required to be delivered by Article 14, but only to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests and approvals that the results certified indicate compliance with, the Contract Documents. 9.1.5 The limitations upon authority and responsibility set forth in this paragraph 9.1 shall also apply to E/A's Consultants, Resident Project Representative and assistants. 9.2 E/A as Owner's Representative: 9.2.1 E/A may be designated as Owner's Representative under paragraph 8.1. 9.3 Visits to Site: If the OWNER so directs, E/A will make visits to the site at intervals appropriate to the various stages of construction as is necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of the CONTRACTOR's executed Work. Based on information obtained during such visits and observations, E/A will endeavor for the benefit of the OWNER to determine if the Work is proceeding in accordance with the Contract Documents. E/A will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. E/A's efforts will be directed toward providing for the OWNER a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on-site observations, E/A will keep the OWNER informed of the progress of the Work and will endeavor to guard the OWNER against defective Work. E/A's visits and on-site observations are subject to all the limitations on E/A's authority and responsibility set forth in paragraph 9.1. 9.4 Project Representative: If the OWNER and E/A agree, E/A will furnish a Resident Project Representative to assist E/A in providing more continuous observation of the Work. The responsibilities and authority and limitations of any such Resident Project Representative and assistants will be as provided in paragraph 9.1 and in the Supplemental General Conditions. The OWNER may designate another representative or agent to represent the OWNER at the site who is not E/A, E/A's consultant, agent or employee. 9.5 Clarifications and Interpretations: E/A may determine that written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) are necessary. Such written clarifications or interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents,will be issued with reasonable promptness by Owner's Representative and will be binding on the OWNER and the CONTRACTOR. If the OWNER or the CONTRACTOR believes that a written clarification or interpretation justifies an adjustment in the Contract Amount or the Contract Times, the OWNER or the CONTRACTOR may make a Claim therefor as provided in Article 11 or Article 12. 9.6 Rejecting Defective Work: E/A will recommend that the OWNER disapprove or reject Work which E/A believes to be defective, or believes will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00700 11-2017 Page 25 General Conditions ARTICLE 10-CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety, the OWNER may, at any time or from time to time, order additions, deletions or revisions in the Work. Such changes in the Work will be authorized by Change Order, Change Directive or Field Order. 10.1.2 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the CONTRACTOR shall proceed promptly, unless otherwise provided in the Change Order, Change Directive or Field Order. 10.1.3 The CONTRACTOR shall not be entitled to an increase in the Contract Amount or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified and supplemented as provided in paragraph 3.3.1 and paragraph 3.3.2, except in the case of an emergency as provided in paragraph 6.11.5 or in the case of uncovering Work as provided in paragraph 13.4. 10.1.4 Except in the case of an emergency as provided in paragraph 6.11.5, a Change Order or Change Directive is required before the CONTRACTOR commences any activities associated with a change in the Work which, in the CONTRACTOR's opinion, will result in a change in the Contract Amount and/or Contract Times. 10.1.5 If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Amount or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each applicable Bond will be adjusted accordingly. 10.2 Change Orders: 10.2.1 The OWNER and the CONTRACTOR shall execute appropriate written Change Orders covering: .1 a change in the Work; .2 the amount of the adjustment in the Contract Amount, if any; and .3 the extent of the adjustment in the Contract Time, if any. 10.2.2 An executed Change Order shall represent the complete, equitable, and final amount of adjustment in the Contract Amount and/or Contract Time owed to the CONTRACTOR or the OWNER as a result of the occurrence or event causing the change in the Work encompassed by the Change Order. 10.3 Change Directives: 10.3.1 The OWNER may by written Change Directive,without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Amount and Contract Time being adjusted as necessary. A Change Directive shall be used in the absence of complete and prompt agreement on the terms of a Change Order. 10.3.2 If the Change Directive provides for an adjustment to the Contract Amount, the adjustment shall be based on the method provided for in paragraph 11.5. 10.3.3 A Change Directive shall be recorded later by preparation and execution of an appropriate Change Order. 10.3.4 Upon receipt of a Change Directive, CONTRACTOR shall promptly proceed with the change in the Work involved. 00700 11-2017 Page 26 General Conditions 10.4 Field Order: 10.4.1 Owner's Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Amount or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These shall be accomplished by written Field Order and shall be binding on the OWNER and on the CONTRACTOR who shall perform the Work involved promptly. 10.4.2 If the CONTRACTOR believes that a Field Order would require an adjustment in the Contract Amount and/or Contract Times, the CONTRACTOR shall make written request to Owner's Representative for a Change Order. Any request by the CONTRACTOR for an adjustment in Contract Amount and/or Contract Times shall be made in writing prior to beginning the work covered by the Field Order. 10.5 No Damages for Delay: The CONTRACTOR shall receive no compensation for delays or hindrances to the Work. If delay is caused by specific orders given by the OWNER to stop work or by performance of extra Work or by failure of the OWNER to provide information, access to the work, material or necessary instructions for carrying on the Work,then such delay will entitle the CONTRACTOR to an equivalent extension of time, the CONTRACTOR's application for which shall, however, be subject to approval of the OWNER. No such extension of time shall release the CONTRACTOR or surety on its performance bond from all the CONTRACTOR's obligations hereunder which shall remain in full force until discharge of the Contract. ARTICLE 11 -CHANGE OF CONTRACT AMOUNT 11.1 The Contract Amount is stated in the Agreement and, including authorized adjustments, is the total amount payable by the OWNER to the CONTRACTOR for performance of the Work under the Contract Documents. 11.2 The original Contract Amount may not be increased by more than twenty-five percent(25%)and it may not be decreased more than twenty-five percent (25%)without the consent of the CONTRACTOR to such decrease. 11.3 The Contract Amount shall only be changed by a Change Order. Any claim for an adjustment in the Contract Amount shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty(30)calendar days)after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Amount shall be determined as set out in Article 16. 11.4 Determination of Value of Work: 11.4.1 The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Amount will be determined by one or more of the following methods: .1 by application of unit prices contained in the Contract Documents to the quantities of the items involved. .2 by a mutually agreed lump sum properly itemized and supported by sufficient substantiating data to permit evaluation. .3 by cost of Work plus the CONTRACTOR's fee for all overhead costs and profit(determined as provided in paragraph 11.5). 00700 11-2017 Page 27 General Conditions 11.4.2 Before using the method described in paragraph 11.4.1.3, the OWNER and the CONTRACTOR agree to negotiate a Change Order using the methods identified in paragraph 11.4.1.1 and paragraph 11.4.1.2, as appropriate, to determine the adjustment in the Contract Amount. 11.5 Cost of Work: If neither of the methods defined in paragraph 11.4.1.1 or paragraph 11.4.1.2 can be agreed upon before a change in the Work is commenced which will result in an adjustment in the Contract Amount, then the change in the Work will be performed by Change Directive and payment will be made as follows: .1 For all personnel, the CONTRACTOR will receive the rate or wage specified in the prevailing wage rates established in Section 00900 for each hour that said personnel are actually engaged in such Work, to which will be added an amount equal to twenty-five percent (25%) of the sum thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. No separate charge will be made by the CONTRACTOR for organization or overhead expenses. For the cost of premiums on public liability insurance, workers' compensation insurance, social security and unemployment insurance, an amount equal to fifty-five percent (55%) of the wages paid personnel, excluding the twenty-five(25%)compensation provided above,will be paid to the CONTRACTOR. The actual cost of the CONTRACTOR's bond(s) on the extra Work will be paid based on invoices from surety. No charge for superintendence will be made unless considered necessary and ordered by the OWNER. .2 The CONTRACTOR will receive the actual cost, including freight charges, of the materials used on such Work, to which costs will be added a sum equal to twenty-five percent (25%) thereof as compensation for the CONTRACTOR's and any affected Subcontractor's total overhead and profit. In case material invoices indicate a discount may be taken, the actual cost will be the invoice price minus the discount. .3 For machinery,trucks, power tools, or other similar equipment agreed to be necessary by the OWNER and the CONTRACTOR, the OWNER will allow the CONTRACTOR the rate as given in the latest edition of the Associated General Contractors of America "Contractor's Equipment Cost Guide" as published by Dataquest for each hour that said tools or equipment are in use on such work, which rate includes the cost of fuel, lubricants and repairs. No additional compensation will be allowed on the equipment for the CONTRACTOR's overhead and profit. .4 The compensation, as herein provided for, shall be received by the CONTRACTOR and any affected Subcontractor as payment in full for work done by Change Directive and will include use of small tools, and total overhead expense and profit. The CONTRACTOR and the Owner's Representative shall compare records of work done by Change Directive at the end of each day. Copies of these records will be made upon forms provided for this purpose by the OWNER and signed by both Owner's Representative and the CONTRACTOR, with one (1) copy being retained by the OWNER and one (1) by the CONTRACTOR. Refusal by the CONTRACTOR to sign these records within two (2) working days of presentation does not invalidate the accuracy of the record. 11.6 Unit Price Work: 11.6.1 Where the Contract Documents provide that all or part of the Work is to be unit price Work, initially the Contract Amount will be deemed to include for all unit price work an amount equal to the sum of the established unit price for each separately identified item of unit price work times the estimated quantity of each item as indicated in the Bid. 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 Amount. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by Owner's Representative. Owner's Representative will review with the CONTRACTOR the preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). 00700 11-2017 Page 28 General Conditions 11.6.2 When "plan quantity" is indicated for a bid item, the CONTRACTOR shall be paid the amount specified in the Contract Documents without any measurements. 11.6.3 Each unit price will be deemed to include an amount considered by the CONTRACTOR to be adequate to cover the CONTRACTOR's overhead and profit for each separately identified item. 11.6.4 A Major Item is any individual bid item in the Bid that has a total cost equal to or greater than five percent (5%) of the original Contract Amount or $50,000, whichever is greater, computed on the basis of bid quantities and Contract unit prices. 11.6.5 The OWNER or the CONTRACTOR may make a Claim for an adjustment in the Contract Amount in accordance with Article 11 if: .1 the actual quantity of any Major Item should become as much as twenty percent (20%) more than or twenty percent(20%) less than in the Bid; or .2 The CONTRACTOR presents proper documentation contesting the accuracy of "plan quantity," and Owner's Representative verifies quantity and determines original quantity is in error by five percent (5%) or more. 11.6.6 Right to Verify Information: The CONTRACTOR agrees that any designated representative of the OWNER shall have the right to examine the CONTRACTOR's records to verify the accuracy and appropriateness of the pricing data used to price change proposals. Even after a Change Order Proposal has been approved, the CONTRACTOR agrees that if the OWNER later determines the cost and pricing data submitted was inaccurate, incomplete, not current or not in compliance with the terms of this Agreement regarding pricing of change orders, then an appropriate contract price reduction will be made. 11.6.7 Pricing Information Requirements: The CONTRACTOR agrees to provide and require all subcontractors to provide a breakdown of allowable labor and labor burden cost information as outlined herein. This information will be used to evaluate the potential cost of labor and labor burden related to change order work. It is intended that this information represent an accurate estimate of the CONTRACTOR's actual labor and labor burden cost components. This information is not intended to establish fixed billing or change order pricing labor rates. However, at the time change orders are priced the submitted cost data for labor rates may be used to price change order work. The accuracy of any such agreed-upon labor cost components used to price change orders will be subject to later audit. Approved change order amounts may be adjusted later to correct the impact of inaccurate labor cost components if the agreed-upon labor cost components are determined to be inaccurate. ARTICLE 12-CHANGE OF CONTRACT TIMES 12.1 Working Day and Calendar Day Contracts: 12.1.1 The Contract Times (or Milestones) shall only be changed by Change Order or Time Extension Request duly executed by both the CONTRACTOR and Owner's Representative. Any claim for an adjustment of the Contract Times(or Milestones)shall be made by Written Notice delivered by the party making the Claim to the other party promptly (but in no event later than thirty (30) calendar days) after the start of the occurrence or event giving rise to the delay and stating the general nature of the delay. Notice of the extent of the delay with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant, and shall represent that the adjustment claimed is the entire adjustment to which claimant is entitled as a result of said occurrence or event. If the OWNER and the CONTRACTOR cannot otherwise agree, all Claims for adjustment in the Contract Times (or Milestones) shall be determined as set out in Article 16. No Claim for an adjustment in the Contract Times (or Milestones)will be valid if not submitted in accordance with the requirements of this paragraph. 12.1.2 When the CONTRACTOR is at fault and the OWNER stops the Work so that corrections in the Work can be made by the CONTRACTOR, then no extension in time will be allowed. 00700 11-2017 Page 29 General Conditions 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times (or Milestones) due to delay not caused by the CONTRACTOR, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay shall be the CONTRACTOR's sole and exclusive remedy for such delay. However, adverse weather shall not be considered justification for extension of Contract Times on Calendar Day contracts except as provided for in paragraph 12.2. 12.1.4 The OWNER will consider time extension requests and may grant the CONTRACTOR an extension of time because of: .1 Changes ordered in the work which justify additional time. .2 Failure of materials or products being at the Project site due to delays in transportation or failures of Suppliers, which are not the result of the CONTRACTOR's, Subcontractor's or Supplier's negligence. The request for an extension of time shall be supported by a recitation of acts demonstrating that such delays were beyond the control of the CONTRACTOR, including but not limited to, the CONTRACTOR's efforts to overcome such delays documented as follows: a) Copy of purchase order for delayed items) indicating date ordered by the CONTRACTOR/Subcontractor and date purchase order received by Supplier. b) If item(s) require Shop Drawings or other submittal information in accordance with the Contract Documents, provide record of date submittal(s) forwarded to Owner's Representative, date submittal(s) returned to the CONTRACTOR, and date submittal(s)forwarded to Supplier. c) Copy of document(s) from Supplier, on Supplier's letterhead, indicating date(s) item(s) would be ready for shipment and/or actual shipment date(s). d) Copies of all correspondence between the CONTRACTOR/Subcontractor and Supplier indicating the CONTRACTOR/Subcontractor's efforts to expedite item(s). e) If item(s) are being purchased by a Subcontractor, provision of meeting notes, correspondence, and the like which reflect the CONTRACTOR's efforts with the Subcontractor to expedite delivery of the item(s). .3 When acts of the OWNER, E/A, utility owners or other contractors employed by the OWNER delay progress of work through no fault of the CONTRACTOR. .4 When the CONTRACTOR is delayed by strikes, lockouts, fires, losses from natural causes, or other unavoidable cause or causes beyond the CONTRACTOR's control. 12.2 Calendar Day Contracts: Under a Calendar Day Contract, the CONTRACTOR may also be granted an extension of time because of unusual inclement weather that is beyond the normal weather expected for the Williamson and Travis Counties,Texas area. Normal weather which prevents the CONTRACTOR from performing Work is expected during a Calendar Day Contract, and is not a justification for an extension of time. The following delineates the number of days per month for which, for purposes of Calendar Day Contracts, expected normal weather will prevent performance of Work: January 7 days February 7 days March 7 days April 7 days May 8 days June 6 days July 6 days August 5 days September 7 days October 7 days 00700 11-2017 Page 30 General Conditions November 7 days December 7 days Days per month exceeding the number shown above may be credited as Rain Days if a Claim is made in accordance with paragraph 12.1.1 and meets the following definition: a"Rain Day" is any day in which a weather event occurs at the site and is sufficient to prevent the CONTRACTOR from performing units of Work critical to maintaining the project schedule. ARTICLE 13-TESTS AND INSPECTIONS; AND CORRECTION OR REMOVAL OF DEFECTIVE WORK 13.1 Notice of Defects: Prompt notice of all defective Work of which the OWNER or E/A has actual knowledge will be given to the CONTRACTOR. All defective Work may be rejected or corrected as provided for in Article 13. 13.2 Access to Work: The OWNER, E/A, E/A's Consultants, other representatives and personnel of the OWNER, independent testing laboratories and governmental agencies having jurisdiction will have unrestricted physical access to the Work site for observing, inspecting and testing. The CONTRACTOR shall provide them proper and safe conditions for such access, and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable. 13.3 Tests and Inspections: 13.3.1 The CONTRACTOR shall give 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. 13.3.2 The OWNER shall employ and pay for services of an independent testing laboratory to perform all inspections, tests or approvals required by the Contract Documents except: .1 for inspections, tests or approvals covered by paragraph 13.3.3 below; .2 for reinspecting or retesting defective Work; and .3 as otherwise specifically provided in the Contract Documents. All testing laboratories shall be those selected by the OWNER. 13.3.3 If laws or regulations of any public body having jurisdiction require any Work(or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, the CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith and furnish Owner's Representative the required certificates of inspection or approval. The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the OWNER's and E/A's review of materials or equipment to be incorporated in the Work, or of materials, mix designs or equipment submitted for review prior to the CONTRACTOR's purchase thereof for incorporation in the Work. 13.4 Uncovering Work: 13.4.1 If any Work (or the work of others) that is to be inspected, tested or approved is covered by the CONTRACTOR without concurrence of Owner's Representative, or if any Work is covered contrary to the written request of Owner's Representative, it must, if requested by Owner's Representative, be uncovered and recovered at the CONTRACTOR's expense. 00700 11-2017 Page 31 General Conditions 13.4.2 If Owner's Representative considers it necessary or advisable that covered Work be observed, inspected or tested, the CONTRACTOR shall uncover, expose or otherwise make available for observation, inspection or testing that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from 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); and the OWNER shall be entitled to an appropriate decrease in the Contract Amount, and may make a Claim therefor as provided in Article 11. If, however, such Work is not found to be defective, the CONTRACTOR shall be allowed an increase in the Contract Amount or an extension of the Contract Times (or Milestones), or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement and reconstruction; and the CONTRACTOR may make a Claim therefor as provided in Article 11 and Article 12. 13.5 OWNER May Stop the Work: 13.5.1 If the Work is defective, or the CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of the OWNER to stop the Work shall not give rise to any duty on the part of the OWNER to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.5.2 If the CONTRACTOR persistently fails to correct defective Work or submit a satisfactory plan to take corrective action, with procedure and time schedule, the OWNER may order the CONTRACTOR to stop the Work, or any portion thereof, until cause for such order has been eliminated, or take any other action permitted by this Contract. A notice to stop the Work, based on defects, shall not stop calendar or working days charged to the Project. 13.6 Correction or Removal of Defective Work: If required by the OWNER,the CONTRACTOR shall promptly,as directed,either correct all defective Work,whether or not fabricated, installed or completed, or, if the Work has been rejected by Owner's Representative, remove it from the site and replace it with Work that is not defective.The CONTRACTOR shall correct or remove and replace defective Work, or submit a plan of action detailing how the deficiency will be corrected, within the time frame identified in the notice of defective Work. The CONTRACTOR shall pay all claims, costs, losses and damages caused by or resulting from such correction or removal(including but not limited to all costs of repair or replacement of work of others). 13.7 Warranty period: 13.7.1 If, at any time after the date of Substantial Completion or such longer period of time as may be prescribed by laws or regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, the CONTRACTOR shall promptly,without cost to the OWNER and in accordance with the OWNER's written instructions: (i) correct such defective Work, or, if it has been rejected by the OWNER, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the OWNER may have the defective Work corrected or the rejected Work removed and replaced, and all claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the CONTRACTOR. 00700 11-2017 Page 32 General Conditions 13.7.2 In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the warranty period for that item may start to run from an earlier date if so provided in the Contract Documents. 13.8 OWNER May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after Written Notice of the OWNER to correct defective Work, or to remove and replace rejected Work, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, the OWNER may, after seven (7) calendar days' Written Notice to the CONTRACTOR, correct and remedy any such deficiency. If, in the opinion of Owner's Representative, significant progress has not been made during this seven(7)calendar day period to correct the deficiency,the OWNER may exercise any actions necessary to remedy the deficiency. In exercising the rights and remedies under this paragraph,the OWNER shall proceed expeditiously. In connection with such corrective and remedial action, the OWNER may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, and incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the OWNER, its agents and employees,the OWNER's other contractors, E/A and E/A's consultants access to the site to enable the OWNER to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the OWNER in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Times (or Milestones), or claims of damage because of any delay in the performance of the Work attributable to the exercise by the OWNER of the OWNER's rights and remedies hereunder. ARTICLE 14-PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Application for Progress Payment: 14.1.1 Not more than once per month, the CONTRACTOR shall submit to Owner's Representative for review an Application for Payment, in a form acceptable to the OWNER,filled out and signed by the 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. 14.1.2 Such applications shall not include requests for payment on account of changes in the Work which have been properly authorized by Change Directives but not yet included in Change Orders. 14.1.3 Such applications shall not include requests for payment of amounts the CONTRACTOR does not intend to pay to a Subcontractor or Supplier because of a dispute or other reason. 14.1.4 Owner will not pay for materials or equipment not incorporated in the work but delivered and suitably stored at the site or at another location. Payment will be made by Owner only for work completed in accordance with the plans and contract documents. 14.1.5 Where the original Contract Amount is less than $400,000, the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less ten percent(10%) of the amount thereof, which ten percent (10%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. Where the original Contract Amount is$400,000 or more,the OWNER will pay to the CONTRACTOR the total amount of approved Application for Payment, less five percent (5%) of the amount thereof, which five percent(5%)will be retained until final payment, less all previous payments and less all sums that may be retained by the OWNER under the terms of this Agreement. In either case, if the Work is near completion and delay occurs due to no fault or neglect of the CONTRACTOR, the OWNER may pay a portion of the retained amount to the CONTRACTOR. The CONTRACTOR, at the OWNER's option, may be relieved of the 00700 11-2017 Page 33 General Conditions obligation to complete the Work and, thereupon, the CONTRACTOR shall receive payment of the balance due under the Contract subject to the conditions stated under paragraph 15.2. 14.1.6 Applications for Payment shall include the following documentation: .1 updated progress schedule; .2 monthly subcontractor report; and .3 any other documentation required under the Supplemental General Conditions. 14.2 CONTRACTOR's Warranty of Title: The 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 the OWNER not later than the time of payment to the CONTRACTOR free and clear of all liens. 14.3 Review of Applications for Progress Payment: 14.3.1 Owner's Representative will, within seven (7) calendar days after receipt of each Application for Payment, either indicate a recommendation for payment and forward the Application for processing by the OWNER, or return the Application to the CONTRACTOR indicating Owner's Representative's reasons for refusing to recommend payment. In the latter case,the CONTRACTOR may make the necessary corrections and resubmit the Application. 14.3.2 Owner's Representative's recommendation of any payment requested in an Application for Payment will constitute a representation by Owner's Representative, based upon Owner's Representative's on-site observations of the executed Work and on Owner's Representative's review of the Application for Payment and the accompanying data and schedules, that to the best of Owner's Representative's knowledge, information and belief: .1 the Work has progressed to the point indicated; and .2 the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for unit price Work, and to any other qualifications stated in the recommendation). 14.3.3 By recommending any such payment, Owner's Representative will not thereby be deemed to have represented that: .1 exhaustive or continuous on-site inspections have been made to check the quality or the quantity of the Work; .2 examination has been made to ascertain how or for what purpose the CONTRACTOR has used money previously paid on account of the Contract Amount; .3 the CONTRACTOR's construction means, methods, techniques, sequences or procedures have been reviewed; or .4 that there may not be other matters or issues between the parties that might entitle the CONTRACTOR to be paid additionally by the OWNER or entitle the OWNER to withhold payment to the CONTRACTOR. 14.4 Decisions to Withhold Payment: 14.4.1 The OWNER may withhold or nullify the whole or part of any payment to such extent as may be necessary on account of: 00700 11-2017 Page 34 General Conditions .1 defective Work not remedied; .2 reasonable evidence that the Work cannot be completed for the unpaid balance of the Contract Amount; .3 damage to the OWNER or another contractor; .4 reasonable evidence that the Work will not be completed within the Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; .5 failure of the CONTRACTOR to submit a schedule of values in accordance with the Contract Documents; .6 failure of the CONTRACTOR to submit a submittal schedule in accordance with the Contract Documents; .7 failure of the CONTRACTOR to submit or update construction schedules in accordance with the Contract Documents; .8 failure of the CONTRACTOR to maintain a record of changes on drawings and documents; .9 failure of the CONTRACTOR to maintain weekly payroll reports; .10 failure of the CONTRACTOR to submit monthly subcontractor reports; .11 the CONTRACTOR's neglect or unsatisfactory prosecution of the Work, including failure to clean up; or .12 failure of the CONTRACTOR to comply with any provision of the Contract Documents. 14.4.2 When the above reasons for withholding payment are removed, the CONTRACTOR shall resubmit a statement for the value of Work performed. Payment will be made within thirty (30) calendar days of receipt of approved Application for Payment. 14.5 Delayed Payments: Should the OWNER fail to make payment to the CONTRACTOR of a sum named in any Application for Payment within thirty(30) calendar days after the day on which the OWNER received the mutually acceptable Application for Payment, then the OWNER will pay to the CONTRACTOR, in addition to the sum shown as due by such Application for Payment, interest thereon at the rate of one percent (1%) per month from date due until fully paid, which shall fully liquidate any injury to the CONTRACTOR growing out of such delay in payment. 14.6 Arrears: No money shall be paid by the OWNER upon any claim, debt, demand or account whatsoever, to any person, firm or corporation who is in arrears to the OWNER; and the OWNER shall be entitled to counterclaim and offset against any such debt, claim, demand or account so in arrears and no assignment or transfer of such debt, claim, demand or account, shall affect the right of the OWNER to so offset said amounts, and associated penalties and interest if applicable, against the same. 14.7 Substantial Completion: 14.7.1 If a Certificate of Occupancy is required by public authorities having jurisdiction over the Work, said certificate shall be issued before the Work or any portion thereof is considered substantially complete. When the CONTRACTOR considers that the Work, or a portion thereof which the OWNER agrees to accept separately, is 00700 11-2017 Page 35 General Conditions substantially complete, the CONTRACTOR shall notify Owner's Representative and request a determination as to whether the Work or designated portion thereof is substantially complete. If Owner's Representative does not consider the Work substantially complete, Owner's Representative will notify the CONTRACTOR giving reasons therefor. Failure on the OWNER's part to list a reason does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. After satisfactorily completing items identified by Owner's Representative, the CONTRACTOR shall then submit another request for Owner's Representative to determine substantial completion. If Owner's Representative considers the Work substantially complete, Owner's Representative will prepare and deliver a certificate of Substantial Completion which shall establish the date of Substantial Completion, shall include a punch list of items to be completed or corrected before final payment, shall establish the time within which the CONTRACTOR shall finish the punch list, and shall establish responsibilities of the OWNER and the CONTRACTOR for security, maintenance, heat, utilities, damage to the Work, warranty and insurance. Failure to include an item on the punch list does not alter the responsibility of the CONTRACTOR to complete all Work in accordance with the Contract Documents. The certificate of Substantial Completion shall be signed by the OWNER and the CONTRACTOR to evidence acceptance of the responsibilities assigned to them in such certificate. 14.7.2 The OWNER shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the OWNER will allow the CONTRACTOR reasonable access to complete or correct items on the punch list. 14.8 Partial Utilization: The OWNER, at the OWNER's sole option, shall have the right to take possession of and use any completed or partially completed portion of the Work regardless of the time for completing the entire Work. The OWNER's exercise of such use and possession shall not be construed to mean that the OWNER acknowledges that any part of the Work so possessed and used is substantially complete or that it is accepted by OWNER, and the OWNER's exercise of such use and possession shall not relieve the CONTRACTOR of its responsibility to complete all Work in accordance with the Contract Documents. 14.9 Final Inspection: Upon Written Notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete,Owner's Representative will make a final inspection with the CONTRACTOR and provide Written Notice of all particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 14.10 Final Application for Payment: The CONTRACTOR may make application for final payment following the procedure for progress payments after the CONTRACTOR has completed all such corrections to the satisfaction of Owner's Representative and delivered the following documents: .1 Three (3) complete operating and maintenance manuals, each containing maintenance and operating instructions, schedules, guarantees, and other documentation required by the Contract Documents; .2 Record documents (as provided in paragraph 6.10); .3 Consent of surety, if any, to final payment. If surety is not provided, complete and legally effective releases or waivers (satisfactory to the OWNER) of all claims arising out of or filed in connection with the Work; .4 Certificate evidencing that insurance required by the Supplemental General Conditions will remain in force after final payment and through any warranty period; .5 Non-Use of Asbestos Affidavit (After Construction); and 00700 11-2017 Page 36 General Conditions .6 Any other documentation called for in the Contract Documents. 14.11 Final Payment and Acceptance: 14.11.1 If, on the basis of observation of the Work during construction, final inspection, and review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Owner's Representative is satisfied that the Work has been completed and the CONTRACTOR's other obligations under the Contract Documents have been fulfilled, Owner's Representative will recommend the final Application for Payment and thereby notify the OWNER,who will pay to the CONTRACTOR the balance due the CONTRACTOR under the terms of the Contract. 14.11.2 As Contract Time is measured to Final Completion, Owner's Representative will issue a letter of final acceptance to the CONTRACTOR which establishes the Final Completion date and initiates any warranty period. 14.11.3 Final payment is considered to have taken place when the CONTRACTOR or any of its representatives negotiates the OWNER's final payment check, whether labeled final or not, for cash or deposits check in any financial institution for its monetary return. 14.12 Waiver of Claims: The making and acceptance of final payment will constitute: .1 a waiver of claims by the OWNER against the CONTRACTOR, except claims arising from unsettled claims, from defective Work appearing after final inspection, from failure to comply with the Contract Documents or the terms of any warranty specified therein, or from the CONTRACTOR's continuing obligations under the Contract Documents; and .2 a waiver of all claims by the CONTRACTOR against the OWNER other than those previously made in writing and still unsettled. ARTICLE 15-SUSPENSION OF WORK AND TERMINATION 15.1 OWNER May Suspend Work Without Cause and for Convenience: At any time and without cause and for convenience, the OWNER may suspend the Work or any portion thereof for a period of not more than ninety(90)calendar days by written agreement or by Written Notice to the CONTRACTOR which will fix the date on which the Work will be resumed. The CONTRACTOR shall resume the Work on the date so fixed. The CONTRACTOR may be allowed an adjustment in the Contract Amount or an extension of the Contract Times,or both,directly attributable to any such suspension if the CONTRACTOR makes an approved Claim therefor as provided in Article 11 and Article 12. 15.2 OWNER May Terminate Without Cause: Upon seven (7) calendar days'Written Notice to the CONTRACTOR, the OWNER may, without cause and without prejudice to any right or remedy of the OWNER, elect to terminate the Agreement. In such case, the CONTRACTOR shall be paid (without duplication of any items): .1 for completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination; .2 for all claims incurred in settlement of terminated contracts with Suppliers, Subcontractors, and others. The CONTRACTOR agrees to negotiate in good faith with Subcontractors, Suppliers and others to mitigate the OWNER's cost; and .3 for anticipated profits on entire Contract not previously paid. 00700 11-2017 Page 37 General Conditions 15.3 OWNER May Terminate With Cause: 15.3.1 Upon the occurrence of any one or more of the following events: .1 if the CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents; .2 if the CONTRACTOR disregards laws or regulations of any public body having jurisdiction; .3 if the CONTRACTOR disregards the authority of Owner's Representative; .4 if the CONTRACTOR makes fraudulent statements; .5 if the CONTRACTOR fails to maintain a work force adequate to accomplish the Work within the Contract Time; .6 if the CONTRACTOR fails to make adequate progress and endangers successful completion of the Contract; or .7 if the CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; The OWNER may, after giving the CONTRACTOR (and the surety, if any) seven (7) calendar days' Written Notice terminate the services of the CONTRACTOR. The OWNER, at its option, may proceed with negotiation with surety for completion of the Work. Alternatively,the OWNER may under these circumstances exclude the CONTRACTOR from the site and take possession of the Work (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the OWNER has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the OWNER may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Amount exceeds all claims, costs, losses and damages sustained by the OWNER arising out of or resulting from completing the Work, such excess will be paid to the CONTRACTOR. If such claims, costs, losses and damage exceed such unpaid balance, the CONTRACTOR or surety shall pay the difference to the OWNER. 15.3.2 Where the CONTRACTOR's services have been so terminated by the OWNER, the termination will not affect any rights or remedies of the OWNER against the CONTRACTOR and surety then existing or which may thereafter accrue. Any retention or payment of amounts due the CONTRACTOR by the OWNER will not release the CONTRACTOR from liability. In the event the OWNER terminates the Contract with cause, the OWNER may reject any and all bids submitted by the CONTRACTOR for up to three (3)years. 00700 11-2017 Page 38 General Conditions 15.4 CONTRACTOR May Stop Work or Terminate: If through no act or fault of the CONTRACTOR,the Work is suspended for a period of more than ninety(90)calendar days by the OWNER or under an order of court or other public authority, or (except during disputes) Owner's Representative fails to forward for processing any mutually acceptable Application for Payment within thirty (30) calendar days after it is submitted, or(except during disputes)the OWNER fails for sixty(60)calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, then the CONTRACTOR may, upon seven (7)calendar days'Written Notice to the OWNER,and provided the OWNER does not remedy such suspension or failure within that time, terminate the Agreement and recover from the OWNER payment on the same terms as provided in paragraph 15.2. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if(except during disputes) Owner's Representative has failed to forward for processing any mutually acceptable Application for Payment within thirty(30) calendar days after it is submitted, or (except during disputes) the OWNER has failed for sixty (60) calendar days after it is submitted to pay the CONTRACTOR any sum finally determined by the OWNER to be due, the CONTRACTOR may upon seven (7) calendar days' Written Notice to the OWNER stop the Work until payment of all such amounts due the CONTRACTOR, including interest thereon. The provisions of this paragraph 15.4 are not intended to preclude the CONTRACTOR from making a Claim under Article 11 and Article 12 for an increase in Contract Amount or Contract Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16-DISPUTE RESOLUTION 16.1 Filing of Claims: 16.1.1 Claims arising from the circumstances identified in paragraphs 3.2, 4.1, 4.2.2, 4.2.4, 6.4.2, 6.11.5.2, 6.17, 7.5, 8.6, 9.5, 10.4.2, 13.8, 15.1, 15.2, 15.3, or 15.4, or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within thirty (30) calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. Notice of the amount of the Claim with supporting data shall be delivered within thirty (30) calendar days after Written Notice of Claim is delivered by claimant and shall represent that the adjustment claimed covers all known amounts to which claimant is entitled. 16.1.2 Within thirty(30)calendar days of receipt of notice of the amount of the Claim with supporting data, Owner's Representative and the CONTRACTOR shall meet to discuss the Claim, after which an offer of settlement or notification of no settlement offer will be made to claimant. If claimant is not satisfied with the proposal presented, claimant shall have thirty (30) calendar days in which to: .1 submit additional supporting data requested by the other party; .2 modify the initial Claim; or .3 request Alternative Dispute Resolution. 16.2 Alternative Dispute Resolution: 16.2.1 If a dispute exists concerning a Claim, the parties agree to use the following procedure prior to pursuing any other available remedies. The OWNER reserves the right to include E/A as a party. 16.2.2 Negotiating with Previously Uninvolved Personnel: Either party may make a written request for a meeting to be held between representatives of each party within fourteen (14) calendar days of the request or such later period that the parties may agree to. Each party shall endeavor to include, at a minimum, one (1) previously uninvolved senior level decision maker empowered to negotiate on behalf of their organization. The purpose of this and subsequent meetings will be good faith negotiations of the matters constituting the dispute. Negotiations shall be concluded within thirty(30)calendar days of the first meeting, unless mutually agreed otherwise. This step may 00700 11-2017 Page 39 General Conditions be waived by written agreement of both parties, in which event the parties may proceed directly to mediation as described below. 16.2.3 Mediation: 16.2.3.1 If the procedure described in paragraph 16.2.2 proves unsuccessful or is waived pursuant to its terms, the parties shall initiate the mediation process. The parties agree to select within thirty (30) calendar days one (1) mediator trained in mediation skills, to assist with resolution of the dispute. The OWNER and the CONTRACTOR agree to act in good faith in the selection of the mediator and to give consideration to qualified individuals nominated to act as mediator. Nothing in this agreement prevents the parties from relying on the skills of a person who also is trained in the subject matter of the dispute and/or a contract interpretation expert. 16.2.3.2 Mediation is a forum in which an impartial person, the mediator, facilitates communication between parties to promote reconciliation, settlement, or understanding among them. The parties hereby agree that mediation, at a minimum, shall provide for 1) conducting an on-site investigation, if appropriate, by the mediator for fact-gathering purposes, 2) a meeting of all parties for the exchange of points of view and 3) separate meetings between the mediator and each party to the dispute for the formulation of resolution alternatives. The parties agree to participate in mediation in good faith for up to thirty(30)calendar days from the date of the first mediation session, unless mutually agreed otherwise. Should the parties fail to reach a resolution of the dispute through mediation, then each party is released to pursue other remedies available to them. ARTICLE 17—RIGHT TO AUDIT 17.1 Right to Audit: Whenever the OWNER enters into any type of contractual arrangement with the CONTRACTOR, then the CONTRACTOR's "records" shall upon reasonable notice be open to inspection and subject to audit and/or reproduction during normal business working hours. The OWNER's representative, or an outside representative engaged by the OWNER, may perform such audits. The CONTRACTOR shall maintain all records relating to this Agreement for four (4) years from the date of final payment under this Agreement, or until pending litigation has been completely and fully resolved,whichever occurs later. 17.1.1 The OWNER shall have the exclusive right to examine the records of the CONTRACTOR. The term "records"as referred to herein shall include any and all information, materials and data of every kind and character, including without limitation records, books, papers, documents, contracts, schedules, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers and memoranda, and any and all other agreements, sources of information and matters that may, in the OWNER's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document. Such records shall include(hard copy, as well as computer-readable data if it can be made available), written policies and procedures, time sheets, payroll registers, cancelled checks, personnel file data, correspondence, general ledger entries, and any other record in the CONTRACTOR's possession which may have a bearing on matters of interest to the OWNER in connection with the CONTRACTOR's dealings with the OWNER (all of the foregoing are hereinafter referred to as "records"). In addition,the CONTRACTOR shall permit interviews of employees as well as agents, representatives, vendors, subcontractors and other third parties paid by the CONTRACTOR to the extent necessary to adequately permit evaluation and verification of the following: a) The CONTRACTOR's compliance with contract requirements; b) The CONTRACTOR's compliance with the OWNER'S business ethics policies; and c) If necessary, the extent of the Work performed by the CONTRACTOR at the time of contract termination. 17.1.2 The CONTRACTOR shall require all payees(examples of payees include subcontractors, insurance agents, material suppliers, etc.) to comply with the provisions of this Article 17 by securing the requirements hereof in a 00700 11-2017 Page 40 General Conditions written agreement between the CONTRACTOR and payee. Such requirements include a flow-down right of audit provision in contracts with payees that also apply to subcontractors and sub-subcontractors, material suppliers, etc. The CONTRACTOR shall cooperate fully and shall require Related Parties and all of the CONTRACTOR's subcontractors to cooperate fully in furnishing or in making available to the OWNER from time to time whenever requested, in an expeditious manner, any and all such information, materials, and data. 17.1.3 The OWNER's authorized representative or designee shall have reasonable access to the CONTRACTOR's facilities, shall be allowed to interview all current or former employees to discuss matters pertinent to the performance of this Agreement, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with this Article 17. 17.1.4 If an audit inspection or examination in accordance with this Article 17 discloses overpricing or overcharges of any nature by the CONTRACTOR to the OWNER in excess of one-half of one percent(.5%) of the total contract billings, then the reasonable actual cost of the OWNER's audit shall be reimbursed to the OWNER by the CONTRACTOR. Any adjustments and/or payments,which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and/or records, shall be made within a reasonable amount of time (not to exceed 90 days)from presentation of the OWNER's findings to the CONTRACTOR. 17.1.5 The CONTRACTOR shall take reasonable actions to prevent any actions or conditions which could result in a conflict with the OWNER's best interests. These obligations shall apply to the activities of the CONTRACTOR's employees, agents, subcontractors, etc. in their dealings and relations with the OWNER's current and former employees and their relatives. For example, the CONTRACTOR's employees, agents or subcontractors should not make or provide to be made any employment, gifts, extravagant entertainment, payments, loans or other considerations to the OWNER's representatives, employees or their relatives. 17.1.6 It is also understood and agreed by the CONTRACTOR that any solicitation of gifts or any other item of value by anyone representing the OWNER is to be reported within two (2) business working days to the OWNER at the following telephone number: 512-218-5401. Failure to report any such solicitations or offers shall be deemed a material breach of contract entitling the OWNER to pursue damages resulting from the failure to comply with this provision. ARTICLE 18—MISCELLANEOUS 18.1 Venue: In the event of any suit at law or in equity involving the Contract, venue shall be in Williamson County, Texas and the laws of the state of Texas shall apply to Contract interpretation and enforcement. 18.2 Extent of Agreement: This Contract represents the entire and integrated agreement between the OWNER and the CONTRACTOR and supersedes all prior negotiations, representations or agreements, either written or oral. 18.3 Cumulative Remedies: The rights and remedies available to the parties 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 guarantees or by other provisions of the Contract Documents, and 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. 18.4 Severability: 00700 11-2017 Page 41 General Conditions If any word, phrase, clause, sentence or provision of the Contract, or the application of same to any person or set of circumstances is for any reason held to be unconstitutional, invalid or unenforceable,that finding shall only effect such word, phrase, clause, sentence or provision, and such finding shall not effect the remaining portions of this Contract; this being the intent of the parties in entering into the Contract; and all provisions of the Contract are declared to be severable for this purpose. 18.5 Independent Contractor The Contract shall not be construed as creating an employer/employee relationship,a partnership,or a joint venture. The CONTRACTOR's services shall be those of an independent contractor. The CONTRACTOR agrees and understands that the Contract does not grant any rights or privileges established for employees of the OWNER. 18.6 Prohibition of Gratuities The OWNER may, by Written Notice to the CONTRACTOR, terminate the Contract without liability if is determined by the OWNER that gratuities were offered or given by the CONTRACTOR or any agent or representative of the CONTRACTOR to any officer or employee of the OWNER with a view toward securing the Contract or securing favorable treatment with respect to the awarding or amending or the making of any determinations with respect to the performing of such Contract. In the event the Contract is terminated by the OWNER pursuant to this provision, the OWNER shall be entitled, in addition to any other rights and remedies, to recover or withhold the amount of the cost incurred by the CONTRACTOR in providing such gratuities. 18.7 Prohibition Against Personal Interest in Contracts No officer, employee, independent consultant, or elected official of the OWNER who is involved in the development, evaluation, or decision-making process of the performance of any solicitation shall have a financial interest, direct or indirect, in the Contract resulting from that solicitation. Any violation of this provision, with the knowledge, expressed or implied, of the CONTRACTOR shall render the Contract voidable by the OWNER. End of General Conditions 00700 11-2017 Page 42 General Conditions 00800 SUPPLEMENTAL GENERAL CONDITIONS City of Round Rock Contract Forms Supplemental General Conditions Section 00800 SUPPLEMENTAL GENERAL CONDITIONS TO AGREEMENT FOR CONSTRUCTION SERVICES The Supplemental General Conditions contained herein shall amend or supplement the General Conditions, Section 00700. ARTICLE 1 -DEFINITIONS 1.16 Engineer/Architect(E/A): Add the following: Name(Representative): Chris Perkins,P.E. Firm: City of Round Rock Address: 3400 Sunrise Road City, State, Zip: Round Rock,Texas 78665 Telephone: 512-341-3145 Facsimile: n/a Email: cperkins aroundrocktexas.gov 1.27 Owner's Representative: Add the following: Name: Eddie Zapata Title: Senior Project Manager Address: 3400 Sunrise Road City, State, Zip: Round Rock,Texas 78665 Telephone: 512-218-6605 Facsimile: n/a Email: ezapata@roundrocktexas.gov ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.18 Liquidated Damages Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF five hundred dollars and no cents AND NO/100 DOLLARS $500.00 PER DAY FOR EACH DAY BEYOND THE DATE ESTABLISHED THEREFOR THAT THE CONTRACTOR FAILS TO ACHIEVE SUBSTANTIAL COMPLETION, AND FOR WHICH OWNER IS UNABLE TO UTILIZE THE IMPROVEMENTS AND FACILITIES DUE TO THE FAILURE OF CONTRACTOR TO HAVE ACHIEVED SUBSTANTIAL COMPLETION IN ACCORDANCE WITH THE CONTRACT. END OF SUPPLEMENTAL GENERAL CONDITIONS Page 1 00800 10-2015 Supplemental General Conditions 00090669 00900 SPECIAL CONDITIONS SECTION 01-INFORMATION 01-01 COPIES OF PLANS AND SPECIFICATIONS FURNISHED The Agreement will be prepared in not less than five(5)counterpart(original signed) sets. The City will furnish to the Contractor two (2) sets of conforming Contract Documents and Specifications unless otherwise specified. 01-02 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the City. 01-03 LOCATION The location of work shall be as set forth in the Notice to Bidders and as indicated on the Plans. 01-04 USAGE OF WATER All water used during construction shall be provided by the City and shall be metered. The City shall specify the location from which the Contractor is to procure water.The Contractor shall be responsible for obtaining a bulk water permit from the City and providing all apparatus necessary for procuring, storing, transporting and using water during construction. The Contractor shall strive to use no more water than reasonable to perform the work associated with this Contract and shall avoid waste. The Contractor will be required to pay for all water used if it is found that waste is occurring during construction. SECTION 02-SPECIAL CONSIDERATIONS 02-01 CROSSING UTILITIES Prior to commencing the Work associated with this Contract, it shall be the Contractor's responsibility to make arrangements with the Owners of utility companies to uncover their particular utility lines or otherwise confirm their location. Certain utility companies perform such services at their own expense,however,where such is not the case,the Contractor will cause such work to be done at his own expense. 02-02 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services while performing the Work associated with this Contract. Provision of said utility services shall be subsidiary to the various bid items and no additional payment will be made for this item. 00900-1-2016 Page 1 Special Conditions 02-03 WAGE RATES Wage Rates (Information From Chapter 2258,Texas Government Code Title 10) 2288.021.Duty of Government Entity to Pay Prevailing Wage Rates a. The State or any political subdivision of the State shall pay a worker employed by it or on behalf of it: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. b. Subsection(a)does not apply to maintenance work. c. A worker is employed on a public work for the purposes of this section if a Contractor or Subcontractor in the execution of a contract for the public work with the State, a political subdivision of the State or any officer or public body of the State or a political subdivision of the State, employs the worker. 2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty a. The contractor who is awarded a contract by a public body, or a Subcontractor of the Contractor, shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. b. A Contractor or Subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract.A public body awarding a contract shall specify this penalty in the contract. c. A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates, and specify the rates in the contract as provided by Section 2258.022. d. The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. e. A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. 00900-1-2016 Page 2 Special Conditions 2258.051.Duty of Public Body to Hear Complaints and Withhold Payment A public body awarding a contract, and an agent or officer of the public body, shall: 1. take cognizance of complaints of all violations of this chapter committed in the execution of the contract; and 2. withhold money forfeited or required to be withheld under this Chapter from the payments to the Contractor under the contract, except that the public body may not withhold money from other than the final payment without determination by the public body that there is good cause to believe that the Contractor has violated this chapter. Applicable wage rates to be used in Williamson and/or Travis County may be obtained from the U.S. Department of Labor website at the following web addresses: Construction Types: Heavy (Sewer/Water Treating Plant and Sewer/Incidental to Highway) http://www.wdol.gov/wdol/scafiles/davisbacon/TX33.dvb?v=0 Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbacon/TX 1 6.dvb?v=0 Construction Type: Building http://www.wdol.gov/wdol/scafiles/davisbacon/TX76.dvb?v=1 02-04 LIMIT OF FINANCIAL RESOURCES The City has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the City may be required to change and/or delete any items which it may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. Contractor shall be entitled to no claim for damages or anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the City reserves the right to omit any work from this contract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02-05 CONSTRUCTION REVIEW The City shall provide a project representative to review the quality of materials and workmanship. 02-06 LIMITS OF WORK AND PAYMENT It shall be the obligation of the Contractor to complete all work included in this Contract, so authorized by the City, as described in the contract documents and technical specifications. All items of work not specifically paid for in the bid proposal 00900-1-2016 Page 3 Special Conditions shall be included in the unit price bids. Any question arising as to the limits of work shall be left up to the interpretation of the Engineer. 02-07 LAND FOR WORK Owner provides, as indicated on Drawings, land upon which work is to be done,right- of-way for access to same and such other lands that are designated for the use of the Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction operations, temporary construction facilities, or for storage of materials. 02-08 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and alignment of proposed improvements immediately notify engineer,who without delay, will determine if existing utilities are to be relocated, or grade and alignment of proposed improvements changed. Where necessary to move existing utilities and appurtenances as determined by the Engineer, the Engineer and Contractor will make relocation arrangements with the utility owner. The Owner will not be liable for delay costs or damages due to relocations of utilities which hinder progress of the work. 02-09 CONSTRUCTION STAKING All construction staking required to complete the work associated with this contract shall be provided by the Contractor. The Contractor shall be responsible for determining the layout and extent of staking necessary to construct the improvements to the lines and grades shown in the Plans and such staking shall be satisfactory to the Engineer.The Contractor shall consult with the Engineer and Owners representative in the field for assistance as necessary. Sufficient staking materials and equipment shall be provided by the Contractor including but not limited to: paint, flagging, laths,hubs, blue tops, nails, hammers, measuring chains or tapes, transits and levels. The Contractor shall be responsible for setting and marking control and off-set points for measuring distances and angles, for shooting levels, and for any other items pertaining to construction staking. This item shall not be paid for separately and shall be considered subsidiary to other bid items. 00900-1-2016 Page 4 Special Conditions SECTION 03-ACCESS AND TRAFFIC CONTROL Access shall be provided for the public and emergency vehicles at all possible times. When it becomes necessary to restrict access, the Contractor shall notify the Owner and coordinate with the Owner, all applicable agencies (i.e. Fire Department, E.M.S., Public Works, etc.), residents, and affected parties. If emergency access is required during the work and such access is being hindered by the work, the Contractor will suspend the work if necessary, and otherwise endeavor to assist emergency personnel in accessing a location restricted by the work. Unless otherwise approved by the Engineer, at the end of each day all lanes of traffic shall be opened to the public. The Contractor shall ensure compliance at all times with the accepted Traffic Control Plan for the project and shall be responsible for all maintenance, signing and safety precautions necessary for traffic control. These items shall be included in the bid item Traffic Control. 00900-1-2016 Page 5 Special Conditions 01000 TECHNICAL SPECIFICATIONS ITEM 1 GENERAL DESCRIPTION 1.01 SCOPE OF WORK The Work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials and performing all operations in connection with the inspection and testing, complete in accordance with the Plans, and subject to the terms and conditions of the Contract Documents. 1.02 GOVERNING TECHNICAL SPECIFICATIONS STREET, WATER, SEWER AND DRAINAGE IMPROVEMENTS The Round Rock Standard Specification Criteria Manual is hereby referred to and included in this contract as fully and to the same extent as if copied at length herein, and shall be applied to this project unless modified elsewhere as discussed below. The aforementioned Criteria Manual is the"Standard Specifications"section of the City of Round Rock Design and Construction Standards. The Standard Specifications may be accessed from the City of Round Rock website (www.roundrocktexas.gov) at the following web address: www.roundrocktexas.gov/dacs. Any adjustments,alterations,or additional information regarding Governing Technical Specifications are contained in the Plans (Drawings), Details and Notes described in Section 02000 of the Project Manual or are included in Attachment A at the end of this Technical Specifications Section. ITEM 2 CONTROL OF WORK 2.01 CLEAN-UP 2.01.1 CONSTRUCTION SITE During construction the Contractor shall keep the site free and clean from all rubbish and debris and shall clean-up the site promptly when notified to do so by the Engineer. The Contractor shall,at his own expense,maintain the streets and roads free from dust, mud, excess earth or debris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets and roads over which hauling is done, and any such spillage or debris deposited on streets,due to the Contractor's operations, shall be immediately removed. Page 1 01000-7-2015 Technical Specifications 00193116 2.01.2 BACKWORK The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean-up and completion of back works from becoming excessive. Should such a condition exist,the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfaction. 2.02 GRADING The Contractor shall do such grading in and adjacent to the construction area associated with this contract as may be necessary to leave such areas in a neat and satisfactory condition approved by the Engineer. ITEM 3 EXAMINATION AND REVIEW 3.01 EXAMINATION OF WORK The work covered under this Contract shall be examined and reviewed by the Engineer, representatives of all governmental entities which have jurisdiction, and the City's authorized representative. The quality of material and the quality of installation of the improvements shall be to the satisfaction of the Engineer. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 3.02 NOTIFICATION The Engineer and City must be notified a minimum of 24-hours in advance of beginning construction, testing, or requiring presence of the Engineer, project representative, or City's representative. 3.03 CONSTRUCTION STAKING The Engineer shall furnish the Contractor reference points and benchmarks that, in the Engineer's opinion, provide sufficient information for the Contractor to perform construction staking. 3.04 PROTECTION OF STAKES,MARKS,ETC. All engineering and surveyor's stakes, marks, property corners, etc., shall be carefully preserved by the Contractor,and in case of destruction or removal during the course of this project, such stakes, marks, property corners, etc., shall be replaced by the Contractor at the Contractor's sole expense. Page 2 01000-7-2015 Technical Specifications 00193116 ITEM 4 PROTECTION AND PRECAUTION 4.01 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 4.02 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary the Contractor may remove trees and plants for construction right-of-way but only with approval of the Engineer. 4.03 TRAFFIC CONTROL MEASURES AND BARRICADES Traffic control measures and barricades shall be installed in accordance with the Texas Manual of Uniform Traffic Control Devices and in other locations deemed necessary by the Engineer, for the protection life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. No separate pay will be made for this item. Costs for this item shall be subsidiary to other items of work. 4.04 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protection, reference and resetting of property comer monuments if disturbed. 4.05 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense,make arrangement for the disposal of surplus material, such as rock, trees,brush and other unwanted backfill materials. 4.06 CONTRACTOR'S USE OF PREMISES The Contractor shall,at his own expense,provide additional space as necessary for his operations and storage of materials. ITEM 5 MATERIALS 5.01 TRADE NAMES Except as specified otherwise, wherever in the specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee,manufacturer,or dealer,such designations shall be taken as intending to mean and specify the articles described or another equal thereto in quality, finish, and serviceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 5.02 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incorporated in the permanent structure without the written consent of the Engineer. Where materials or equipment are specified by a trade or brand name, it is not the intention of the City to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to Page 3 01000-7-2015 Technical Specifications 00193116 establish an equal basis for the evaluation of bids. Where the words "equivalent", "proper" or"equal to" are used,they shall be understood to mean that the item referred to shall be "proper", the "equivalent" of, or"equal to" some other item, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall be used, unless a substitute is approved in writing by the Engineer,and the Engineer will have the right to require the use of such specifically designated material, article or process. Page 4 01000-7-2015 Technical Specifications 00193116 D l-l SUMMARY OF WORK A. General 1. Existing Manhole Steps The steps of the existing manholes can not be guaranteed for safety, therefore, Contractor shall provide all necessary equipment to assure safe access and a safe working environment inside the manhole. 2. Existing Facilities a. The existing facilities will be in continuous operation during the construction period. b. Plan and conduct construction operations to avoid disturbing existing structures, piping, equipment, and services in any manner which will interrupt or impair operations, except as approved by Owner's Representative. c. Submit for approval a construction sequence, and written explanations of the temporary facilities and appurtenances intended to be used in maintaining the uninterrupted operation of the existing sanitary sewer system and any other affected utilities. 3. Sequence of Construction a. The Contractor shall contact property owners 48 hours in advance describing the work to be performed on private property prior to any construction or rehabilitation work on that property. b. Sanitary sewer line point repairs and sanitary relief sewers or replacement sewers shall be scheduled together for construction when in the same immediate vicinity. c. Excavation work shall be performed in an orderly manner so that all excavation work is completed in an area before moving to another area unless authorization is given by the Engineer or Owner. d. Prior to final surface restoration, the Contractor shall insure that all testing has been completed and reviewed by the Engineer. e. The Contractor shall submit to the Engineer each night the next days proposed activities. D 1-1(l) City of Round Rock Sewer System Improvements f. The Contractor shall submit a weekly schedule on each Thursday for the next week's construction activities. g. The Contractor shall maintain flow in the existing sanitary sewer lines until all connections have been made to the proposed system. All connections to existing manholes shall be considered a non-pay item. h The Contractor shall provide all sanitary sewer by-passes as required to perform the work as specified in the plan and specifications as a non-pay item. i. The Contractor shall preserve all trees, shrubs, sprinkler systems, fences, and other property owner improvements located within the limits of the construction. The removal and/or replacement of the said property owner improvements by the Contractor shall be considered as a non-pay item unless noted otherwise. j. All local residents who will be denied access to their driveways shall be notified by the Contractor two (2) working days prior to the closure of their access. k. All driveways which are open cut shall have at least a temporary riding surface at the end of each day and will be considered a non-pay item. 1. All cast iron frames and lids from manhole structures which are required to be removed shall be disposed by the Contractor at no additional cost to the Contract. 4. Abbreviations The following abbreviations as used in the Contract Documents have the listed meanings: A ampere AASHTO American Association of State Highway and Transportation Officials ACI American Concrete Institute ANSI American National Standards Institute AREA American Railroad Engineers Association ASTM American Society for Testing and Materials AWWA American Water Works Association Bil basic impulse insulation level BOD biochemical oxygen demand btu British Thermal Unit City of Round Rock D 1-1(2) Sewer System Improvements C degrees Celsius cc cubic centimeter cf. cubic foot cfm cubic feet per minute Co Company conc concrete Corp Corporation CRSI Concrete Reinforcing Steel Institute cu . cubic cy cubic yard F degrees Fahrenheit FIA Factory Insurance Association FM Factory Mutual fpm feet per minute fps feet per second ft feet FS Federal Specifications g gram ga gauge gal gallon gpd gallons per day gpm gallons per minute H-O-A Hand-off-automatic h hour HP horsepower hz hertz IEEE Institute of Electrical and Electronic Engineers Inc Incorporated L Liter lb pound lbs pounds max maximum min minimum mg/L milligrams per liter mgd million gallons per day mm millimeter MS Military Specifications D 1-1(3) City of Round Rock Sewer System Improvements NBBPVI . National Board of Boiler and Pressure Vcsscl Inspectors NBS National Bureau of Standards NEC National Electrical Code NEMA National Electrical Manufacturers Association NFPA National Fire Protection Association no number OSHA Occupational Safety and Health Administration ppm parts per million psf pounds per square foot psi pounds per square inch gauge pvc polyvinyl chloride SDHPT Texas State Department of Highways and Public Transportation sf square feet sq square SSPC Steel Structural Painting Counsel sy square yard UL . Underwriters Laboratory U.S United States V volt END OF SECTION D 1-1 City of Round Rock D 1-1(4) Sewer System Improvements Dl-2 CUTTING AND PATCHING A. General 1. Description a. Cutting and patching shall include the cutting(including excavation), fitting, or patching necessary to: 1) Remove and replace defective work. 2) Remove and replace work not conforming to the Contract Documents. 3) Remove samples of completed work for specified testing. 4) Install specified work in existing construction. 5) Inspection of covered work. 6) Obtaining samples of completed work for testing. 7) Alteration of completed work. b. Work performed by another Contractor shall not be cut or altered without written consent of Owner's Representative. 2. Submittals a. Before doing any cutting submit a written notice to Owner's Representative requesting consent, including: 1) Description of affected work. 2) Necessity for cutting. 3) Scope of cutting and patching. 4) Trades and products to be used and extent of refinishing. b. Prior to doing cutting and patching identified in writing by Owner's Representative as additional work, submit a cost estimate. c. Notify Owner's Representative when work is to be performed. D 1-2(1) City of Round Rock Sewer System Improvements B. Materials Materials used for replacement of work removed shall comply with the Specifications for the type of work to be done. C. Execution 1. Provide shoring,bracing, and support as necessary to maintain structural integrity of the project and to conform with all safety requirements established by law. 2. Protect adjacent portions of work and existing facilities from damage due to cutting and patching operations. 3. Execute excavating and backfilling as specified. 4. Restore work which has been cut or removed. Install new products to provide completed work meeting all requirements of the Contract Documents. 5. Refinish entire surfaces as necessary to provide an even and uniform finish. D. Measurement and Payment Cutting and patching required to perform the work will not be measured nor paid for separately. The cost shall be included in the Contract Price for the items of work that require cutting and patching. END OF SECTION D 1-2 City of Round Rock D 1-2(2) Sewer System Improvements D2-1 SITE PREPARATION A. General 1. Clear areas necessary for performance of the work and confine operations to that area provided through easements, licenses, agreements and rights-of-way. Entrance upon any lands outside of that area provided by easements, licenses, agreements or public rights-of-way, shall be at the Contractor's sole liability. 2. Do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. B. Materials Not specified C. Execution 1. General Remove, relocate, reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a lawful manner off the work site. 2. Surface Obstructions a. Saw cut obstructions in straight lines or remove it to the nearest construction joint if located within five feet of the centerline of the trench. In no case shall the joint or line of cut be less than one foot outside the edge of the trench. Reconstruct surface obstructions removed to permit construction as specified and to the dimensions, lines and grades of original construction. Restore damaged utilities as required by the utility company at no additional cost to the Owner. b. Protect, move, or brace public and private utilities as specified in Section D 1-5. c. Maintain mailboxes in the manner that the Postal Service requires in order to prevent interruption of mail delivery. D2-l(1) City of Round Rock Sewer System Improvements d. Site preparation includes the removal of trees, shrubs, brush, crops, and other vegetation within the limits of the easements(right-of-way), or as may he provided for in licenses, permits and agreements. All efforts shall be made to retain existing landscaping. In the event that trees, shrubbery, and hedges cannot be saved, then prior approval of the Owner and/or the Owner's Representative must be obtained before the existing landscaping is removed. 1) Trees All trees shall be saved unless removal is approved by the Owner and/or the Owner's Representative. Trim trees in accordance with the Owner's instructions. 2) Shrubbery Shrubbery shall be saved unless removal is approved by the Owner and/or the Owner's Representative. Make reasonable efforts to save all shrubbery by trimming, in accordance with acceptable pruning practices, and treating wound surfaces with a commercial pruning compound. 3) Small Plants and Flowers At least two weeks prior to the start of construction notify property owners of the proposed starting date so that the property owners can remove any small plants or flowers. e. Fences interfering with construction, and located within public rights-of-way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. Fencing removed shall be restored to the condition existing prior to construction unless otherwise specified. The Contractor is solely liable for the straying of any animals protected or corralled or other damage caused by any fence so removed. f. Private Sewer Facilities Make every reasonable effort to protect private sewer facilities. Private sewer facilities are not shown on the Plans. When these facilities are disturbed or damaged by the work, make necessary repairs to the facilities to maintain continuous service prior to the close of the work day at no additional cost to the Owner. City of Round Rock D2-l(2) Sewer System Improvements g. Property Pins Preserve property corners, pins and markers. In the event any property corners, pins, or markers are removed by the Contractor, such property points shall be replaced at the contractor's expense and shall be re-set by competent surveyors properly licensed to do such work. In the event such points are section corners or Federal land corners, they shall be referenced and filed with the appropriate authority. h. Sodded and Landscaped Areas Minimize disturbance to sodded and/or landscaped thoroughfares and areas on or adjacent to improved property. Do not use such areas as storage sites for construction supplies and insofar as practicable, keep free from stockpiles or excavated materials. 3. Subsurface Obstruction a. Where existing utilities and service lines are encountered, notify the Owner thereof at least 48 hours (not including weekends andor holidays) in advance of performing any work in the vicinity. Excavate, install pipeline and backfill in the vicinity of such utilities in the manner required by the respective Owner and, if requested, under his direct supervision. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. b. Protect, move, or brace public and private utilities as specified in Section D 1-5. c. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. 4. Project Sign The Contractor is responsible for providing a project sign in accordance with standard details. The project sign shall be displayed throughout the duration of construction and be maintained in clear view for the public. D2-l(3) City of Round Rock Sewer System Improvements D. Measurement and Payment No contract prices are established for Site Preparation except for Project Sign Construction. Payment for Project Sign Construction shall be at the Contract Unit Price per sign. This includes cost for design of the sign, materials, equipment, and labor.. END OF SECTION D2-1 City of Round Rock D2-1(4) Sewer System Improvements D2-2 REPLACEMENT OF MANHOLE FRAMES AND COVERS A. General 1, Description This Section describes replacement of manhole frames and covers and the installation of watertight manhole inserts. Manholes designated for partial replacement of frames and covers are listed on the Manhole Rehabilitation Schedule in Section E. For complete replacement of manholes see Section D2-5 for frame/cover requirements. B. Materials 1. Frames a. Frame material shall be cast iron, gray iron or ductile iron conforming to ASTM A 48-83, Class 35 or better. The frame shall exhibit a tensile strength of not less than 35,000 psi. b. Frames for standard manholes shall be East Jordan Iron Works or approved equal, and replaced with same size existing frame unless otherwise specified by Engineer. c. Bearing surfaces between the ring and cover shall be machine finished or ground to assure nonrocking fit in any position, and interchangeability. 2. Covers a. The replacement cover shall form a water resistant seal between the frame and manhole cover surface. The cover shall have concealed pick holes and a machined bearing surface on the bottom of the casting. The cover shall conform to ASTM A 48-83, Class 35 or better, for Gray Iron. The cover shall have a tensile strength of 35,000 psi. b. A typical standard manhole cover design shall be as shown in detail drawings. For partial manhole replacement, cover shall be replaced with same size as existing, unless otherwise specified by the Engineer. c. Covers shall set flush with the rim of the frame and shall have no larger than a 1/8-inch gap between the frame and cover. D2-2(1) City of Round Rock Sewer System Improvements d. Bearing surfaces shall be machine finished. 3. Bolts for Bolt Down Covers a. Materials and Design 1) The bolts for bolt down covers shall be ASTM A325 or better. They shall meet the manufacturer's recommendations as replacement bolts for the existing frame and cover. b. Installation 1) The bolts shall be installed as per the manufacturer's recommendations for the required ft/lbs of torque for tightening. 2) All existing female bolt threads shall be thoroughly cleaned and those deemed as deteriorated and unusable by the Engineer shall be re- threaded. 3) All gaskets encountered on bolt down covers shall be replaced. There will be no separate pay item for gaskets. 4) The payment for replacement of bolts for bolt down covers shall include materials, labor and equipment for complete installation and be paid for per each cover. If the existing bolt down frame and cover is determined to be insufficient and cannot be reused, the Contractor shall notify the Engineer. C. Execution 1. The contractor shall be responsible for supplying the required material for the replacement of manhole frames and covers, including the unloading,temporary storage, and transporting of the materials. 2. The replacement manhole frame shall be compatible with the replacement manhole cover specified insuring a water resistant seal between frame and cover. 3. Seal replacement frames to the existing manhole in accordance with Section D2-4. 4. Manhole frames that are observed to be cracked,broken, pitted, or contain gaps in the bearing surface preventing a water resistant seal shall be replaced. 5. Remove scrap frames and covers from site. 6. Contractor shall clean the existing bolt holes and re-tap if necessary. City of Round Rock D2-2(2) Sewer System Improvements 7. The replacement manhole cover bolts shall be compatible with the existing waterproof manhole cover and frame insuring a water-resistant seal between frame and cover. 8. Manhole cover bolts found to be missing but not indicated on the Manhole Rehabilitation Schedule shall be replaced in accordance with this Section, if authorized by the City. 9. Manhole frames or covers that are observed to be defective or contain defective threads preventing a water-resistant seal shall be replaced in accordance with this Section, or Section D2-3 and Section D2-4. 10. Contractor shall be responsible for evaluating the condition of the manhole lid gasket, and if found to be defective, the gasket shall be replaced. D. Measurement and Payment 1. Payment shall be based on the Contract Unit Price per manhole frame and cover or manhole bolts replaced and shall be for material only. Payment for sealing of the manhole frame and surface restoration shall be paid for in accordance with Section D2-4. Payment for replacement of the manhole cover, frame, or bolts not indicated on the Manhole Rehabilitation Schedule, but authorized to be replaced by the City, shall be paid for in accordance with this Section, or Section D2-3 and Section D2-4. No separate or additional payment will be made for any lid gaskets replaced. END OF SECTION D2-2 D2-2(3) City of Round Rock Sewer System Improvements D2-3 REPLACEMENT OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Description This section describes replacement of existing defective manhole frame grade adjustments and the installation of new adjustments where existing manholes must be raised. Manholes designated for replacement of frames are listed on the Manhole Rehabilitation Schedule in Section E. Installation of new adjustments where existing manholes must be raised will be designated by the Engineer. Materials designated for shallow manhole construction are given on the Drawings. B. Materials 1. Precast Concrete Adjustment Rings a. Precast concrete grade adjustment rings and flattops shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non-uniform precast adjustment rings may be manufactured so that they are two-inches deep on one side and three- inches deep on the opposite side. In no instance may any non-uniform precast adjustment rings be less than two-inches thick or be of multiple piece construction. Adjustment rings of uniform thickness shall be at least two inches thick. b. The replacement precast grade adjustments shall provide a structural capacity equal to or greater than the existing or specified manhole frame,and shall not affect the opening size or surface appearance. c. Cracked or multiple piece precast concrete grade adjustment rings will not be accepted. C. Execution 1. Existing Grade Adjustment Rings a. Existing grade adjustment rings constructed of precast concrete may be reused provided they are not cracked and are in otherwise good condition. D2-3(1) City of Round Rock Sewer System Improvements b. Existing frame grade adjustments that are constructed of brick, block, or materials other than precast concrete rings shall be replaced. 2. Seal frame and grade adjustments in accordance with Section D2-4. D. Measurement and Payment 1. Payment shall be made at the Contract Unit Price per vertical foot for new precast grade adjustments. This shall be for the cost of the new precast concrete adjustment material only. Payment for grade adjustments with a nonuniform depth shall be based on the average vertical depth dimension. All other material costs and labor costs shall be compensated in payment made at the Contract Unit Price for sealing of frame and grade adjustments. 2. Payment will not include the height of joint material. 3. Existing adjustments that are reinstalled are not eligible for payment. 4. Payment for sealing of the frame and grade adjustments shall be paid for in accordance with Section D2-4. END OF SECTION D2-3 City of Round Rock D2-3(2) Sewer System Improvements D2-4 SEALING OF MANHOLE FRAME AND GRADE ADJUSTMENTS A. General 1. Scope This section governs the materials required and construction procedures for sealing manhole frames and grade adjustments. Manholes designated for sealing of frame and grade adjustments are listed in the Manhole Rehabilitation Schedule in Section E. B. Materials 1. Bitumastic Gasket Material Bitumastic gasket material shall meet or exceed Federal Specification SS-S-210A. The material shall show no signs of deterioration for a period of 30 days when immersed in solutions of acid, alkali or saturated hydrogen sulfide. Joints shall show no sagging when tested at 135F for a period of five days. Bitumastic Gasket Material shall be EZ-STIK or approved equal. Trowelable bitumastic material shall be GS-702 compound or equal. 2. Precast Grade Adjustments and Flattops shall be as specified in Section D2-3. 3. Concrete Bonding Agent Bonding agent shall be Acyrl#60 as manufactured by the Thuro-Seal Company or equal. 4. Portland Cement Concrete As specified in Section D2-17. 5. Polyethylene Minimum thickness of 4 mils. D2-4(1) City of Round Rock Sewer System Improvements C. Execution I. Excavation a. Nonpaved Areas Excavate adjacent to the manhole to expose the entire frame to a minimum depth of 6-inches below the top of the structurally sound structure. Limit excavation to a 6-foot by 6-foot work area. The sides of the trench shall not deviate from the vertical for more than 1/2 inch for each foot of depth. b. Paved Areas Make a square or rectangular full depth sawcut and remove the pavement by breaking out from the sawcut toward the manhole to avoid breaking the frame. Do not use pavement breaking equipment in the sawcut. Frames broken during excavation shall be replaced at the Contractor's expense. Excavate the work area to expose the entire frame to a minimum depth of 6-inches below the top of the structurally sound structure. 2. Sealing Procedure a. Remove manhole frame from the manhole structure. Separate and observe the condition of the grade adjustments. If the grade adjustments are loose, deteriorated, broken, or show structural defects replace them in accordance with these Specifications. Replace adjustments that are constructed of brick, block, or materials other than precast concrete rings with precast concrete rings, or where necessary, and approved by the Owner's Representative, a precast flattop section. Precast concrete and rubber rings, or a precast concrete flattop sections will be the only adjustments allowed. b. Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris. Coat exposed manhole surfaces with an approved bonding agent followed with an application of a quick setting hydraulic cement to provide a smooth working surface as thin as possible. c. If the inside diameter of the manhole is too large to safely support new adjustments or frame, then a flattop section shall be installed. d. Joint surfaces between the frame, adjustments, and cone section shall be free of dirt, stones, debris, and voids to ensure a watertight seal. Place a flexible gasket joint material, minimum 1/2 inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the Owner's Representative may be used to obtain final surface elevation of the manhole City of Round Rock D2-4(2) Sewer System Improvements frame. If minor elevation adjustment is required to match the existing pavement surface, quick setting mortar such as Hyperform as manufactured by Quadex or approved equal shall be used to adjust the elevation. e. When precast concrete grade adjustment rings are placed on the manhole structure to obtain proper grade, no more than 24 vertical inches may be used, unless approved by the Owner's Representative. f. In paved areas or future paved areas, castings shall be installed by using a straight edge not less than ten(10) feet long so that the top of casting will conform to the slope and finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the finished elevation. Allowances for the compression of the joint material shall be made to assure a proper final grade elevation. g. Manhole rims in parkways, lawns and other improved lands shall be at an elevation not more than one(1) nor less than one-half(1/2) inch above the surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting for not less than three(3) feet each direction to existing finish grade of the ground. The grade of all surfaces shall be checked for proper slope and grade by string lining the entire area regraded near the manhole. h. Manholes in open fields, unimproved land, or drainage courses shall be set as required by the Owner's Representative. On non-paved manholes, exterior surfaces of all exposed grade adjustments and four inches below sound structure shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the waterproofing material when backfilling, following sealing of the frame and grade adjustment. j. Concrete grade rings shall be wrapped with a heat-shrink thermo-plastic material. 3. Backfill a. Non-paved Excavated material subject to review of the Engineer shall be used for backfill and mechanically compacted following sealing of the frame and grade adjustments. Bentonite may be added to backfill at the Contractor's discretion. The level of the backfill shall be to one inch above the frame bottom with the removed topsoil being placed on top of the compacted impervious backfill prior to replacement of sod. D2-4(3) City of Round Rock Sewer System Improvements b. Paved Portland cement concrete(Section D2-17) shall be used for backfill following sealing and testing of the frame and grade adjustments to prevent compaction of the joint material and extend to 6 inches below the top of structurally sound structure as shown on the Detail for Manhole Restoration. 4. Restoration Restore surfaces in accordance with Section D2-17. Grassed areas shall be replaced with sod to match existing conditions. Pavement replacement shall match existing pavement material. Restoration of all surfaces will not be paid for separately. 5. Testing of Rehabilitated Frame and Grade Adjustment Seals. Test rehabilitated frame and grade adjustment seals for watertightness in accordance with Section D1-7. D. Measurement and Payment Items listed below shall be paid for separately. Cost of all items not specifically listed for separate payment shall be considered incidental to the contract. 1. Non-paved frame and grade adjustment sealing(labor and equipment). 2. Paved frame and grade adjustment sealing(labor and equipment). Unit Price for sealing frames and grade adjustments shall be eligible for 60 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete(less retainage if applicable). The Unit Price bid for these items shall include all labor and equipment necessary to complete the work described, including,but not limited to, sawcut, pavement removal, excavation, sealing of manhole frame and adjusting rings, backfill, testing, pavement repair, seed, and sod. The cost of grade adjustment materials shall be paid in accordance with Section D2-3. END OF SECTION D2-4 City of Round Rock D2-4(4) Sewer System Improvements D2-5 COMPLETE AND PARTIAL REPLACEMENT OF MANHOLES A. General 1. Description This section describes complete and partial replacement of manholes and the removal and replacement of flattops. B. Materials 1. Precast concrete manholes shall be bell and spigot with "0" ring joints. Manholes and sections shall conform to the requirements of ASTM C-478 and shall be as specified in this section and in construction plan details. 2. All complete replacement manholes shall have watertight frame and cover, with a minimum 30-inch clear opening, as manufactured by East Jordan Iron Works (as per detail in construction plans). 3. Exterior surfaces of manhole sections shall be coated with two mop coats of coal tar epoxy paint,Kop Coat "Bitumastic Black Solution",Tneinec, "46-450 Heavy Tnemecol",or equal. Dry film thickness shall be a minimum of 14.0 mils per coat. Recoating shall be done in accordance with manufacturer's recommendations. 4. All new manholes shall have the antimicrobial additive ConShield®per Section D2-24. 5 Opening for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 923 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with 0-Ring Gasket, A-Lok,Presswedge,or equal. 6. Preformed and trowelable bitumastic joint sealants shall be EZ-STIK,or equal. The minimum dimension of preformed material shall be one-half(1/2) inch square. Precast concrete grade adjustment rings shall conform to the requirements of ASTM C-478 and shall be one continuous structure. To accommodate steep surface grades, non-uniform precast adjustment rings may be manufactured so that they are two-inches deep on one side and three-inches deep on the opposite side. In no instance may any non-uniform precast adjustment rings be less than two- inches thick or be of multiple piece construction. Adjustment rings of uniform thickness must be at least two inches thick. D2-5(1) City of Round Rock Sewer System Improvements 7. Backfill shall be in accordance with Section D2-10. 8. Non-Shrink Grout Grout shall be non-shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. 9. Steps a. Manhole steps will not be required. 10. Cast-In-Place (Monolithic) Concrete Manholes The design of standard manholes shall be per the Complete Manhole Replacement Detail Drawings and per City of Round Rock Specifications. Shallow manholes shall be constructed as detailed on the Drawings and per City of Round Rock Specifications a. Pipe extending from the manhole shall be cradled in concrete to the first pipe joint in the same pour as the manhole foundation. Embedment of reinforcing steel shall extend not less than twenty(20) bar diameters into manhole base. b. A minimum of six(6) inches rock cushion shall be used beneath manhole foundations. Where trench has been overexcavated, the void created shall be completely filled with a rock cushion to the underside of the manhole base. c. In the event that ground water is present during the pouring of a cast-in-place manhole foundation, a pump shall be used to remove the ground water. Prior to pouring, the subgrade shall be stable, free from muck and groundwater. After the concrete foundation has been placed, the pump shall continue to run for at least two (2)hours to enable the concrete to obtain its initial set. d. Cast-in-place concrete manholes shall have a minimum inside diameter at the base of four(4') feet and an inside diameter at the top of the concentric cone section of not less than thirty(30") inches unless specified otherwise herein. The manhole shall have a minimum wall thickness of six (6") inches for 4'diameter manholes and 8" for 5'diameter manholes and shall be smooth having no form marks on the interior wall or exterior wall of the manhole exceeding one-quarter(3") inch in depth. Concrete used for City of Round Rock D2-5(2) Sewer System Improvements the manhole barrel and cone section shall be a minimum compressive strength of 4000 psi at 28 days, with a slump of five(5") inches to seven (7") inches during the placement. Concrete shall not be so dry as to cause extensive honeycombing. During the placement of the concrete in the manhole barrel forms, thorough vibrating shall be completed at two (2') foot intervals. If cold joints are necessary because of a time lapse of more than one hour between placements then a concrete bonding adhesive shall be applied to the existing concrete. A concrete collar at least four(4") inches thick shall extend a minimum of eight (8") inches above and below the new joint around the outside of the manhole. If honeycombing of the barrel of the manhole is found to be present after removal of the forms, such honeycombing shall be repaired as directed by the Engineer. Any form marks on the inside wall shall be smoothed and grouted as directed. Curing compounds or covers may or may not be used at the option of the Contractor to protect the concrete to prevent cracking during the curing process and to protect the manhole during freezing temperatures. The manhole shall not be backfilled for at least two (2)working days after forms have been removed or a minimum of three(3)working days after the concrete has been placed. e. Reinforcing steel used in design of reinforced manhole foundations shall conform to ASTM A 615, Grade 60, deformed bars. f. Welded steel wire fabrics for cast-in-place manholes shall conform to ASTM 185. g. Manholes bases shall be integral cast. The diameter of the integral base pad shall be eight(8) inches greater than outside diameter of the manhole. h. Base slab depth and 3/4" washed rock gravel depth shall be minimum as shown in Table 1 of standard detail drawings,but in all cases,base slab shall be designed for H-20 loading, plus earth load at 130 p.s.f. 11. Shallow manholes shall be constructed at locations in the sanitary sewer system where depths are less than four feet, or as directed by the Engineer. Shallow manholes shall be constructed from 4000 psi reinforced concrete formed in place as detailed in construction drawings. 12. Precast Concrete Manhole Sections a. Manholes shall conform to ASTM C 478 and as specified herein. Additions to ASTM C 478 for corrosion resistant concrete is needed to resist microbiologically induced corrosion(MIC)(See D2-24). b. Wall thickness shall be minimum 6" for all precast sections for 4'diameter manholes and 8" for 5' diameter manholes. D2-5(3) City of Round Rock Sewer System Improvements c. Reinforced concrete flattop sections shall have a minimum 30-inch diameter opening and be a minimum eight inches thick in non-traffic areas and a minimum ten inches thick in traffic areas (designed for HS-20 loading). Reinforce flat-top sections with#4 bars at 12-inch centers each way. Tie and place reinforcing steel below the mid point. The minimum cover over the reinforcement shall be two (2) inches. The top or bottom of the flattop shall be clearly labeled or marked. d. Openings for each connecting pipe shall be circular with a compression type flexible rubber gasket cast integrally into the manhole wall. Flexible gaskets shall be manufactured in accordance with rubber joint specification ASTM C 443 and shall meet the performance and test requirements of ASTM C 425 for compression joints. Flexible gaskets shall include a coupling with 0-Ring Gasket, A-Lok, Presswedge, or equal. e Preformed and trowelable bitumastic joint sealants shall be Kent-seal, Ram-Nek, EZ-STIK, or equal. The minimum dimension of preformed material shall be one-half(ll2) inch square. f. Do not deliver precast concrete sections to the job until representative concrete cylinders have attained a strength of at least 80 percent of the specified minimum. Inspect precast concrete sections when delivered. Cracked or otherwise visibly defective units will be rejected. g. The maximum depth of lifting holes shall be no more than one-half the manhole wall thickness. After placement of the manhole, the lifting holes shall be sealed with a non shrink grout. h. Contractor is responsible for verifying all manhole depths and sewer pipe flowlines prior to delivery of precast manholes. The contractor will be responsible for removing and replacing any manhole that is not properly fitted to the sewer grades at the existing site. 13. Flattop Sections a. Manholes may have a flat lid, if approved by the City of Round Rock, being 12-inch thick with a minimum 30-inch opening, as manufactured by Calvert Concrete or approved equal. M.F.G. conforming to ASTM C478, 5000 psi concrete, traffic bearing, and 0-ring joint conforming to ASTM C443. (As per detail in construction plans). City of Round Rock D2-5(4) Sewer System Improvements C. Execution 1. General Install manholes of the respective types at the designated locations with flowlines at elevations to match existing. 2. Interior manhole diameters unless otherwise noted shall be 48 inches for pipe between 6 inches and 24 inches in diameter and typical box manhole will be constructed for 30-inch and larger pipes. 3. Install frames and covers in accordance with the City of Round Rock Specifications and Detail Drawings in the construction plans. 4. Form inverts with mortar material and steel-trowel to produce a dense, smooth finish and shape to form a"U"- shaped channel extending to the crown of the pipe encompassing the full cross section of the connecting pipelines. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. Also form inverts to provide self-cleaning by sloping normally with a 1:2 slope. 5. Existing Pipe Connections The replacement of manholes shall include the replacement of five(5) feet of all existing sewer lines. The sewer lines shall be connected in accordance with this section. Pipe embedment and backfill shall be in accordance with Section D2-10 of these Specifications. 6. Pipe Stubs a. Install pipe stubs for future connections at locations, angles, elevations, and of materials as specified or as determined by the Engineer. b. Install each pipe stub with the bell of the pipe abutting the outside manhole wall, or the joint if other than a bell, as near the manhole wall as is practicable but not more than two (2) feet from outside manhole wall for later connection thereto. 7. Pipe holes at manholes shall be permanently sealed watertight with non-shrink grout after installation of the connecting pipelines. The grout shall provide a smooth transition from the pipe to the manhole wall. 8. Construct connections to existing manholes in conformance with this section. Excavate around the existing manhole so as not to disturb the manhole. The manhole wall shall be removed for no greater diameter than required to insert new pipe. Reshape manhole invert and channel to accept the flows from the new pipe. D2-5(5) City of Round Rock Sewer System Improvements Chip the existing invert to a rough new surface and install a new channel and invert the entire side where the new pipe enters. Take care to prevent brick or other foreign material from entering the existing downstream sewer. Retrieve such debris. After the new pipe is installed, completely fill and render permanently watertight the void around the new pipe with a non-shrink grout conforming to the material specifications herein. 9. Manhole Adjustments Provide new manholes with a maximum of one(1) foot of adjustment ring(s) underneath the casting. Refer to typical manhole detail. Grade ring shall be wrapped with a heat-shrink thermo-plastic material. 10. Apply two coats of coal-tar epoxy paint to the manhole exterior. Coating shall be in accordance with Manufacturer's recommendation. 11. Testing Test manholes in accordance with Section D1-7. Concrete testing for poured-in- place manholes consist of a minimum of one slump test and three concrete cylinders per truckload of concrete used for the manholes and collars. One cylinder shall be tested for compressive strength at seven days, one at twenty-eight days, and one shall be a spare. All sewer pipes replaced in conjunction with the manhole replacement, including the 5 if section shall be cleaned and televised, and tested in accordance with Section D 1-8. 12. Formwork a. Vertical concrete surfaces shall be formed. The underside of slabs and beams shall be formed except where the concrete is placed against the ground. Sloping surfaces shall be formed unless otherwise authorized by Engineer. b. Construct and erect forms so that the concrete will have the shape, line, and grade indicated. Make forms mortar tight and sufficiently rigid to prevent deformation under load. Use an adequate number of walers, stiffeners, and braces to insure straight walls. c. Formwork, shoring, and bracing design shall meet the requirements of ACI 347. d. Except as noted, tolerances for formed surfaces shall meet the requirements of ACI 301. Edges of form panels in contact with concrete exposed to view in the finished work shall be flush within 1/32 inch. Forms for plane surfaces shall be such that the concrete will be plane within 1/8-inch in four ft. Leading edges of concrete shall lie within 1/4-inch as measured from a 10-ft template. City of Round Rock D2-5(6) Sewer System Improvements e. Provide as-cast smooth form finish for formed concrete surfaces that are to be exposed to view,or that arc to be covered with a coating material other than cement plaster applied directly to the concrete. f. Produce smooth form finish by selecting form material to impart a smooth, hard, uniform texture and arranging them orderly and symmetrically with a minimum of seams. g. Repair and patch defective areas with all fins and other projections completely removed and smoothed. 13. Reinforcement a. Reinforcing steel shall be placed in accordance with ACI 301 and ACI 318. When concrete is placed, reinforcing shall be free of rust, scale, or other coatings that will affect the bond. Reinforcement shall be accurately placed, adequately supported, and secured in position at intersections with annealed wire not less than 16-ga or with clips. Reinforcement shall be supported to keep it away from exposed surfaces. Nails or other devices shall not be driven into forms to support reinforcement. b. Provide the following concrete cover unless otherwise shown on the drawings: Bottom face of slabs 1 inch Top face of slabs 1 1/2 inches 14. Placing Concrete a. General 1) Do not place concrete until forms have been oiled, reinforcement has been fastened in position, form ties at construction joints have been retightened, and embedments and openings have been placed and anchored. 2) Remove debris from the space in which concrete is to be placed. b. Convey concrete from the mixer to the place of final deposit by methods which will prevent separation or loss of materials. The free fall of concrete shall not exceed three feet. c. Consolidating 1) Consolidate concrete with mechanical vibrating equipment and provide stand by equipment. Apply vibration directly to the concrete. Vibration shall be sufficient to cause flow or settlement of the concrete into place. Apply vibration at the point of deposit D2-5(7) City of Round Rock Sewer System Improvements and in the freshly placed concrete. It shall be of sufficient duration to accomplish compaction and embedment of reinforcement and fixtures. 2) Supplement vibration by forking and spading by hand in the corners and angles of forms and along form surfaces while the concrete is plastic under the vibratory action. 15. Curing a. Maintain concrete in a moist condition for seven days after placement. Curing may be by any of the following means: 1) Curing with burlap, cotton, or mats kept continuously wet, or by keeping forms continuously wet. 2) Waterproof paper curing. Overlap four inches at seams and seal with tape. 3) Membrane curing by power spraying with a fugitive dye included. Do not use this method on surfaces which will receive a finish treatment of any kind. Submit manufacturer's descriptive data of curing compounds for approval. 16. Complete Manhole Replacement a. Manholes designated for complete replacement shall be completely reconstructed using cast-in-place. The existing manhole structure shall be completely removed prior to installation of the new structure. b. The Contractor shall remove all debris and prevent any material from entering the sewer line. Debris shall be taken to a landfill or dump site approved by the Owner. c. All sanitary and storm pipe damaged during excavation shall be replaced at no additional compensation unless otherwise noted. d. Any incoming pipes which are 2 feet or more above the outgoing invert elevation shall be equipped with outside drop connections. e. Complete manhole replacement shall also include replacement of frame, cover, bench/trough, sealing of frame, replacement of sewer line within five(5) lineal feet outside of the manhole, frame and grade adjustments, and surface restoration. Replacement pipe of the 5 if section shall be of the same size as existing pipe. Pipe shall be Schedule 40 PVC meeting ASTM D-3034 for 4-inch pipe, SDR 26 PVC, meeting the requirements of City of Round Rock D2-5(8) Sewer System Improvements ASTM D-3034 for pipes 6 inches through 15 inches in diameter, and of ASTM F-794 or ASTM F-679 for pipes 18 inches or larger in diameter. Connection of the 5 If of new pipe to the existing pipe shall be in accordance with D2-11. f. Where determined by the engineer that a good connection can not be made, the contractor will be paid for additional footage outside of the five (5) lineal feet covered by the complete manhole replacement bid item and be paid for at the unit price per lineal foot for additional pipe. g. All newly constructed manholes shall have an concentric cone per concentric concrete detail in detail drawings. h. All manhole covers shall be 32-inches in diameter and bolted and gasketed when located outside of pavement unless otherwise specified by the Engineer. 17. Partial Manhole Replacement a. The extent of partial manhole replacement shall be based on the depth of deterioration shown on the rehabilitation schedule. The Owner's Representative shall be notified if additional deterioration exists. The remaining structure shall be capable of supporting the newly constructed portions of the manhole. b. Excavate the work area to expose the entire depth of deterioration in the existing manhole to a minimum depth of 6 inches below the top of structurally-sound structure. c. Perform reconstruction to allow easy access to the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. d. Seal manhole joints in accordance with Section D2-4. e. Precast concrete corbel,or barrel sections may be used as necessary. The diameter of the sections shall be consistent with the existing remaining structure. Place a flattop section on existing manhole structure prior to setting sections. Flattop sections shall not overhang existing manhole structures by more than 6 inches. If the clearance from the underside of the proposed flattop to the manhole invert is less than 4 1/2 feet, the manhole shall be completely replaced. f. Partial manhole replacement shall also include replacement of frame, cover, sealing of frame, frame and grade adjustments, and surface restoration. Existing frame and cover shall be replaced with same size frame and cover unless otherwise specified by the Engineer. D2-5(9) City of Round Rock Sewer System Improvements g. Remove any debris in any manhole which has had work performed on it. 18. Flattop Replacement a. Existing flattops found to be defective shall be replaced. b. Excavate the work area to expose the entire depth of the existing flattop to a minimum depth of 6 inches below the top of the flattop. c. Perform reconstruction to allow easy access to the manhole. No more than 12 inches of depth of precast concrete grade adjustment rings shall be allowed to obtain proper grade. d. Seal flattops in accordance with Section D2-4. e. Flattop replacement shall include excavation, replacement of frame, cover, sealing of frame, frame and grade adjustments, and surface restoration. f Remove any debris in any manhole that has had work performed on it. 19. Shallow manholes shall be constructed at locations in the sanitary sewer system where depths are less than four feet, or as directed by the Engineer. Shallow manholes shall be constructed from 4000 psi concrete, formed in place as detailed in Section F of the Manhole Rehabilitation Details. D. Measurement and Payment Only items listed below will be measured for payment. All other costs shall be included in the unit or lump sum prices for the item affected thereby. No additional payment will be made for the Biotech Armor(ConShield). 1. Standard Manhole a. The manhole depth shall be determined by measuring from top of casting to the invert at the center of the manhole. Payment will be made at the contract unit price for the applicable type, size and depth for each manhole. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, frame and cover grade adjustment and sealing, waterproofing, concrete masonry, reinforced concrete, backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. City of Round Rock D2-5(10) Sewer System Improvements b. Payment for a standard manhole will be in accordance with the contract prices as follows: 1) A unit price to cover the construction of one standard manhole of the diameter and type indicated; 4.01 feet to less than 6.00 feet in depth. 2) A unit price which shall cover the entire cost of each additional foot of vertical manhole depth in excess of 6.01 feet, measured to the nearest 0.1 foot. 2. Shallow Manhole Payment for shallow manholes will be made at the contract unit price for each manhole constructed. Shallow manholes include all manholes less than 4.00 feet in depth. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, frame and cover grade adjustment and sealing, waterproofing, concrete masonry,reinforced concrete, backfilling,replacement of any sewers, conduits, disposal of excess material and restoration. 3. Partial Manhole Partial manhole replacement shall be paid at the Contract Unit Price per vertical foot of depth measured to the nearest 0.1 foot from the top of the frame to the bottom of section required to be replaced. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing manhole, excavation, concrete base, manhole frame and cover, frame and cover grade adjustment and sealing, waterproofing, concrete masonry,reinforced concrete,backfilling, replacement of any sewers, conduits, disposal of excess material and restoration. 4. Flattop Flattop replacement shall be paid at the Contract Unit Price each to be replaced. Such payment and price shall constitute full compensation for all labor, materials, equipment and for the performance of all work necessary to complete the manholes, including removal of existing flattop,excavation, sealing of flattop, manhole frame and cover, frame and cover grade adjustment and sealing, waterproofing,concrete masonry, backfilling, surface restoration, and disposal of excess material. D2-5(11) City of Round Rock Sewer System Improvements 5. Additional Sewer Pipe Additional sewer pipe shall be paid at the Contract Unit Price per linear foot measured to the nearest 0.1 foot from the minimum required 5' of sewer pipe stub to the point of connection to existing sewer main. Such payment and price shall constitute full compensation for all labor, materials, equipment, and for the performance of all work necessary to complete the sewer main connection to manholes, including removal of existing sewer main, excavation, concrete encasement, tie-in connection, embedment, backfill, compaction, surface restoration, and testing. 6. The Unit Price for complete and partial manhole replacement shall be eligible for 60 percent of the bid price after the repair is made, an additional 10 percent is eligible after testing is complete and an additional 30 percent is eligible after restoration is complete. • END OF SECTION D2-5 City of Round Rock D2-5(12) Sewer System Improvements D2-6 REPLACEMENT OF MANHOLE BENCH AND TROUGH A. General 1. Description This section describes replacement of defective manhole bench and trough. Manholes designated for replacement of bench and trough are listed on the Manhole Rehabilitation Schedule in Section E. Refer to Section F-Manhole Rehabilitation Details (and Construction Plan Details) for Typical Bench and Trough Replacement. B. Materials 1. Materials for Bench and Trough Replacement Portland Cement concrete in accordance with D2-17. C. Execution 1. Procedure for Bench and Trough Replacement The existing deteriorated bench and trough area shall be completely removed. Care must be taken to avoid damaging other areas of the manhole structure. Loose and broken concrete shall be routinely removed from the manhole to eliminate the possibility of pieces entering the sewer lines. After removal of loose and broken concrete, a new bench and trough shall be formed. Sanitary sewer service shall be maintained during bench and trough replacement. If the manhole does not have an existing concrete base,minimum bench and trough thickness shall be 4 inches. Bench and trough shall be constructed as per Section D2-5. 2. Finishing a. The bench and trough shall be furnished in such a manner so that a watertight seal exists between the manhole walls, pipe, and bench/trough area. b. The trough shall be troweled so that the wetted surface is smooth. The invert of the trough shall form a continuous conduit with the sewer pipe entering and leaving the manhole provided that the pipe was originally constructed or D2-6(1) City of Round Rock Sewer System Improvements intended to be constructed in this manner. Care shall be taken to prevent the degradation of freshly poured troughs. c. The bench and trough shall be cleaned of silt, debris or foreign matter of any kind. 3. Testing of Bench and Trough Replacements Test of bench and trough replacements for watertightness in accordance with Section D l-7. D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule in Section E. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. END OF SECTION D2-6 City of Round Rock D2-6(2) Sewer System Improvements D2-7 MANHOLE GROUTING A. General 1. Scope This section governs all work,materials and testing required for the pressure grouting of manhole defects. Manholes or sections of manholes with active leaks are shown on the Manhole Rehabilitation Schedule in Section E or will be designated by the Engineer for manhole grouting. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of pressure grouting of manhole defects in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, additives, mixture ratios, and procedures utilized for the grouting process shall be in accordance with manufacturers'recommendations. 4. Manholes Manholes to be grouted may be of pre-cast or poured concrete construction. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of manhole wall grouting. B. Materials 1. Scope This section governs the materials required for completion of pressure grouting of manhole defects. D2-7(1) City of Round Rock Sewer System Improvements 2. Grouting Materials a. Urethane Gel Grout 1) Urethane gel grout, such as Scotch-Seal 5610 gel or equal shall be a hydrophilic polymer. The chemical shall be mixed within the range of from 8 to 10 parts of water and shall contain a reinforcing agent supplied by the same manufacturer. The material shall gel and cure to a tough flexible elastomeric condition. When wet, the gel shall exhibit strength properties of at least 25 psi tensile at 150 percent elongation. The material shall not change in linear dimension more than eight percent when subjected to wet and dry cycles. 2) The chemical grout shall be applied so as to have the grout material flow freely into the defects. To avoid any wastage of the material flowing through the defects gel control agent may be added. The following properties shall be exhibited by the grout: a) Documented service of satisfactory performance in similar usage. b) Controllable reaction times and shrinkage through the use of chemicals supplied by the same manufacturer. The minimum gel set time shall be established so that adequate grout travel is achieved. c) Resistance to chemicals; resistant to most organic solvents, mild acids and alkali. d) Compressive recovery return to original shape after repeated deformation. e) The chemical shall be essentially non-toxic in a cured form. f) Sealing material shall not be rigid or brittle when subjected to dry atmosphere. The material shall be able to withstand freeze/thaw and moving load conditions. g) Sealing material shall be noncorrosive. 3) A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or equivalent shall be utilized in accordance with manufacturer's recommendations. Any 5612 reinforcing agent which contains lumps must be discarded. Care must be taken to be sure that the pH of the water in the tank is from 5 to 9. As a precaution against the possibility of the pH being outside this range, take a small amount of water from the tank to which Gel Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse readily. If precipitation City of Round Rock D2-7(2) Sewer System Improvements occurs, drain the tank and retest. Repeat as necessary until dispersion occurs. If dispersion does not occur, do not use the water source. 4) A filler material such as Celite 292 (diatomaceous earth) from John Mansville or equivalent shall be utilized. The addition of the filler material shall not exceed the quantity specified by the manufacturer, and continuous agitation of the water side of the mixture is required. The filler material may also be utilized as a reinforcing agent in accordance with the urethane gel grout manufacturer's recommendations. 3. Additives Grout additions may be utilized for catalyzing the gel reaction, inhibiting the gel reaction,buffering the solution, lowering the freezing temperature of the solution, acting as a filler, providing strength or for inhibition of root growth. 4. Root Control A root inhibiting chemical such as dichlobenil shall be added to the chemical grout mixture at a safe level of concentration and shall have the ability to remain active within the grout for a minimum of 12 months. 5. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Engineer. 6. Mixing and Handling Mixing and handling of chemical grout and forming constituents, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that chemicals or gels produced by the chemicals are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the grout material and additives shall perform the grouting operations. D2-7(3) City of Round Rock Sewer System Improvements 7. Portland Cement As specified in Section D2-17. 8. Oakum Activated oakum, such as Fibrotite Oakum as manufactured by Avanti International or equivalent shall be utilized for sealing grout holes. 9. Non-Shrink Grout Grout shall be non-shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. C. Execution 1. General Manhole grouting shall not be performed until sealing of manhole frame and grade adjustments or partial manhole replacement is complete. 2. Preliminary Repairs a. Seal all unsealed lifting holes, unsealed step holes, precast manhole section joints, and voids larger than approximately one-half(1/2) inch in thickness with Octocrete or approved equal. All cracked or deteriorated material shall be removed from the area to be patched and replaced with Octocrete, as manufactured by IPA Systems, Inc. or equal, in accordance with manufacturer's specifications. b. Cut and trim all roots within the manhole. 3. Temperature Normal grouting operations including application of interior coating shall be performed at temperatures of 40F or greater. If grouting is performed below temperatures of 40F, then it must be performed in accordance with manufacturer's recommendations. City of Round Rock D2-7(4) Sewer System Improvements 4. Grouting Materials Usage Grouting of the manhole may include frame seal, frame and grade adjustments, corbel, wall, pipe seals, and/or bench/trough. Areas of the manhole designated to be grouted will be directed by the Engineer. If entire manhole is scheduled for grouting, grouting shall include the entire manhole including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in the specified manhole and grouting of the specified manhole including the bench/trough to the maximum height of 18 inches from the crown of the pipe. 5. Drilling and Injection a. Injection holes shall be drilled through the manhole at 120 degree angles from each other at the same plane of elevation. Rows shall be separated no more than three vertical feet, and the holes shall be staggered with the holes in the rows above and below. Provide additional injection holes near observed defects,bench and trough, and at pipe seals. A minimum of 6 injection holes shall be provided in the walls/corbel for each joint grouted, and three injection holes at each pipe seal and at the bench/trough. b. Grout shall be injected through the holes under pressure with a suitable probe. Injection pressure shall not cause damage to the manhole structure or surrounding surface features. Grout shall be injected through the lowest holes first. The procedure shall be repeated until the manhole is externally sealed with grout. c. Grouting from the ground surface shall not be allowed. d. Grout travel shall be verified by observation of grout to defects or adjacent injection holes. Provide additional injection holes, if necessary, to ensure grout travel. e. Injection holes shall be cleaned with a drill and patched with a waterproof quick setting mortar. f. All grout shall be removed from interior surfaces of the manhole. After the grouting is completed, the interior of the manhole shall be coated with '/z"thick quick setting mortar such as Hyperform as manufactured by Quadex, or equal. The coating shall cover at least 6" past the joint each side. 6. Testing of Rehabilitated Manholes Testing of rehabilitated manholes for watertightness shall be performed by the Contractor in the presence of the Engineer in accordance with Inflow Testing requirement of Section DI-7. D2-7(5) City of Round Rock Sewer System Improvements D. Measurement and Payment Payment for grouting joints shall be based on the unit price for each joint. Payment for grouting pipe seals and lower 18 inches of manhole shall be based on the Contract Unit Price per each manhole listed in the Manhole Rehabilitation Schedule in Section E or as specified by the Engineer. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment,preliminary repairs, and testing necessary to complete the work including grouting with urethane grout. Unit Price for grouting shall be eligible for 90 percent payment after the repair is made, an additional 10 percent is eligible after testing is complete. END OF SECTION D2-7 City of Round Rock D2-7(6) Sewer System Improvements D2-8 INTERIOR MANHOLE EPDXY COATING A. General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Section E. Interior manhole coating shall meet the requirements of this Section. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturer's recommendations. 4. Manholes Manholes to be coated may be of pre-cast or poured concrete construction. Some may have a previously applied interior mortar coating. 5. Minimum Experience Requirements The Contractor shall demonstrate an experience requirement of a minimum of 5,000 vertical feet or 900 manholes of interior coating according to these specifications. B. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. City of Round Rock D2-8(1) Sewer System Improvements 2. Interior Coating The coating material should be 100°0 solids based epoxy binder with fibrous and flake fillers, as manufactured by Raven Lining Systems and designated as Raven 405, or approved equal. 3. Material Identification Contractor shall completely identify the types of grout, mortar, sealant, and/or root control chemicals proposed and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance. These routing materials shall be compatible with Raven 405 interior coating. The Contractor shall be responsible for obtaining compatibility letters from Raven Lining Systems and the grouting material manufacturer prior to the use of these grouting materials. 4. Mixing and Handling Mixing and handling of interior coating shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Engineer. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments, partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs a. All surfaces to receive the interior coating shall be decontaminated and cleaned including the removal of any previously applied coatings using high pressure water cleaning(minimum 5,000 psi at 5gpm) using a zero degree rotating nozzle tip, or other suitable method. Cleaning equipment shall have a pressure gauge that indicates the water pressure being used City of Round Rock Sewer System Improvements D2-8(2) b. Existing roots and manholes steps shall be removed by cutting them flush with the wall of the manhole. c. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half(I/2) inch in thickness shall be filled with patching compound at prior to spray application of the interior coating. d. Active leaks shall be stopped using products specifically for that purpose and according to manufacturer's recommendation. Some leaks may require chemical grouting to stop the inflow. Chemical grouting shall be performed in accordance with Section D2-7- Manhole Grouting. e. Bench area shall be built up if required to provide a uniform slope from the circumferences to the manhole trough. Trough area shall be coated if it is dry to seal all cracks and to provide a smooth surface. For manholes with active flow, spraying will stop at the bench area. Cementitious patching compounds or epoxy grout compatible with the interior coating shall be used. f. Surfaces to receive the interior coating shall receive additional surface preparation after all repairs have been completed in accordance with the manufacturer's recommendations. g. Each pipe seal shall be patched with non-shrink grout to provide a smooth surface for epoxy coating. The spraying shall cover the pipe seal area entirely. 3. Temperature Normal interior coating operation shall be performed at temperatures of 40 degrees F or greater. No application shall be made when freezing is expected within 24 hours. 4. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section 2000. The interior coating shall be applied to the manhole from the top of the manhole corbel or flattop to the bench/trough, including the bench/trough. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. I) The surface shall be thoroughly decontaminated and cleaned to provide a sound surface with adequate profile and porosity for the interior coating to obtain a good bond to the substrate. City of Round Rock D2-8(3) Sewer System Improvements 2) Place covers over invert to prevent extraneous material from entering the sewer. 3) Prior to application the surface may be damp but shall not have noticeable free water droplets or running water. Materials shall be spray applied by a Certified Applicator of the interior coating manufacturer utilizing spray equipment approved by the interior coating manufacturer to an average uniform thickness of 125 mils for existing manholes and 80 mils for new manholes. After the walls are coated, the bench covers shall be removed and the bench sprayed to the same average and minimum thickness as required for the walls. 4) The final application shall have a minimum of three (3) hours cure time before being subjected to active flow. 5) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. 5. Testing of Rehabilitated Manholes a. After the epoxy liner has set(hard to touch), all visible pinholes shall be repaired. Repairs shall be made by lightly abrading the surface and brushing the lining material over the area. All blisters and evidence of uneven coverage shall be repaired according to the manufacturer's recommendations. Spot check of coating thickness may be made by Owner's Representative (with the Contractor's assistance), and the Contractor shall repair these areas as required, at no additional cost to the Owner. b. Testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with Section DI-5 - Manhole Testing. D. Measurement and Payment Payment shall be based on the Contract Unit Price per vertical foot of manhole actually coated. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. The Contractor will be eligible for 90 percent of the bid price after coating is completed and the additional 10 percent after successful testing is completed. Measurement and payment for injection of chemical grout of pipe seals, bench and trough and 18 inches above crown of pipe of manhole shall be in accordance with Section D2-7 - Manhole Grouting. Minor repair such as cementitious or non-shrink grout patching or filling the lifting holes. shall be considered subsidiary to the spraying END OF SECTION D2-8 City of Round Rock Sewer System Improvements D2-8(4) D2-8A CEMENTITIOUS MANHOLE COATING A. General 1. Scope This section governs all work, materials and testing required for the application of interior manhole coating. Manholes designated for interior coating are listed on the Manhole Rehabilitation Schedule listed in Section E. 2. Description The Contractor shall be responsible for the furnishing of all labor, supervision, materials, equipment, and testing required for the completion of interior coating of manholes in accordance with the Contract Documents. 3. Manufacturers Recommendations Materials, mixture ratios, and procedures utilized for the coating process shall be in accordance with manufacturers' recommendations. 4. Manholes Manholes to be coated may be of brick, block, pre cast, or poured concrete construction. Some may have a previously applied interior mortar coating. B. Materials 1. Scope This section governs the materials required for completion of interior coating of manholes. ?. Interior Coating Quadex QM-1 s proprietary pre-blended cement based synthetic granite (Donnafill) enhanced polypropylene fiber reinforced coatings as manufactured by Quadex, Inc. or approved equal shall be used on this project. No material (other than clean potable water) shall be used with or added to the coating material without prior approval or recommendation from the coating material manufacturer. City of Round Rock D2-8A(1) Sewer System Improvements 3. Material Identification Contractor shall completely identify the types of grout, mortar, patching compounds, sealant, and/or root control chemicals used and provide case histories of successful use or defend the choice of grouting materials based on chemical and physical properties, ease of application, and expected performance, to the satisfaction of the Owner's Representative. 4. Mixing and Handling a. Mixing and handling of interior coating, which may be toxic under certain conditions shall be in accordance with the recommendations of the manufacturer and in such a manner as to minimize hazard to personnel. It is the responsibility of the Contractor to provide appropriate protective measures to ensure that materials are under control at all times and are not available to unauthorized personnel or animals. All equipment shall be subject to the approval of the Owner's Representative. Only personnel thoroughly familiar with the handling of the coating material shall perform the coating operations. C. Execution 1. General Manhole coating shall not be performed until sealing of manhole frame and grade adjustments,partial manhole replacement, manhole grouting or sewer replacement/repairs are complete. 2. Preliminary Repairs 3. All foreign materials shall be removed from the manhole interior using high pressure water spray(minimum 3500 psi). Loose and protruding brick, mortar and concrete shall be removed using a masonry hammer and chisel and/or scrapers. Existing roots and manhole steps shall be removed by cutting them flush with the wall of the manhole. a. All unsealed lifting holes, unsealed step holes, voids larger than approximately one-half(1/2) inch in thickness shall be filled with patching compound at least one hour(1)prior to spray application of the first coat. b. Active leaks shall be grouted in accordance with Section D2-7. c. After all repairs have been completed, remove all loose material. City of Round Rock Sewer System Improvements D2-8A(2) 4. Temperature Normal interior coating operation shall be performed at temperatures of 40°F or greater. No application shall be made when freezing is expected within 24 hours. If ambient temperatures are in excess of 90°F, precautions shall be taken to keep mixing water below 85°F, using ice if necessary. 5. Interior Manhole Coating a. Manholes scheduled for interior coating are shown on the Manhole Rehabilitation Schedule listed in Section E. The interior coating shall be applied to the manhole from the bench and trough(including the bench/trough) to 2"above the bottom of the frame of the first grade adjustment ring. b. The interior coating shall be applied in accordance with the manufacturer's recommendations and the following procedure. 1) The surface shall be thoroughly cleaned of all foreign materials and matter. Cleaning shall be accomplished by using high pressure water spray(minimum 3500 psi.) 2) Place covers over invert to prevent extraneous material from entering the sewer. 3) The surface prior to application shall be damp without noticeable free water droplets or running water. Coating material shall be spray applied to a minimum uniform thickness of 1/2-inch minimum. Troweling shall begin immediately following the spray application. The troweled surface shall be smooth with no evidence of previous void areas. After the walls are coated, the invert/bench covers shall be removed and the bench sprayed with Excel material in such a manner as to produce a bench having a gradual slope from the walls to the invert with the wall/bench intersection built up and rounded to a uniform radius for the full circumference of the intersection. The thickness of the bench shall be no less than 1/2-inch at the invert and shall increase in the direction of the wall so as to provide the required slope. Trough area shall be coated as required to seal all cracks and to provide a smooth surface. 4) The material shall have a minimum of four(4) hours cure time before being subjected to active flow. Ambient conditions in the manhole are adequate for curing as long as the manhole is covered. City of Round Rock D2-8A(3) Sewer System Improvements 5) Traffic shall not be allowed over manholes for 12 hours after reconstruction is complete. 6) Caution should be taken to minimize exposure of applied product to sunlight and air movement. At no time should the finished product be exposed to sunlight or air movement for longer than 15 minutes before replacing the manhole cover. In extremely hot and arid climates manhole should be shaded while reconstruction is in process. 7) No application shall be made to frozen surfaces or if freezing is expected to occur inside the manhole within 24 hours after application. If ambient temperatures are in excess of 95 degrees F, precautions shall be taken to keep the mix temperature at time of application below 90 degrees F. Mix water temperature shall not exceed 85 degrees F. Chill with ice if necessary. 6. Testing of Rehabilitated Manholes a. Vacuum testing of rehabilitated manholes for watertightness shall be performed by the Contractor after operations are complete in accordance with the Manhole Testing Section D l-5. b. At least two 2-inch cubes shall be taken from each days work with the date, location and job recorded on each. The cubes shall be sent to a certified testing laboratory for testing. A compression test will be made per ASTM C 109, and the results will be furnished to the Owner. Test results shall equal or exceed the manufacturer's published values. D. Measurement and Payment Payment shall be based on the Contract Unit Price per vertical foot of manhole coated as indicated in the Manhole Rehabilitation Schedule form in Section E. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment and all testing necessary to complete the work. The Contractor will be eligible for 90 percent of the bid price after coating is completed and the additional 10 percent after successful testing is completed. Grouting the pipe seals, bench/trough, and lower 18" of manhole, if required, will be paid for in accordance with Section D2-7. END OF SECTION D2-8A City of Round Rock Sewer System Improvements D2-8A(4) D2-17 RESTORATION A. General 1. Restore the project site to conditions not less than that existing prior to starting construction unless otherwise required by these specifications. a. Coordinate surface restoration work with the affected private property owners. b. Private property over which the Owner has prior rights(i.e. utility easement, sewer easement) and/or has obtained rights-of-way, licenses and/or agreements from the property owner to allow construction of a sanitary sewer pipeline and appurtenances, shall be restored in conformance with these Contract Documents. c. Restore public property with strict adherence to the requirements of the public body having jurisdiction therein. d. No restoration shall occur until testing is complete and accepted by the Owner's Representative. e. Complete final surface restoration within three weeks of the sewer installation or repair or as directed by the Owner's Representative. 2. Reference Standards Surface restoration including pavement, driveways, sidewalks, curb and gutters, and sodding shall be in accordance with the current edition of Texas Department of Transportation Standard Specifications (1993 Edition),NCTCOG Specifications (latest edition), and these Specifications. B. Materials 1. Topsoil a. Topsoil shall be free from large roots, sticks, weeds,brush, stones or other litter and waste products. A minimum of 4 inches compacted depth of topsoil shall be used. D2-17(1) City of Round Rock Sewer System Improvements b. The soil texture shall be classified as loam or sandy loam according to the following criteria: Loam Sandy Loam Sand (2.0 to 0.05 mm diameter) 25-50% 45-85% (No. 10 sieve) Silt (0.05 to 0.002 mm diameter) 30-50% Less than 50% (No. 270 sieve) Clay (smaller than 0.002 mm 5-25% Less than 20% diameter) (Hydrometer analysis) c. Soil texture shall be determined by utilizing processes as prescribed in ASTM D 422 using the No. 10 and No. 270 sieves and a hydrometer analysis. 2. Fertilizer Fertilizer shall be a standard commercial 16-8-8, uniform in composition, free flowing and suitable for application with approved equipment, delivered to the site in bags or other convenient containers each fully labeled, conforming to applicable State laws. 3. Sod a. Sod shall be approved nursery or field grown grass that is native to the locality of the work and shall match existing in the area of excavation. Sod shall be well rooted in soil of such consistency that it will not break, crumble or tear during handling and placing. Sod shall be free of noxious weeds and other objectionable plants and shall not contain substances injurious to growth. b. Grass shall be between 1-1/2 and 4 inches in length when the sod is cut. The sod shall be cut within 48 hours of placement in rectangular pieces not less than 12 inches in width and not less than one inch in soil thickness. Keep sod in a moist condition between the initiation of cutting and the completing of placing and protect against exposure to the sun, wind, freezing during transportation to the site, and during storage prior to placing. 4. Seed Grass seed shall be fresh and shall match existing grass in the area of excavation. City of Round Rock D2-17(2) Sewer System Improvements 5. Portland Cement Concrete Portland Cement concrete shall have a minimum compression strength of 3000 psi at 28 days, no less than 5 sacks of cement per cubic yard, and shall conform to ASTM C 94, Alternate 3. Reinforcement shall be 6" x 6" No. 4 x No. 4 Woven Wire Fabric. No. 4 dowel bars shall be provided on 3 foot centers, each side. Minimum length of extension into existing base shall be 12 inches. 6. Curing Compound Commercial grade conforming to ASTM C 309,Type I. 7. Reinforcing Steel Conform to ASTM A 615, Grade 40. 8. Asphalt Cement Asphalt cement for binder shall be AC 85-100 paving asphalt conforming to the Standard Specifications unless otherwise specified. 9. Prime Coat Asphalt to be used for a prime coat shall be asphalt emulsion Type RS-2, CRS-2, or liquid asphalt MC-70, MC-250, or RC-250 conforming to ASTM D 977, D 2397, D 2027, or D 2028. 10. Tack Coat Asphalt emulsion conforming to ASTM D 977 or D 2397,unless otherwise specified. 1 l. Asphalt Concrete Asphalt concrete for paving the designated area shall be Type D hot mix and all materials shall conform to the requirements of Item 2.4.13 of the NCTCOG Standard Specifications, latest edition. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. D2-17(3) City of Round Rock Sewer System Improvements C. Execution 1. Cleanup Upon completion of installation and backfill operations, clean and dress up the work area as follows. a. Remove construction debris and litter from the site. b. Remove excess excavation material from the site including material which has washed into stream beds, storm water facilities, streets, culverts, etc. c. Remove tools, equipment and construction materials except for designated storage areas. Maintain designated storage areas in a neat appearing manner. d. Restore surface and subsurface drainage and provide drainage wash checks necessary to prevent soils from being washed downstream. e. Machine or hand grade the area in preparation of final grading, seeding, sodding, pavement replacement, etc. f. Restore all street signs and mail boxes. g. Maintain adequate safety signs, barricades and lights until final restoration of work area is completed. 2. Finish Grading Finish grade the area to lines and grades which existed prior to the area being disturbed, with special attention directed to proper surface drainage, and the refilling of settled excavations with earth compacted to densities required. The area shall be smoothed by raking or dragging. Flower and vegetable gardens in existence prior to this project shall have the separately stored top soils restored unless otherwise required. Areas to be sodded or seeded shall have a minimum four-inch depth of topsoil. 3. Sod a. Restore grassed areas disturbed by construction with sod to match existing. Sod may be placed between the average date of the last freeze in the Spring and six weeks prior to the average date for the first freeze in the Fall according to the Texas Almanac or U.S. Weather Bureau for the area unless otherwise approved by the Owner's Representative in writing. Place sod at any time during this period except when the temperature is over 90 degrees Fahrenheit, drought conditions exist or the sod or ground surface is frozen. Cut sod as thick as possible to aid the sod in taking root at the earliest possible date. City of Round Rock D2-17(4) Sewer System Improvements h. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Place sod on the prepared surface with the edges in close contact and the alternate courses staggered. Bury exposed edges of the sod flush with the adjacent soil. In ditches, place sod with the longer dimension perpendicular to the flow of the water in the ditch. On slopes, starting at the bottom of the slope, place sod with the longer dimension perpendicular to the slope of the ground and where the slope is 2:1 or greater, stake the sod. Sod shall be rolled after placement and joints filled between sections with scarified soil. Within eight hours after placing the sod, apply five gallons of water per square yard. d. Provide sufficient water to prevent the sod from drying out. e. Existing sod which was salvaged during construction may be reused at the contractor's option. f. Sod shall have taken root before acceptance. Contractor shall guarantee sodding one year after acceptance by the Owner. 4. Seeding a. The areas to be restored by seeding shall be only as directed by Engineer. Seed bed preparation shall not be started until all stones, boulders, and debris larger that 3 inches in diameter have been removed. The area to be seeded shall be worked to a minimum depth of 3 inches with a disk or other method approved by the Engineer, reducing all soil particles to a size not larger than 2 inches in diameter. The prepared surface shall be relatively free from all weeds, stones, roots, and sticks. No seeds shall be sown until the seed bed has been approved by the Engineer. b. Spread fertilizer nutrients over the area at a rate of 160 pounds per acre (nutrient weight only) or as recommended by the manufacturer. c. Mechanically apply grass seed. d. Do not seed during high winds or when the seed bed is too wet for working. Within 12 hours lightly rake seeded areas and roll with a 200 pound roller. After raking and rolling, water the seeded areas with a fine spray until a uniform moisture depth of one inch has been obtained. D2-17(5) City of Round Rock Sewer System Improvements e. In lieu of mechanical application of seed, hydraulic application may be used. The seed slurry shall be constantly agitated until pumped from the tanks. The seed shall not be allowed to set in water more than four hours before application. f. Water seeded areas as required for the seed to maintain suitable growth for at least three mowings performed a minimum of one week apart. g. Reseed areas where the grass did not take. 5. Tree, Bush, and Hedge Transplanting and Replacement a. Existing trees, bushes, and hedges which cannot be tied back or trimmed to prevent damage and require removal because of the proposed construction shall be transplanted with a tree spade or replaced. Tree removal shall include removal of stump and roots four inches below grade. Transplanting shall be at the location directed by the Owner's Representative. After digging the plants, properly store them until they can be transplanted. Replacement plants shall not be delivered until they can be planted. b. Plant during the proper seasons. Do not plant in frozen soil or during unfavorable weather conditions. Dig tree pits of such size as to provide ample space for the entire root system, as the tree comes from the nursery, without crowding or bending the roots. The pits shall be 12 inches wider than the ball diameter, have vertical sides, and be six inches deeper than the thickness of the ball. c. Thoroughly loosen the soil in the bottom of the pit by spading to a depth of six inches. Dig holes immediately before planting. Dispose of soil earth dug from the tree pits. d. Set trees at a depth slightly below finished grade, half-fill the hole with planting soil and thoroughly water. Loosen and fold down the upper half of the burlap, fill the hole with planting soil and thoroughly water. Fill the top two inches with a well-rotted mulch. e. After planting,prune the branches in proportion to the amount of root system lost in the transplanting operations but in such a manner as to retain the form typical of the tree. In general, remove approximately one-third of the branch structure. Pruning shall be done by expert workmen in such a manner as to insure healthy and symmetrical growth of new wood. f. After planting, wrap trunks of trees planted after October 15 with special tree wrap from the crotch of the first major branches down to the ground. Tie wrapping with cotton twine to keep the wrapping in place. City of Round Rock D2-17(6) Sewer System Improvements g. Plant trees vertically. Trees found leaning during the guarantee period shall immediately be staked with two 2-inch by 3-inch wood stakes, eight feet long, pointed on one end. The stake shall be long enough to properly support the tree. Drive the stakes to a depth of 18 inches below the bottom of the tree pit. Locate the stakes on the north side and on the south side of the tree, and 12 inches to 18 inches from the trunk. Do not drive stakes into the ball and burlap. Guy the trees using a figure eight hitch consisting of No. 14 gauge wire encased in a section of rubber hose. 6. Restoration of Pavement Surfaces a. General 1) Restore(unless otherwise specified or ordered by the Owner's Representative)permanent type pavements, sidewalks,driveways, curbs, gutters, and surface structures removed or disturbed during or as a result of construction operations to a condition which is equal in appearance and quality to the condition that existed before the work began. The surface of all improvements shall match the appearance of the existing surface. 2) Pour concrete only after inspection by the Engineer of the pouring site to verify proper forms and reinforcement. Reinforcement shall be equal in quantity and type of materials to reinforcement that existed prior to the work, or as indicated in the plans or specifications. 3) Sawcut existing paved surfaces to provide a straight joint between the existing and new surface. Sawcutting shall be full depth and square or rectangular in shape. 4) Cure and protect all exposed concrete installed under this contract in accordance with the reference standard. 5) Allow concrete to attain a minimum 7 day strength before allowing traffic or construction equipment on the concrete. b. Concrete Sidewalks 1) When removing portions of a concrete sidewalk, an entire "Square" shall be removed. Removal of a partial sidewalk "Square" shall not be allowed. 2) Sidewalk replacement shall be constructed according to the Sidewalk Replacement Detail Drawing in the Standard Specifications for Public Works Construction, North Central Texas Council of Governments (NCTOG). D2-17(7) City of Round Rock Sewer System Improvements c. Concrete Curb and Gutter Curb and Gutter dimensions shall be constructed per City of Round Rock Standards and Details. d. Concrete Driveway Approaches Concrete driveway approaches shall be replaced per City of Round Rock Standards and Details. e. Concrete Driveways Replace concrete driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 6 inches. f. Bituminous Concrete Driveway Replace bituminous driveways to the condition and thickness which existed prior to construction. Minimum thickness shall be 2 inches. Construction shall be executed in accordance with Asphalt Concrete Pavement Replacement for Pipe Trenches. g. Tack Coat Apply a tack coat on existing asphalt concrete pavement and to each lift of new pavement that is to receive a succeeding lift in conformance with Standard Specifications for Public Works Construction, North Central Texas Council of Governments (NCTOG). h. Prime Coat The prime coat shall be applied to the leveling course in accordance with Section 403 of the referenced specification at the rate of 0.20 to 0.30-gallon per square yard of surface area. The exact amount is to be determined by the Engineer. i. Construction Of Asphalt Concrete Pavement Lay asphalt concrete over the base course in a single lift and the compacted depth shall be 3-inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of NCTOG Standard Specifications. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll each lift of the asphalt concrete and compact to the density City of Round Rock D2-17(8) Sewer System Improvements specified in the referenced Standard Specification. The grade, line, and cross section of the finished surface shall conform to the Drawings. Asphalt or asphalt stains which are noticeable upon surfaces of concrete or materials which will be exposed to view shall be promptly and completely removed. j. Asphalt Highway Repair Asphalt Highway Repair shall be in accordance with the Texas Department of Transportation Standard Specifications for Highway Construction. k. Concrete Highway Repair Concrete Highway repair shall be in accordance with the Texas Department of Transportation Standard Specifications for Highway Construction. Weather Conditions Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storm,or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall,or(3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. m. Concrete Pavement Pavement replacement shall be the same thickness as that removed, except that in no instance shall it be less than a minimum of 6-inches. Protect the newly placed concrete from traffic for a period of 7 days and cure by covering with burlap, sand, earth, or sawdust, which is kept continuously wet. Handle and place concrete pavement in accordance with the Standard Specifications for Highway Construction of the Texas Department of Transportation Standard Specifications for Highway Construction. n. Gravel Surfacing Where required by the Drawings, and where necessary to match existing surfaces, place crushed rock,gravel surfacing material, as specified herein, on streets, driveways,parking areas,street shoulders, and other graveled areas disturbed by the construction. Spread the rock by tailgating and supplement by hand labor where necessary. Level and grade the rock to conform to the existing grades and surfaces. D2-17(9) City of Round Rock Sewer System Improvements D. Measurement and Payment 1. Separate measurement and payment will only be made for restoration work associated with sewer main line construction as specified. Payment for restoration associated with other work items, including but not limited to, manhole rehabilitation,point repairs, service lateral, and cross connections shall be included in the unit price for the applicable work item. 2. The length of removal and replacement of pavements, driveways, and sidewalks, crossed by conduits shall be measured along the center line of the pipe line, including manholes, over which removal and replacement was made. Additional widths necessary at manholes and special structures shall not be measured. The cost of such additional removal and replacement shall be included in the unit price bid for manholes and special structures. 3. Payment quantities for sod, sidewalk, driveways, pavement, curb and curb and gutter removal and replacement, where such items are parallel or approximately parallel to the proposed pipe line, shall be included only when the edge of these items are within the maximum trench width as given in the trench width table(See construction plan details)plus one foot on each side of the trench. Where the items are at a greater distance from the trench, any damage shall be replaced at the Contractor's expense. Where sidewalk parallel to a proposed pipe line is to be removed and replaced, the Engineer shall determine the extent of such removal and replacement. The Contractor may elect to construct the conduit in a tunnel with a review of the Engineer. In such an event, he shall be compensated by payment of the amounts of driveways, sidewalks, or curbs and gutters which would have been measured for payment had open cut methods been employed. 4. The contract unit price for the surface restoration items shall be considered payment in full for furnishing all labor, equipment, materials, and supervision to remove and reconstruct the respective surfaces in the manner specified. 5. If restoration work is not completed, on work other than relief sewer restoration work where separate payment for restoration has been established, then 30 percent of the Contract Price will not be eligible for payment. END OF SECTION D2-17 City of Round Rock D2-17(10) Sewer System Improvements D2-26 BENCH AND TROUGH RESHAPING A. General 1. Description This section describes the reforming and/or reshaping of the bench and trough to form the sweep to transition laminar flow through the trough. Manholes designated for reshaping of bench and trough are listed on the Manhole Rehabilitation Schedule in Section E. B. Materials 1. Non-Shrink Grout Grout shall be non-shrink in the plastic state and show no expansion after set as tested in accordance with ASTM C 827 and shall develop compressive strength not less than 3,000 psi with a trowelable mix within 24 hours per ASTM C 109. The placement time shall be not less than 45 minutes based on initial set per ASTM C 191. Test results shall be furnished by the manufacturer and submitted to the Engineer. C. Execution 1. General Reshape trough to match existing flow line elevations. 2. Use jack hammer if necessary to chisel bench and trough to a minimum opening of 2.5 feet for TV camera access. 3. Form inverts with high strength grout and steel-trowel to produce a dense, smooth finish and shape to form a "U"- shaped channel extending to the crown of the pipe encompassing the full cross section of the connecting pipelines. Provide smooth transitions for pipes of different sizes, different elevations, and/or at different angles. Also form inverts to provide self-cleaning by sloping normally with a 1:2 slope. 4. Use diagrams below as guidelines to reshape bench and trough. D2-26(1) City of Round Rock Sewer System Improvements top or - k I t 1 I , — ; 7 ... , ....., _. . It•ISP.C.'...•,-.:.:1:2. l',F ::.I.-.37.. • r — Cj-1.71.1-, S',•-17_L 51. /-4;,.:,•:.:••••; i . , ,•-' 7 C 1",',.•,:aIr.t.),H) E.i i 3'.'t'7-3....:'•*,••.:i 1 i A1 k... ,,., ..., IIIL , ...& I:- —.'-•'1'-.---- ----' _.._ ... - ........ v.--— .,..____,... I „..__ ___ • _.... .(-- s.... 1 ,... , .. ' 3 I 'I 3 •1 1 ' 1. ' ' '1 I • , •-I 1•.1 ''' 1-,,- •'''.. ----I i •.. ..'•:'..°-.7i Ir.7 ___- . . '.L.--..- -,-7•'4'•'-'-'--'I'l- 1 2_,I..,C 1 it-)1•., ",1%—''''•- , DpC•P 1 Pi: ,( It',LE i °:.: Cit_gt.::,.. 1_11: V t•'‘."3--i()1..: l'], C.' 1 ri.T...1 :03173 1,1.31.?,3..1.P.'', Eq.71i:' I': -.•-•..77., F7E_:•.•. .1'11;:.:51; ,... 7,-;_- ;;:„tT 1 (.;:cr R01,..1-:(1 .7.•:',(,,, rqc,17F,- Ct--s,c11ELE; 1.,::, aL Cr3t,,,':-.;r-..ly.:1*717 1,c)i: ':-..,%•11)1.:.TH 7, F.....r.LL NA,:_, -..:i..„7.1.,L ;_-:-.1 (.:c:tic:,I ii_IL.17.7.,(', ::::1:17c:::_,t :•-•z.t:,..-., ,,,,c-.-+ r.af-i 7 7,2,.*:', 7'.c-N i.^',1 c.:, i:',:f-;*:•: r c?:CP:1i::'•G -r..11-":.kii..'1:•-i- . i '7.1 tc`0.;'E-5 r:::c:. c I-j i dc-?',.. Cl.rt!'r:.;-:-.'f.cf... )..i':-., :;',--,A,, icc,:;. ,...:1-7•'.:..71,--:''../.--C ED AC . 7''`..- I '.1;.:01r..; _1 '7.1L'!"..:01•:-.. ::".7.1.,-.7 .:);:. ;:, WI i7f . 1. :..c I icc,tc.-..r- ..1.:,,i..,c.)I_T_ EE :Ft ,L,r 2 t c:10•7,,,:: FPI:v.) ,.t.!-;.4!-::•1 i'' lo,.1, ',C.4 e': .V.'f'•,1-11. ,..-.11.,..,..,s,F, •:-,1,,2.,„i :::: A t.11N4,1,..1,s' LEC. i,,,2 i-,...--: 1::00.1.;:1,T;': ,711-- -,-.:: 1.:4.i71.-..F,r,r r"=II- L'..-,, f-,:_,....,F 1 tici--,_:,,-,, ;',..!.•-:, 0,,.., , City of Round Rock D2-26(2) Sewer System Improvements " . I t"'d ._ �'I`a'- :.� I:a 1,l.�lt:. ?LtUE'• '!1 ;-'! .7I if t!S"t SJLE. .` 41 I t ;�i•e , 1 ia'eF f 71 t1,PV':[' a• -t' c,:'1 t!P1: ..'1 ,ii: L T I:.. CA .,t 'if n i '•i,-) r t.I, A.i. »_ {fir I ALE AS NJ ADD IiI:J-AL u S IL I i Lif _d 7 .!� e I G`__ l "1. t I -4 ' SItwi • 1,i ii Ft. j't f P a P-e. BENCH&TROUGH REPLACEMENT D. Measurement and Payment Payment shall be based on the Contract Unit Price per each manhole as indicated in the Manhole Rehabilitation Schedule in Section E. The Contract Unit Price shall be payment in full for performing the work and for furnishing all labor, supervision, materials, equipment, and testing necessary to complete the work including removal of the existing defective bench and trough, and installation and sealing of the replacement bench and trough. END OF SECTION D2-26 D2-26(3) City of Round Rock Sewer System Improvements Pipe Bursting Specifications City of Round Rock Wastewater Rehabilitation SECTION PB1—WASTEWATER SYSTEM REHABILITATION BY PIPE BURSTING PB1.01 SCOPE OF WORK A. This specification covers the requirements and methods for rehabilitation of wastewater mains by pipe bursting as shown on the Plans and as specified herein. PB1.02 SUBMITTALS A. None required unless specifically called for in the Plans,details,or requested by the Engineer. PB1.03 GENERAL A. Contractor shall perform the following items subsidiary to rehabilitation bid items. 1. Prepare traffic control plans for each site designation and implement where required to detour vehicular and/or pedestrian traffic as necessary to complete rehabilitation item. 2. Provide necessary equipment and temporary piping to bypass pump all wastewater flows to as required to complete rehabilitation item. At no time,shall sewage leave a permanent or temporary sewage conveyance device. At no time will sewage discharged into the open pipe trench, onto the roadway or directed to a drainage channel or waterway. 3. Provide and maintain adequate erosion control measures (silt fence, rock berm and/or curb inlet protection). Contractor shall also submit a NOI prior to beginning construction. 4. Contractor shall locate and transfer all service connections to new/replaced line in accordance with City of Round Rock technical specifications and those specified herein. 5. Notify affected residents at least 48 hours prior to any planned service interruption. 6. Verify exact location of each defect,including pipe type and diameter, prior to commencing any service interruption or construction on that particular defect. Section PB1 Pipe Bursting Specifications Page 2 of 6 Pipe Bursting Specifications City of Round Rock Wastewater Rehabilitation 7. Replacement of existing wastewater mains,service laterals,service lines and manholes shall be placed at the same line and grade as that removed unless otherwise noted on the plans. 8. Contractor shall be responsible for disposing of all spoil material arising from rehabilitation of wastewater system including,but not limited to wastewater piping, embedment and backfill material, manholes, concrete, asphalt, etc. PB1.04 WASTEWATER MAIN REPLACEMENT BY PIPE BURSTING A. General: Pipe bursting refers to the trenchless rehabilitation of an existing wastewater line by splitting, bursting or crushing the existing pipe by hydraulic, pneumatic or directional drilling "reaming" device and simultaneously installing a new pipe (HDPE or Restrained Joint PVC Pipe) of the required size. All labor,equipment and material necessary to successfully replace the pipe by bursting and to connect existing services to the new line shall be considered subsidiary to the Pipe Bursting Bid Item of the Bid Form. After closed circuit camering and prior to construction activities, Contractor shall submit a construction plan detailing the following information for the Engineer's review for each segment of line to be replaced by pipe bursting: 1. Pre-Construction Video detailing service connection locations and any areas where main line point repairs are required prior to bursting. 2. Insertion Pit Locations 3. Manhole Removal/Replacement Excavations and/or reconstruction of manhole inverts. 4. Service Connection Locations 5. By-pass system for main wastewater line as well as all service connections. 6. Removal method of any excess material (slurry, pipe debris, etc.) and disposal location. B. Materials: Piping shall be high density polyethylene pipe(HDPE)or restrained joint polyvinyl chloride pipe(PVC)manufactured with a light-colored interior for television inspection purposes as follows: Section PB1 Pipe Bursting Specifications Page 3 of 6 Pipe Bursting Specifications City of Round Rock Wastewater Rehabilitation 1. Solid wall HDPE such as Drisco 1000,Drisco 8600,Quail Pipe,Poly Pipe or Plexco Pipe that conforms to ASTM F714 with a minimum pipe stiffness of 115 psi. Pipe and fittings shall be high density polyethylene pipe made of virgin material. No rework except that obtained from the manufacturer's own production of the same formulation shall be used. Liner material shall be manufactured from a high density, high molecular weight polyethylene compound conforming to ASTM D1248 and meeting requirements for Type III,Class C,Grade P-34,Category 5 with a rating of PE 3408. Polyethylene pipe shall meet the applicable requirements of ASTM F714 for Polyethylene Plastic Pipe based on outside diameter including ASTM D 1248 and ASTM D 3550. Internal pipe diameter shall be as indicated on the plans. Polyethylene pipe shall have a minimum SDR of 19. Solid wall pipe shall be produced with plain end construction for heat joining (butt fusion) conforming to ASTM D2657. Polyethylene pipe shall be assembled and joined a the site using the thermal butt fusion method to provide a leak proof and structurally sound joint. All equipment and procedures shall conform with the manufacturer's recommendations. Fusing will be accomplished by personnel certified as fusion technicians by a manufacturer of polyethylene pipe and/or fusing equipment. Threaded or solvent-cement joints and connections shall not be used. Clamps shall be stainless steel including bolts and lugs as manufactured by JCM Industries Type 108 or approved equal. Universal clamp couplings shall be full circle with a minimum 3/16-inch thick neoprene, grid type gasket. Clamps shall be selected to fit outside pipe diameter and shall be a minimum length of 18 inches. Terminal sections of pipe that are joined within the insertion pit shall be connected with a full circle pipe repair clamp. 2. PVC pipe shall be a restrained joint type such as CertaLok, manufactured by CertainTeed Corporation and conform to the requirements of ASTM D241 and manufactured from Type 1,Grade 1, 2000 psi hydrostatic design stress PVC compound and materials in accordance with ASTM D1784 Class 12454-B. Section PB1 Pipe Bursting Specifications Page 4 of 6 Pipe Bursting Specifications City of Round Rock Wastewater Rehabilitation Joints shall meet the requirements of ASTM D3139, "Joints for Plastic Pressure Rated Pipes Using Flexible Elastomeric Seals",while 0-rings shall meet the requirements of ASTM F477,"Standard Specifications for Elastomeric Seals (Gaskets) for Joining Plastic Pipe". PVC pipe shall have a minimum SDR of 26. 3. or Approved Equal. C. Installation: Installation for each pipe material shall be in accordance with manufacturer's recommendations. 1. Pit locations and number of insertion points shall be determined by the Contractor and submitted to Engineer for review. Pits shall be placed and located to minimize the total number of pulls and maximize the length of pipe replaced per pull,within the constraints of maintaining service, access and other requirements. 2. Contractor shall provide equipment, planning and job execution necessary to accomplish the work in an efficient manner and consistent with the objectives of the specifications,including preventing damage to existing infrastructure,maintaining pedestrian and vehicular access and providing continual sewer service to all affected customers. Pipe shall be assembled on the ground in sections equivalent to the length of the anticipated pull. During installations, all bending and loading of the pipe shall be in conformance with the manufacturers recommendations and shall in no way damage the pipe. Manholes shall be prepared so as to provide pipe installation at the lines and grades indicated on the plans (or currently existing in the field). The invert of the manhole shall be removed as required to allow for pipe installation activities and to accommodate invert replacement. Manhole inverts shall be restored upon completion with 3000 psi grout and in accordance with applicable Technical Specifications. Contractor shall take all necessary precautions to protect the interior of existing manholes. Any damage resulting from construction shall be repaired at the Contractor's expense prior to acceptance by the City. Sand, slurry, debris and/or runoff shall not be allowed to enter the sewer system at any time. This material shall be properly disposed of in compliance with applicable rules and regulations. In addition, Section PB1 Pipe Bursting Specifications Page 5 of 6 Pipe Bursting Specifications City of Round Rock Wastewater Rehabilitation precautions shall be taken to keep all foreign material from entering into service connections. Contractor shall take all necessary precautions to protect new piping and components during all phases of work (hauling, assembly and installation)to avoid damaging pipe including gouging and/or scarring. 3. The use of a closed-circuit television camera shall be employed upon completion to ensure proper installation. Final video shall be presented to the City of Round Rock prior to acceptance of the project. All applicable field testing shall be performed in accordance with the applicable sections of these Technical Specifications. PB1.05 PAYMENT A. Payment for pipe bursting shall be on a linear foot basis. END OF SECTION Section PB1 Pipe Bursting Specifications Page 6 of 6 02000 PLANS, DETAILS AND NOTES If applicable, insert reference(s) to project plans; details; and notes Maps-Aerial, Downtown, Egger Acres and Westside Document Path:0:\Workspaces_GIS\+Utilities_workspace\MAPS\2020\CounciR2020_ww_rehap_pipebursting\2020_ww_rehab_pipebursting.mxd o LI.I I kW" 4.111.1 NlIc:111.11/ :111 . V14114r Mi "---,1110 a! 1 al D ,=- ee'k W tIV 0 \ i ill li a El iw • _6co1111 1111 d � HI , Illi c 1,' . __,..000‘ ___, . -, -, -„„„„„1„,„„„.„...---- - mOr /--� 1 ,try1 �E 9:11 F 01.-. 0 i D -- 1114- ill , \ I A r1 ' ";11 ig 114$ k'd y4N 0 i a (1) agillO all lig S' ' \ O. 0 ..< %V%1.1 I I 4 i%) Il AI \ s___ .,,, „I iiik 2) 2 wo I,. 111,10114 › m . . a ‘mt, %worn (-3 CR 4 1 op E F a 3�I N39�3' �altAti. • / 1110.1.4.1.\ fa AVE 6/E Z ay ca :•. 6" 8" : ; PVE 6'. GI o o ES0N Me ••• N 2 E PND A N 2 NA C CS 10 41. Ca �`BER-1‘l PVE �.. E .. 61. . eit 1. PAN s'( 8'• 6 N .G 7 A CP 40 01• OPVE ••0, EEPG�P X E ,!. C El 0 3 0 0 3 0 c 3 a rn N 2 a m . p PRK LN ( 0o G �� a. < ��0E'Ro �� 6 47 IE CREEK GAR :�; •• . O a E. 0 U Downtown Pipebursting - Project Map •'►• Active Manhole -►. Active Wastewater Gravity Main N Mains to be Pipebursted 140 70 0 140 Feet Date: 1/2020 . p PV ••' . . esc MS,oO RFFO , P REj' • 6 •O) •s' PM�S4pO 7`�` • e y• O`�Ro co c'c Z rrAA♦ -co W (7 eil QP ,,. 61 pp 5• i; 6 .� WAYNE DR �� .,,. �•• ••730 6 rr :X: Z aGJ - CO 1/ 0tti FObiNG7O R NCy 6 No .. oR 4•r R 6 •: •: .�• •.., 8/� V. - 3- , 1°1-41t ,I " +y104, '• VIRGINI d ,.►, 611 n ,.a.. -.i ."*". `" '' ,*6,4 r. . - ' " ' 't 4 "sr f•:t' , � .'A .i.:•►: of;tid M 1 Fr .., .. .-:.. -.'-'-!:l''. '''.. - ' .' • . ''',4.•' 'iPliiii—:..:*. -'. '74 r../ k�� KAROLYN DR 'k' . , '.:' !„,_ 41(..-e.i:,,-..-7.'s.•'''''',of .-'. •.., t "n3 . 8// : : W OAK DR x E OAK DR C $' - ._.. 172 :�:: 6//. a Ci ••• ,.., m . 15.11 •'• m •..• �: t�: '► ` .::: 1 rr .o, LILAC DR - 4 ,•. a �. . •..� o 41• M vp • Q •i►• co a_ w 3 •� � 73 1 . v Yt :F.:: o `' Q•♦ $: 8 rr v a E 7 ,r g. k. 44, p v� a • Egger Acres Pipebursting - Project Map :'•• Active Manhole N -O. Active Wastewater Gravity Main Mains to be Pipebursted Date: 1/2020 cP cj"tialooNs DR G� N NG • E �5�g\O �N N" s 14,1 4.4 13 c _ N a 'a�� .X. c m 0 N a c .► •u•cp• 8t, Westside Lane Pipebursting - Project Map •'►• Active Manhole Active Wastewater Gravity Main Mains to be Pipebursted 100 50 0 100 Feet Date: 1/2020 PM N IPR MRN November 18, 2019 City of Round Rock Attn: Eddie Zepata 2008 Enterprise Dr Round Rock, Texas Bid Proposal: Basin 2 & 3, Cycle 3-Wastewater PB BuyBoard Contract#555-18 Round Rock, Texas Pipe Bursting Replacement Dear Bidder, PM Construction is pleased to offer the following proposal pricing to provide pipe bursting (PB) replacement services of the 8-Inch sanitary sewer lines for the above referenced project. Our proposal is based on the documents provided by City of Round Rock. This pricing includes providing all labor, material, supervision, and equipment necessary to complete the scope of work as listed below. Scope of work performed by PM Construction: ➢ Provide pre-work submittals. ➢ PM Construction will perform pre-rehab CCTV&cleaning (normal only). Two-wheel drive vehicle access to manholes is required for this work. ➢ PB replacement to utilize DR 19 HDPE for replacement pipe, utilizing pneumatic bursting methods only. All excavations will be backfilled with previously excavated material. ➢ Reinstatement of service laterals to PB mains will be made utilizing saddles with stainless steel bands and reconnecting to the existing lateral. ➢ Pricing is based on completing diameters & associated quantities as listed in this proposal's schedule of values. Any change in overall or segmental length, host pipe diameters, host pipe material, replacement material or thickness could result in pricing changes. ➢ Demobilize all construction equipment and clean-up of all identifiable debris generated by PM Construction crew(s). IPR SC proposes to complete the above scope of services for the prices listed below: PM Construction 131 North Richey Street Pasadena, Texas 77506 2.020 ov 3a Pipe Bursting Replacement Basin 2&3,Cycle-3 Wastewater Round Rock,Texas 2 Item No. Description Qty Unit Unit Price Total P13 Travel and Mobilization-TML Region 13 (Austin) 6 EA $ 6,000.00 $ 36,000.00 4902 FOREMAN - REGULAR (Pre-Site Inspection) 67 HR $ 30.00 $ 2,010.00 4911 Barricades,Signs, and Traffic Handling (per setup) 1 EA $ 3,500.00 $ 3,500.00 4915 SWPPP 1 EA $ 2,500.00 $ 2,500.00 204 Burst existing 6" or 8"to 8" IPS SDR 19 ( 0'-8' deep) 3,210 LF 1 $ 55.00 $ 176,550.00 Burst existing 6" or 8"to 8" IPS SDR 19 ( 8'- 12' 205 deep) 11,930 LF $ 60.00 $ 715,800.00 Sewer Main Television Inspection (8"through 15" 401 Diameter) 15,140 LF $ 4.00 $ 60,560.00 Sewer Main Cleaning - Normal (8"through 15" 409 Diameter) 15,141 LF $ 4.00 $ 60,564.00 451 6" - 12" Post TV Inspection After Rehabilitation 15,142 LF $ 5.00 $ 75,710.00 1201 External reconnect( 0'-8' deep) up to 5 linear feet 125 EA $ 920.00 $ 115,000.00 1206 Extra length service connection over 5 linear feet 1,100 LF $ 40.00 $ 44,000.00 1207 Remove and replace or install cleanout 125 EA $ 1,850.00 $ 231,250.00 DISCOUNT Item #1207- Remove and replace or 1207D install cleanout 125 EA $ (686.75) $ (85,843.75) 1711 Repair/Rehab wooden fence with new 150 LF $ 36.80 $ 5,520.00 $1,443,120.25 This pricing does not include the cost for the following: ➢ Prevailing wages. ➢ Heavy pipe cleaning, including but not limited to grease, roots, tuberculation removal, mechanical cleaning, debris disposal, dump site, etc. ➢ Dewatering, grouting, vibration monitoring, point repairs (internal or open cut), new installation, etc. to be handled by Others if required. ➢ Bypass pumping outside of(1)4"trash pump & 500'of lay flat discharge hose. ➢ Testing of any kind. Changes in pipe diameter, quantities, host pipe material, replacement pipe material, or lengths (overall or segmental), curing or bursting methods will result in pricing changes. Static bursting is NOT included in this proposal. Bursting cast iron (CI) or ductile iron (DI) mains is NOT included in this proposal. ➢ Locating of buried manholes or Owner right of way by Others (if required). ➢ Haul off of unsuitable excavated materials or suitable replacement material hauled in. ➢ Rock excavation or blasting. ➢ Any work not specifically detailed in this proposal. ➢ Pricing firm for 30 days from date of this proposal. Thank you for the opportunity to offer you this proposal. Should you have any questions or require additional information, please do not hesitate to contact me. Sincerely, PM Construction Collis Parish/Justin Mouton Business Development IPR South Central 131 North Richey Street Pasadena,Texas 77506 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lof! Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3.5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place lCertificate Number: of business. 2020-575847 PM Construction&Rehab,LLC dba 1PR South Central Pasadena,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 0111012020 being filed. City of Round Rock,TX Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 Basin 2&3,Cycle 3-Wastewater PB BuyBoard Contract 9 555-18 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling intermediary IPR AcquisitionCo,Inc. Conyers,GA United States X 5 Check only it there is NO Interested Party. 6 UNSWORN DECLARATION My name is (%ristian Abets and my date of birth is My address is 131 N.Richey St. Pasadena TX 77506 USA (street) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Harris 1 t January 20 UQEW, k Texas A V� COL Y, ate of on the day of 20 N N ;0.,V,�, 1;4... f--e e__-- (month) (year) F Ir . v 0 J4f authorized ent of contracting business entity eclarant) 0,71 -A y s Ethics 4Corl mission www.ethirc;Sif;t;;tPgnatur�X11-; Version V1.1.3a6aaf7cl ,fit 111111 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-575847 PM Construction&Rehab, LLC dba IPR South Central Pasadena,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/10/2020 being filed. City of Round Rock,TX Date Acknowledged: 01/27/2020 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 000000 Basin 2&3, Cycle 3-Wastewater PB BuyBoard Contract#555-18 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary IPR AcquisitionCo, Inc. Conyers, GA United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of on the day of 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d