Loading...
Contract - Excel Construction Services - 7/23/2020 1 240, goo CITY OF ROUND ROCK • UTILITIES AND ENVIRONMENTAL SERVICES 9 .4011' 10** I /OP° ROUND ROCK TEXAS Project Manual For: LAKE GEORGETOWN RAW WATER INTAKE SCREEN REPLACEMENTS JANUARY 2020 OF 7 ‘‘,k Prepared fly: By: k( %sit Joseph W. Jenkins, P.L :4 JOSEPH VV,JENKINS Wziiker Partners 68711 Op t A tO /44: APPROVED By c A , ATTOiNEY 4t11":111 itk diliF 4 0PE Firm Registration No 8053 LAKE GEORGETOWN RAW WATER INTAKE SCREEN REPLACEMENTS TABLE OF CONTENTS Section Description No. of Pages 00020 Notice to Bidders 1 00100 Instructions to Bidders 4 Exhibit A 1 00200 Bid Bond 4 00300 Bid Form 5 00410 Statement of Bidder's Safety Experience 7 00500 Agreement 5 00600 Insurance & Construction Bond Forms Performance &Payment Bond Instructions 1 Insurance Instructions 1 00610 Performance Bond 2 00620 Payment Bond 5 00650 Certificate of Liability Insurance 28 00700 General Conditions 42 00800 Supplemental General Conditions 2 00900 Special Conditions 5 01000 Technical Specifications 4 Attachment A 158 02000 Plans, Details and Notes 1 8-2016 Table of Contents 00090665 00020 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed bids addressed to Kit Perkins, City of Round Rock, Utilities and Environmental Services, 3400 Sunrise Road, Round Rock, TX 78665, for furnishing all labor, material and equipment and performing all work required for the project titled, Lake Georgetown Raw Water Intake Screen Replacements (project includes labor, materials, equipment and services for replacement of the existing City of Round Rock and Brushy Creek Municipal Utility District Lake Georgetown raw water intake screens with new copper-nickel alloy screens.), will be received until June 9, 2020 at 10:00 a.m., then publicly opened and read aloud at the same address. Bid envelopes shall state date and time of bid and "Lake Georgetown Raw Water Intake Screen Replacements". Bids must also be accompanied by a "Statement of Bidder's Safety Experience" included in Section 410 of the Project Manual. No bids may be withdrawn after the scheduled opening time. Any bids received after scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock bid forms and must be accompanied by an acceptable bid security as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas equal to five percent (5%) of the total bid amount. Plans, Bid Forms, Specifications, and Instructions to Bidders may be obtained at roundrocktexas.gov/solicitations or http://www.civcastusa.com.Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. For questions please contact the City's Project Manager, Kit Perkins, (512) 341-3145. In case of ambiguity, duplication,or obscurity in the bids,the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and to waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the City of Round Rock's standard contract and to furnish performance and payment bonds, all as described in the bid documents. Contractors and subcontractors shall pay to laborers,workmen,and mechanics the prevailing wage rates as determined by the City of Round Rock. A non-mandatory Pre-Bid conference will be held at the project site on June 2, 2020 at 10:00 a.m. Publish Dates: Round Rock Leader May 21, 2020 May 28, 2020 Pflugerville Flag May 20, 2020 May 27, 2020 00020 10-2019 Notice to Bidders 00193093 Page 1 00100 INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Prior to submitting any bid,bidders are required to read all drawings(plans),specifications, and all other Project Manual and/or Contract Documents carefully; to inform themselves by their independent research, test and investigation of the difficulties to be encountered and judge for themselves of the accessibility of the Work and all attending circumstances affecting the cost of doing the Work and the time required for its completion and obtain all information required to make a bid. The aforementioned documents may only be obtained from the City's website at the following web address: www.roundrocktexas.gov/solicitations. Bidders shall be responsible for printing or obtaining prints of the aforementioned documents as necessary. 2. Should the bidder find discrepancies in, or omissions from the drawings (plans), specifications, or other Project Manual and/or Contract Documents, or should he be in doubt as to their meaning, he should notify at once the City and obtain clarification or addendum prior to submitting any bid. Any addenda issued will be posted with the documents at the web address mentioned in 1 above no later than two business days prior to the Bid Opening Date. Prior to submitting a bid,the bidder is responsible for determining if any addenda have been issued and for following any instructions required in any addenda issued. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Bidders in the Project Manual. Bids received after the scheduled opening time will be returned unopened. 4. Bids shall be submitted in sealed envelopes plainly marked "Sealed Bid" and showing the name of the project, the job number if applicable, and the opening date and time. 5. Bidders shall be responsible for submitting a copy of the City's Bid Form, Bid Bond Form, and Statement of Bidder's Safety Experience from the Project Manual documents posted at the web address as described in 1 above. 6. Bids shall be accompanied by a bid security consisting of a certified cashier's check in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Round Rock,or a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 15 below, within ten (10) days after notice of award of contract to him. Bid securities must be submitted in the same sealed envelope with the bid. Bids submitted without a bid security may not be considered at the sole discretion of the City. Page 1 00100 6-2019 Instructions to Bidders 00426487 7. If awarded the bid, bidder must submit Form 1295 on the Texas Ethics Commission (TEC) Website at https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm and submit the signed Form 1295 to the City Clerk at swhitena,roundrocktexas.gov within ten (10) business days of notification of the award. Instructions for completing a Form 1295 are attached as Exhibit "A" to the Instructions to Bidders. 8. No conditional bids will be accepted. 9. A bidder wishing to withdraw his submitted sealed bid prior to the scheduled bid opening time must do so by presenting in person a written request signed by an authorized representative of the bidder to a City employee at the location for which sealed bids are to be addressed. No telephone, facsimile, or email requests will be accepted. The City will expend the time and effort that the City in its sole discretion determines is necessary to investigate the authenticity of a request before complying with a request. The City shall in its sole discretion determine if the City will comply with a request and the City shall not be held liable for not complying with a request. If the City does not comply with a request, the request shall automatically become null and void. 10. A bidder wishing to revise his sealed bid after submittal but before the scheduled bid opening time must first withdraw his bid as provided for in the Instructions to Bidders and then submit a sealed bid in accordance with the Instructions to Bidders. No revisions to a bid will be allowed after the scheduled bid opening time. The bidder shall be responsible for ensuring the amount of the bid security is as specified in the Instructions to Bidders. 11. All bid securities will be returned to the respective bidders within twenty-five (25) days after bids are opened, except those which the City elects to hold until the successful bidder has executed the Agreement. Thereafter, all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. 12. Until the award of the contract, the City reserves the right to reject any and all bids and to waive technicalities; to advertise for new bids; or to do the work otherwise when the best interest of the City will be thereby promoted. 13. In case of ambiguity or lack of clarity in the statement of prices in the bids,the City reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable and/or unbalanced prices submitted in a bid may result in rejection of such bid or other bids. 14. Award of the contract, if awarded, will be made within sixty (60) days after opening of the bids, and no bidder may withdraw his bid within said sixty (60) day period of time unless a prior award is made. A Notice to Proceed will be issued within sixty (60) days after contract Execution Date as defined in the General Conditions. 15. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one hundred percent (100%) of the total Contract Amount. Said performance bond and payment bond Page 2 00100 6-2019 Instructions to Bidders 00426487 shall be from an approved surety company holding a permit from the State of Texas, indicating it is authorized and admitted to write surety bonds in this state. In the event the bond exceeds$100,000.00,the surety must also (1)hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000.00 from a reinsurer that is authorized and admitted as a reinsurer in this state and is the holder of a certificate of authority from the United States secretary of the treasury to qualify as a surety or reinsurer on obligations permitted or required under federal law. In determining whether the surety or reinsurer holds a valid certificate of authority,the City may rely on the list of companies holding certificates of authority as published in the Federal Register covering the date on which the bond is to be executed. 16. Failure to execute the Agreement within ten (10) days of written notification of award or failure to furnish the performance bond and payment bond as required by item 15 above, shall be just cause for the annulment of the award. In case of annulment of the award, the bid security shall become the property of the City, not as a penalty, but as liquidated damages. 17. No contract shall be binding upon the City until it has been signed by its Mayor after having been duly authorized to do so by the City Council. 18. The Contractor shall not commence Work under the Agreement until he has furnished certification of all insurance required and such has been approved by the City,nor shall the Contractor allow any Subcontractor to commence work on his subcontract until proof of all similar insurance that is required of the subcontractor has been furnished and approved. The Contractor's insurer shall use the certificate of insurance form included in the bid documents or the standard ACORD form. 19. If the bidder's insurance company is authorized,pursuant to its agreement with bidder, to arrange for the replacement of a loss,rather than by making a cash payment directly to the City,the insurance company must furnish or have furnished by bidder,a performance bond in accordance with Section 2253.02 1(b), Texas Government Code, and a payment bond in accordance with Section 2253.021(c). 20. Any quantities given in any portion of the Bid Documents, including the drawings(plans), are estimates only, and the actual amount of work required may differ somewhat from the estimates. The basis for payment shall be the actual amount of work done and/or material furnished as specified in the General Conditions. 21. Bids shall be submitted on a separated contract basis.No Texas sales tax shall be included in the prices bid for materials consumed or incorporated into the Work. This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Section 151.309(5)of the Texas Tax Code. The City will issue an exemption certificate to the Contractor. The Contractor must then issue a resale certificate to the material supplier Page 3 00100 62O19 Instructions to Bidders 00426487 for materials purchased.The Contractor must have a valid sales tax permit in order to issue a resale certificate. Upon obtaining consumable materials, the Contractor will issue a resale certificate in lieu of payment of sales tax, and the following conditions shall be observed; 1) The Contractor will transfer title of consumable, but not incorporated, materials to the City at the time and point of receipt by the Contractor; 2) The Contractor will be paid for these consumable materials by the City as soon as practicable. Payment will not be made directly but considered subsidiary to the pertinent bid item. The Contractor's monthly estimate will state that the estimate includes consumables that were received during the month covered by the estimate; and 3) The designated representative of the City must be notified as soon as possible of the receipt of these materials so that an inspection can be made by the representative. Where practical,the materials will be labeled as the property of the City. 22. The Contractor, after execution of the contract and pursuant to Internal Revenue Service (IRS) regulations, shall furnish its Taxpayer Identification Number(TIN)to the City. The Contractor shall provide the appropriate information on a W-9 form(which can be provided by the City upon request). This form shall be submitted directly to the City's Accounts Payable Department to ensure security of the information. 23. If the Bid Form includes Add and/or Deduct Alternate bid items and/or otherwise provides for Alternate bids, the City will determine whether to select or not select one or more of the Add and/or Deduct Alternate bid items and/or Alternate bids at the City's sole discretion and for its greatest advantage. If the City selects any Add and/or Deduct Alternate bid items, the total bid amount will be determined by adding the amount of the selected Add Alternate(s)to,and deducting the amount of the selected Deduct Alternate(s) from the Base Bid or the selected Alternate bid. Page 4 00100 6-2019 Instructions to Bidders 00426487 EXHIBIT "A" FORM 1295 INSTRUCTIONS Pursuant to newly enacted Section 2252.90 of the Texas Government Code, as of January 1, 2016, any business entity entering into a contract with a local government that requires approval of the governing body must submit a disclosure of interested parties to the local governmental prior to the execution of the contract. The Texas Ethics Commission (TEC) has adopted a form for the disclosure of interested parties (Form 1295) and has created a website application for business entities to submit the required information. The only exception to this requirement is that if a business is publicly traded they do not need to do a Form 1295. The City of Round Rock may not enter into a contract that requires the approval of the City Council until the business entity that is a party to the contract files a Form 1295 with the City Clerk. The instructions to complete Form 1295 and file it with the City Clerk are as follows: 1. Upon being notified of a bid award, the award recipient ("business entity") must go to the following website: https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm and follow the login directions on the website application to complete a Form 1295. If this is a business entity's first time logging on to the website application, the business entity must create a login Username and Password and then follow the application's instructions to complete a Form 1295. 2. The City does not have a Contract ID Number System. Please insert 000000 and the project name in this box. 3. Even if a business entity has no interested parties, Form 1295 still must be completed using the website application and filed with the City Clerk. 4. Once confirmation is received that the information has been submitted, the business entity MUST print and sign the completed Form 1295. 5. The signed Form 1295 must be filed with the Clerk of the City of Round Rock within ten (10) business days of the date of notification of the award. The signed Form 1295 may be scanned and e-mailed to the City Clerk at swhiteroundrocktexas.gov. 6. Once the City Clerk receives the signed Form 1295, the City Clerk will submit confirmation of receipt through the TEC website application within thirty (30) days of the filing of Form 1295 by the business entity. 7. This process must be followed for each contract a business entity enters into with the City of Round Rock including Supplementals and Change Orders. 8. A Form 1295 cannot be handwritten. It must be completed electronically through the TEC website application. 9. If you have any questions regarding the process of filing of Form 1295,please contact: Sara White, City Clerk 221 East Main Street Round Rock, Texas 78664 Phone: (512)218-5404 Fax: (512)218-7097 E-mail: swhite@roundrocktexas.gov June 2019 00200 BID BOND BID BOND THE STATE OF TEXAS KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON That Excel Construction Services, LLC of the City of Leander County of Williamson State of Texas as Principal, and Merchants Bonding Company(Mutual) authorized under the laws 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 Five Percent (5%) of the total amount of the Bid of the Principal submitted to the Owner,for the Work described below;for the payment whereof,well and truly to be made, and the said Principal and Surety do herby bind themselves and their heirs, administrators,executors, successors and assigns,jointly and severally,as follows: In no case shall the liability of the Surety hereunder exceed the sum of five percent of the greatest amount bid Dollars($ 5% THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,whereas,the Principal has submitted the above-referenced Bid to the Owner, for construction of the Work under the "Specifications for Construction of Lake Georgetown Raw Water Intake Screen Replacement for which Bids are to be opened at the office of Owner on the 9 day of June 20 20 NOW, THEREFORE, if the Principal is awarded the Contract, and within the time and manner required under the "Instructions to Bidders," after the prescribed forms are presented to her/him for signature,enters into a written Agreement substantially in the form contained in the Bid Documents, in accordance with the Bid, and files the two (2) bonds with the Owner, one to guarantee faithful performance and the other to guarantee payment for labor and materials,then this obligation shall be null and void;otherwise, it shall be and remain in full force and effect. In the event that suit is brought upon this Bond by the Owner and judgment is recovered,said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the Court. IN WITNESS WHEREOF,the said Principal and Surety have signed this instrument on this the 9th day of the month of June 20 20 Excel Construction Services, LLC Merchants Bonding Company(Mutual) Princip; Surety • Barbara A.Sha , Printei N. e Printed Name By• By: • Title: reslaterd Title:• A torne In-Fact Address: 1202 Leander Drive Address:3500 E Palm Valley Blvd, Suite 100 Leander,TX 78641 Round ock,TX 78665 00200 9-2015 Page 1 Bid Bond 00090652 - • -. • .. -,1,,-., • ., . , ., ... _ . .. , . . ,, . - .. •-.. . .... . .,... . • . • .... , • ..- __-__._..:._,..-._ ._,. • ------•-.•-•.---:----,--------- • .-,- -_.•- , - .... . _.. ,. ... . . • ..__-_,,.....,-„_„..„--_..-..:.-__,..,,n-.-_-,.,.,,:.-_,,-.--._._ .•-:,_.. . .._-,_-. .. .-. - . . , ._. , . ... . • . , ,. ,. - ... ..._. • ...,,,,... _ .,- e_.:- -._._,:. • ..•-...._=,..-_-_.,-._ ..-.__._.-__.,—. . _ ____..__- • , . _ . ._. . . ._, ...,. ._,..... ......,.,....,__.___. , _ ., , .. • .. , . • . • • '__. - ......_ -,. .,,_•.,..-_.. ,._..._,...._._.__,_._-_ —-..._,.-..,.., -...-...- -..,•,-_-__..-..-.-.__,.--,_,. —_. . ..--• ,_. :...„............. ,._.„,.,...,-....,... ._. n ,_ _,. n,_... .____........,...,._.....,._....._ ...,...... • _ ,•. ,..._n._..._.. n ...._...„,n. -. . ..--_. -.._..„n-,-_-,.-,-....--:---n_- __....._ , r..,.,...,•.,.... _.. . .. .:,...._.. , ._,_..,..,_ .„ _ .,_, . _.._,_ ..._ , • • • ' I.-'• - - ., .. .... . . . ,... n n . ,..... .. . , ..., • .. . .....-._., . .. . .,_ .. .... ...r:.„..::.._._.,-.....,..._.._.,.._,___.. .___„ __.n._,. ._.T__... n,,_ ____ .., _... . __•.- ...i _-. .. - ..-,-...._: •• • .._..„..,._._-.,nn_.., _,...,-_,-,,,_,,....;.. „:..:.:,..,..,_.... .... . _ .._ .•,-.. ., , , . ,. - -_-,.-..,--.-_,.-__.- -- . - _-_,.._-..- -._-._ .-: .•--,.-.... •.•---. . . _.... .,....,...:...n..i.,...,_=,_.i..._.,,_ ..._.._...___... __,.__ _....:.:.n._ ._„..,_.. , .,_._,...r_.,..s_._...,; ., __.n. n . . H., • ..„.,__....... ....,.,,,..... _-..___,.. .. • • - '-- - ... . ,. '.. ,•. .„ . . . ,. . ..-._.:., _:.,_ ..- _...-_-.._.., ... ,_.____ ..„ . - - ---.••-.----:- :---...:.--.•.. _— -- .-..__-••_:-.,_•.---_,,•-•-----,--_-..--_._.:...-H.--.-:...-••:--.- -__---........-..-).:,-.e.,...:.'..--,.•• -,-,.-,-.--,,._---.._----..-,-2-._--_-.-__--..---.-...,:, - - _. -- •.---i.._- ..- --- ..,..-. -, ---..-. --- - . , -.--.-.'. ._ ..-__ ,_-._--.._ •.._,..nn..... _• :__-.___-• -,;n• ...n._...__-_,.,_,- :„..___:,..__„ . _ ...,_ _. _ ,.. ..... __. . ..... __... ... _.__ ..._.... .. _...........„...__....... _ .., .... ._ _ . , ._._ ,, _ ._. „ n_._. n. , . ._.. . „..•...„.,.;..„.......__,.....__...,..,:_._.._ ,.......,„_.. T,.-_-::,_,___.,..„:-.n..__, .....i__:_j_.. ....,__..„.,_.,...,.. . :z..,,.....,n__....n._,___.. „....:_.._.. :._ __!.._....__. _ .... _. ... _,.. ._ ._.. . _, . . - . . . .. . _ •----. . . .. - - ,.•-, •• ...._T,__., ....,. . „ ,.... ,..... , -.- .- -•- .. ._. .. . . .. .._..„..,.. , .. ... ...... ..._,., .. __. _... ... . • • • .. •...," . . _ ,. , . , _ • . ..,.._. . ., .._.....-,_!.,.-,_:._.. ,n ._.,, • . _ ._. ,..__._., ,.. .. .. . -' -. .•,--..•,.-- „•,.•••.....•-. ,•.' ..- -.••• -,•••.''.,'- •••...•.•. __., ,....._..., - • . - . • - . ••,....,-,..- ..--_-..„..-.._.,_. .. __........:.-:„. .-.. __.._ .„._____._,,.„....._.„._._ ... .. __. . :......... ......., .,...., .• . .._.. ....._. ._ ..,,_ ... _ .. .:„ , .._.. .. ......... „..,.......... . ..„„ „.... .,,_.. ____ ,.„......_.:._ .__. _..;:....__......,._.... ......, . ....,....... . _. , . .. ,............. ......„ .. ....... ,_ ,,,........... ,. '• • -- ''-'..-•.:- - •'. . ,'". •-' • --.'' -•-..'• - . , ' • r , ,„ , , . . ... . ......„, - , •.„ .. ., .,. ,.. ,. - - .:-„,-,.. - --.-- -, -.--...,-,-.-.-.-,.--.-.--- .•. -• . ,_ . . . _ .. ....,,...... .... ... . ,.,_....._... _ ......,n . ___ n , n__... _ ‘ .,....,_„__. .. ,. ...•••. .,... . ., . , . .... . .,. ...... _. . ..:_, . .. „, ._ . ,... . . .,,. ,, , . _ ._n_. . . ..._. ,.. ..... .... .. . . . .. r. .:. ---•- •--. .- ._.__-:.- .-- .,..•._ .. -...........-.,-,:-.....---..-._:--i_-,.. -. _-.._n.. n_-i,........,...__... __ , ----._.-.__..._-. . ,---;••..;- .....-:,_.:-.„.•-„_,.,-.:'‘'.-.:H-..-:::_•._•.,.;:-:"',..,•-•:-....-.-,,.-....,,....•_.,.-•, _..-•--i.-...,.--:' .:_:•,-,•::._-...•-:,..,•:•••..,•_.;,..•:•••1_-_;:•::.-',.--..-_,.-''..-•-_"-,,.::,..,:-.._„-..1.---;_-,--•:_.•_.•_,:-.•,:•,_:_;-,,--.-__:__, .._,--..-..,- '.,_..,•-i• .1._•,::',-....,....,.. ....-:.:::..•..,-_-_:..,.„.,-.-_,.-.i.-.-L••••••.-,--••,,.•-• ...:,-.l'.. -.,-•--'•••,-:_.'i•._:..,-..,.•,„--',....,.--:-;..‘',- .:•,:-.....,--'_-'-,.2-:'.•••.:•:'•:•••..•---,••-...-...::.-•_.:.•.' .-,'. .-:.__. , : .:...._ -._._•.,.- -.__-.:__.,-. __ , ,_ . .,.. .., . .. . .... ......„. ,T.,..._ . ,• „ ,...r... ._____...,._,:.. .r. . . _ .. _., ..............._ . ., _._ ,_.,-_,.......-.,_ . ..„ .. . .. ... _ _ , ..,. ,.......,:. _. .. ., ,... . .._. . ., _ .. . .__. __ . . _ .,. . . . n n,.. - -_ .._---_s--..-._...-,-_--_.-.- • • . -, _._-,_-.._.. ... - • • ._. , n _: n .n n n . _.._ _ _ n _n. ••--. '- ' .' • - • ' . ...___._,,_ .H._--.._. • - -- •- - - •• .,, • " ,•• .„.• •-• ....... _,_ ._, _----.---- . . _ , • .. . - •- '. .,. ;• . ,., .• ... - • ...,....,•. . . ...__ . ,. . _ _ __ .„...__..._.....___ . ..... ... — __. . -..•_......_. _,. •. .,.,, •-•.-•• ..,...•• . ,. - - ' - - ' -• - • ' •-•' .--' -- --•--•-•.-. '- - ---.-- -'--i-••-.:•-•-•. i-.-'' '----:--.------ - ••-•- - ::- • - -- ---- :•-•• : - ----- ••-• - _. - ----_-- - ---- ,-,-- -, -.___,- -•-. - --- -;- -- .•------••--- --. - •-.--- -------•••--.-..---•. --•--.- -• - - . . - ---- • -,_.:. . ' .-., ...._.....:..._,,,....._ ,„.,,.__ ._.....,. _,.,_. .,.___:....__.__..„n .n -___--.,-..q,:,-,---..-L-.,.„--_: -:.— .,,-,,,,..,„.-,..,-,-_:n,.7,..._ -,_.,::-.=..._,-_-_,_ _, . _ ., _ ... ,_ • - _ -_ a - :.- .r - - - _ _. -_ ., -•. _.-- .. .--_ .. _ - _--M s � - '1 _-r+?. it •.sue-;. -- - - _ • , - - - .. - --•'' `i'• te-I""`. - Y�t' . -- -- • . .........,..., __ ,.. _.. ..._,..,. _,___ . ......, .......n_ ___,n__:„, . ._. . ...s. . .. ,..._ .,._ ..„___.n .. • . ._.. .. . _ . . - - - - -- •1' _. -- - - _ - _ - __•- •' - -- - - -•- ,,,,, /... •1. ' - - -. - I. - -.. - _ - - � - - -- .. - - -�- .. -_ •__ _ - _ - ram. _ � � _ • . .—-__...__ .____ ,,-„:....-.- --...--.-..,_-.:. • • • -. .-.;• ---- '-_-- .-.- ;--- •--• : '. ,-•. '' ,r -. --'. • :---''.'..„-,., ---,.'_'-7--;7„ --'1's-,--1:7----'-.---•"--'-..-.---.,,-, ,.--_::,-"..-•-•---.....:-.-•;__ . . . ._ • -- •. - - ", .f _,_, _ _ ..._,. %.ter '•- v Y - - , _ l' _, •• ` "' • - • - • _ _ Resident Age S ety. Signature Barbara A.Sham rd Printed Name 3500 E Palm Valley Blvd, Suite 100 Street Address Round Rock,TX 78665 City, State, Zip Page 2 00200 9-2015 Bid Bond 00090652 MERCHANTi .7 . BONDING COMPANYIM POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Barbara A Shamard;Chris Brandt;George S Sykes Jr;John S Bums Jr;Peter Pincoffs;Rob Bridges;Stacy L Flores;Todd Davis;William H Page Jr their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies)and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o bligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of March , 2020 4.'1110 N *•• • C 0 • •��•'sPOR'• �:� ��p�• ��Q9••;. ••••• �.9► , MERCHANTS BONDING COMPANY(MUTUAL) " /cP 4;4.•; •y� • �;VD 9J;I. MERCHANT. NATIONAL BONDING,INC. -0- VO: `c°3. dr, rg% • 4t • poi • :Z: • w:a• V 1933By e „ 747/1„.. : t;i. -.A.-• •* K �* President STATE OF IOWA •••�'''•'••••'''�'' ••'•••'• COUNTY OF DALLAS ss. On this 6th day of March 2020 , before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ���s POLLY MASON . o = � Commission Number 750576 yvo�,- z d��� '� My Commission Expires /owl' January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 4th day of June ,2020 .••P�1 O Nq�••. .•(4y4,��1G Cd •.•• ••• ,6• sp 0k%.Voe; .• i‘P 4*....9% 4;4% •TO 44: •c • 00(14.°0011.67.01 te107:, -0- cc;e: : : • :a* :%**- 2003 1,,Zi *t 1933 *c; Secretary:t) 'Y• _- • • •/ • ...4*• ••*: T, • ••• • • • POA 0018 (1/20) ..........- MERCHANTS BC7NDING COMPANYM MERCHANTS BONDING COMPANY(MUTUAL) MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498 , DES MOINES. IOWA 5030&-3498 , (800)6788l7l (515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) 00300 BID r. BID FORM PROJECT NAME: Lake Georgetown Raw Water Intake Screen Replacements PROJECT LOCATION: Round Rock, Texas OWNER: City of Round Rock, Texas DATE: Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the Work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the Work on which he bids as provided by the attached Bid Documents, and as shown on the plans for the construction of the Lake Georgetown Raw Water Intake Screen Replacements project. and binds himself on acceptance of this bid to execute the Agreement and bond for completing said Work within the time stated, for the following prices, to wit: Any addenda issued will be posted with the Project Manual and/or Contract Documents on the City's website at www.civcastusa.com by the close of business on . Prior to submitting a bid, the bidder is responsible for determining if any addenda have been issued and for following any instructions in any addenda issued. Bidder ack owledges receipt of the following Addenda by listing Addendum "number" and "date". CVO I 14t ‘74,I Via b ,PA bIA %I E zoo BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 1 1 LS Allowance for Mobilization, a maximum of 2.5%of the Contract Amount. complete in place per lump sum for dollars ) x ) and cents. °4' 501 c 2 1 LS Allowance for Demobilization, a maximum of 2.5%of the Contract Amount. complete in place per lump sum for J.,' dollars and �V f3� 51;p'JJ� I-jjd) cents. / 00300-9-2015 Page 1 of 2 Bid Form BASE BID Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 3 1 LS City of Round Rock Intake Remove existing upper screens and risers (el. 761 ft). Furnish and install six(6)new drum-type screens and risers. complete in place per lump sum for � � c- ,�, sw dollars and cents. ¶Z�' `''�' c�' 0 ' 4 1 LS City of Round Rock Intake Furnish and install chemical containment piping and chemical feed tubing to all twelve (12) screens. complete in place per lump sum for ,,,, � �1 ,, dollars r r � 9' °' and , cents. , 5 1 LS Brushy Creek MUD Intake Remove three (3) existing mid-level screens(el. 766 ft). Furnish and install three(3) new T-type intake screens including 1.5-inch chemical feed lines to each screen. complete in place per lump sum for c;407-tr011ars 2 3 :) — and cents. 3 e, 6 1 LS Brushy Creek MUD Intake Furnish and install 3-inch Air Burst piping including all pipe supports, brackets and clamps required to connect to all nine (9) intake screens. complete in place per lump sum for �► , -' t/ lari dollars and cents. 'S� �., ( - 00300-9-2015 Page 2 of 2 Bid Form TOTAL BASE BID(Items 1 thru 6 ) iti 514, coo Materials: 60, � All Other Charges: S��,;-) * Total: '= „ ,s * Note: This total must be the same amount as shown above for "Total Base Bid" If this bid is accepted, the undersigned agrees to execute the Agreement and provide necessary bonds and insurance certification as per the Instructions to Bidders. The undersigned certifies that the bid prices contained in the bid have been carefully checked and are submitted as correct and final. The Owner reserves the right to reject any or all bids and may waive any informalities or t icalities. Res�ec y mitted, / c)--1- Signature -RO /06 I ?Cu--k_ L ilAfi 7c4- 7E4-4/ Print Name Address - 059 -5-00,5 Title Telephone ek-el iond-ez r fi(a4 fi,ACPS Li-C Name of Firm 679 G I 4".94k. Date Secretary, if Bidder is a Corporation 00200-9-2015 Page 1 of 1 Bid Form - - . .. . .,, , , . . __ , .____...._. . .„ .. . , - - - - - • . „ . . • . . • ......_::.,--:,..,-....'.,..., _ .,__. _._... _. . _. -,._-._'-.:,-.--_,.--.- .. ,_ -.—:: :. - .. . . _.__.- ., _ , . , i.:,::11......,...:::-,...,_...,......-:il.......,....... • .._.. , ... . _:..,i,., • _ ., .... ,. _ _ __ . ., _ „•.....,.......__ , , . .. .. . ,._. .._.. . , _ . , __ _. . . :____.._,..____..,,,._.._____.,.._. ., . __ , _ ,_ . . . ,... ., , ---,-_ _.'..--...,:,.-„.•,,_„-:;_;:y.'::::::-._.....,:,:.:-_:._-..-,_',,,";:,,_,',..-=-''-•.'..„---:._:,,....- --.',_—,:::._-::'-•-:.:j...,,,,.•:1-;,••:-.---'-''.. _ n . ,'--- --.._:... --- , •- ___. . .„„ .... .._.. , . .. .. . __ ., ., .,_.__„.....:._.._ _ , • .„ • . , . • - -- , - ___.-:-__..__.._,_... .. .. ._.. . .... ..., ._,.. . . _ ,_ _ _ _ :_._,... ._..,..........._. ,...,.__... . . . _ _ _, _ .-- -- .-------•. -'—,- - .- --, • . __-. . __. _. ..__....._,,. ,_,,,. ....., ... .._. . •• ,,, ', • .•'".,,••:,....•:',..:::,......,_.H.._:-......,i...,..:.,...•...,..•,, - . _,__ ____ ''r _ . . ., -:_.,. , . . . . .. _ ,._ . _ _ .. .. . . _ • _. .,,,.__._,_....,._..,..._..... . .. ,.. ... . .., _ • . .. , .._ _-_-,- :-'-'__.__,,_._-.:-•______...-..,_ _-- . ...-___,:_....._..-___-.__,.:..--......._..__:,..,,. _...,____.„_.......__......_,:.._,..._____,._....,.:,.,..: ..__ ... . ,, _ , • ' -..----.---..----,--- _-_, ., ,,.______ .- _ .._ _.,. ... . _:_,__ .,,. . . ... , - - - - _.-._ _, . .. . ,.. . _. _._..,.. __ . ,. ---.-._------.--_ -.- _-.---.,_-.-.-..------:-...--•-.-_...-..._... _. ._::...-_._........_--.,..:._. ...--....__. . ._ .,__ ___, . , ., ,-.,...... __.._ , - - _ - • _-,_, - ......,__,....._•. ...,. .__.........,. __.,. . .. . .,...._ .., . _ __._,,_, ,.,..,_. .„.,.....,_,__.,,__,j._ ,_ - - _ _ - -",..,....„,_..._„..,..,...,.., .. __.in.,,,_, . -...:..".;.•,-'•:.••:_:-.._.:-...:...-„...,•.,1_,.-_,:-_. _.•_,•_-.. ,.,..,.......-,..., _,. :_..,. .,_ _ .. _ . ..-,..,.-._E-_.-..-_±,:-.--.,...-:--.._...-__..-- ,..:_-_-,,„'s.:'_,,,-.-. - . ._:.- . _ __. _ . - i • - • -- - . . -,__... _ .,........,.,. ._......,..._._._...._ ,..___.,. ., _. ._._•....7.i.:...,..•,..',.:•_,'...:,:-.....,_...... ,,,,i,s_ _.• , , .,. , .. . _,. _ , ,, , _.--,...-- . -:, . _ . . ..,......,...... ...... :. ....,__..._.,.. _ .__....._. _ . ,, .. .. .,_. _.._ _ _,. , __,_ : . _ -•__ ..._...,_ :. = - :._ - -. =ram - - - _ ._—_..__ _, ..,, ______ ._.,_= ,__. ,,,,:..____,.. _,.._. _ ._..._ , ., . . .-,:-.-.- __--.-'.---..- --,-_.__T.-----_-_.------ - -----.__,.„- ,.,.. _,,...,_,._,, .. . .,, .. ,.,, ___ . . _._._ ., .... . . ' .....- , ......,.. ."I .. . ...._..... ._,...,.., • , _- 4. . ._ ----:--:'- -:—--_,--- - _--.- .,,--,,-, -, ..r.,' .. ..... _ --, .. ..._A,.._. _ _,,,_,...7.;_„..___,..._ ..:,,, , •• . , ,. -''.- -.----_-•_--- .-----;,,,,---•--..._-,--,,:-_--... __ ....._,..,-.., ___-._.--.,,,,-.___...,_.--__._....-_-._.,,__..i- _-_ .. ---:''''' •:.--,---,,,- .._,,,,,--_-••-•---.- --.... ',._. - -•--__-_i_,--' - --• •-••_• r- ,��_-.ems" •E,�' i- - Fes^ ' ---: - - ,. _ , .: ,fl.,•— .: • . . ._- ' . - - ' - .- •- .-_,,,,,,,,,,,- - ,..-',-,..... ----. --•-_-,-,-._. :7-- -.„,,,,.,--,---•...- ••. -• `Rn-rum-.., 1. , . ,..- ,. -7.,.-. ._ ,—_ - _ �?� s ram-_ _ _h-./, -f•' _ - ADD ALTERNATE BID 1 Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 3A 1 LS City of Round Rock Intake Remove existing lower screens and risers (el. 761 ft). Furnish and install six(6) new drum-type screens and risers. complete in place per lump sum for 6z ftv.3 dollars and cents. 5°'Y:)) $ �� r - TOTAL ADD ALTERNATE BID: $ ri, c( 06 STATEMENT OF SEPARATE CHARGES: Materials: 3 4 c Lp All Other Charges: - * Total: $ - * Note: This total must be the same amount as shown above for "Total Add Alternate Bid" BASE BID 1 j l' '�'' ~� ADD ALTERNATE BID $ 4 TOTAL $ ,' b; ; ADD ALTERNATE BID 2 Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 5A 1 LS Brushy Creek MUD Intake Remove three(3)existing upper screens(el. 781 ft). Furnish and install three(3)new T-type intake screens including 1.5-inch chemical feed lines to each screen. complete in place per lump sum for � ,�t,�-� ��� � /4,Y dollars and cents. igo $ r TOTAL ADD ALTERNATE BID: $ k , v - *See Section 01 23 00—Alternates for a description of Brushy Creek MUD Intake Alternate Bid Items STATEMENT OF SEPARATE CHARGES: Materials: '.>n All Other Charges: C S r g � * Total: jot 4, Pv - * Note: This total must be the same amount as shown above for "Total Add Alternate Bid" BASE BID / ( ') ADD ALTERNATE BID $ r , �4►.� _ TOTAL $ 133QcA �.� •.. ADD ALTERNATE BID 3 Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 5B 1 LS Brushy Creek MUD Intake Remove three(3) existing lower screens(el. 751 ft). Furnish and install three(3)new T-type intake screens including 1.5-inch chemical feed lines to each screen. complete in place per lump sum for c r, C 1fz.ii dollars and cents. '' TOTAL ADD ALTERNATE BID: $ v a a 2 t *See Section 01 23 00—Alternates for a description of Brushy Creek MUD Intake Alternate Bid Items STATEMENT OF SEPARATE CHARGES: Materials: j 2-1( & All Other Charges: 5 S. * Total: $ 1S � .�� - * Note: This total must be the same amount as shown above for "Total Add Alternate Bid" BASE BID ""` ADD ALTERNATE BIDTOTAL $ 3 9 :� - ADD ALTERNATE BID 4 Bid Approx. Item Description Item Quantity Unit and Written Unit Price Unit Price Amount 5 C 3 EA Brushy Creek MUD Intake Provide ADD/DEDUCT(indicate which)price per screen to substitute the Alternate Screen(copper/nickel) for the Specified screen(Z-Alloy) complete in place per Each Screen for -� tr.b. , ,�, dollars .t and cents. $ • TOTAL ADD/DEDUCT (indicate which)ALTERNATE BID: $ it o - *See Section 01 23 00—Alternates for a description of Brushy Creek MUD Intake Alternate Bid Items STATEMENT OF SEPARATE CHARGES: Materials: (ti All Other Charges: * Total: (to, - * Note: This total must be the same amount as shown above for "Total Add/Deduct Alternate Bid" BASE BID (S'o O,).) ADD/DEDUCT ALTERNATE BID $ 01-1- TOTAL s $ //e e ...ter. Mayor Coundlmembers City Manager ` Craig Morgan Tammy Young Laurie Hadley Rene Flores Matthew Baker ROUND ROCK TEXAS Mayor Pro-'hem Will Peckham C Attorney y UTILITIES AND ENVIRONMENTAL SERVICES Writ Baese Hilda Montgomery Stephan L.Sheets July 28, 2020 Kevin Wenske Excel Construction Services, LLC 1202 Leander Drive Leander, Texas 78641 RE: Lake Georgetown Raw Water Intake Screen Replacement—Notice of Award Dear Kevin: We are pleased to inform you that the Round Rock City Council awarded the contract for the above referenced project to your firm on July 23, 2020. This letter shall serve as your Notice of Award. Enclosed is a copy of the bid tabulation for your records. As per the instructions to bidders, the contract is to be executed by your firm, and performance and payment bonds must be furnished within ten (10) days of the Notice of Award. In accordance with the project specifications manual, certificates of insurance shall also be provided and must be completed on the City's form, If you have any questions, please contact me at 512-341-3332. We look forward to working with you on this project. Sincere) Juan Martinez, Project Manager Enclosures cc: Project File Michael Thane, P.E., Director of Utilities and Environmental Services Becca Thibodaux, Accountant Supervisor CITY OF ROUND ROCK 3400 Sunrise Road,Round Rock,Texas 78665 [Pi 512.218.5 5 5 5•WI 512.218.5 5 3 6•roundrocktexas.gov 00410 STATEMENT OF BIDDER'S SAFETY EXPERIENCE Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 Solicitation Requirements, Contract Forms & Conditions of Contract Statement of Bidder's Safety Experience Section 00410 Bidder must submit a signed Statement of Bidder's Safety Experience form with his Bid; failure to do so will constitute an incomplete Bid that may be rejected. In order to make a responsive Bid, Bidder must provide evidence that it meets minimum OSHA construction safety program requirements, has not been fined by OSHA for any willful safety violations in the past three years, and has a lost time injury rate that doesn't exceed the limits established below. All questions must be answered and data given must be clear and comprehensive. If necessary, questions may be answered on separate attached sheets. Company Name: Excel Construction Services,LLC Address: 1202 Leander Drive, Leander Texas 78641 phone: 512.259.5005 Completed by: Randal Park Date: 06/09/2020 1. Does the company have a written construction Safety program? DYes ❑No 2. Does the company conduct construction safety inspections? JYes []No 3. Does the company have an active construction safety-training program? 1ZJYes El No 4. Has the company been fined by OSHA for any willful safety violations in the past DYes ✓❑No three years? 5. Does the company have a lost time injury rate of 7.8 for SIC 15, or 7.6 for SIC 16, DYes ElNo or less over the past three years? Attach the company's OSHA 200/300 logs for the past three years. 6. Does the company or affected subcontractors have competent persons in the following Areas? A. Scaffolding Yes ONo ON/A B. Excavation Ei Yes ONo ON/A C. Cranes ElYes ONo ON/A D. Electrical [✓]Yes ONo ON/A E. Fall Protection ElYes ONo ON/A F. Confined Spaces ✓[]„ Yes ONo ON/A I hereby certify th, t the ove information ' rue and correct. Signature Title President Page 1 00410 8-2014 Statement of Bidder's Safety Experience 00090654 4 OSHA's Form 300 (Rev.04/2004) 1 / Note:You can type input into this form and save it. Attention:This form contains information relating to , v :,` Because the forms in this recordkeeping package are`finable/writable" employee health and must be used in a manner that � -'/ Log of Work-Related PDF documents,you can type into the input loon fields and protects the confidentiality of employees to the extent Year 2D 1 9 . then save your inputs using the' - .lobe€�f'.`'£,, ,in addition, possible while the information is being used for Depa Injuries and Illnesses the forms are programmed to auto-calculate as appropriate. occupational safety and health purposes. U.S.nal Safely lyandrtment of Labor Noah IkkokWaentekm Please Record: Reminders: Form approved OMB no 121 r.m 1r •information about every work-mated death and about every work-related injury or illness that involves toss of •Complete an injury and Illness Incident Report(OSHA Form 301)or equivalent Excel Construction Services,LLC consciousness,restricted work activity or,)ob transfer,days away from wort.or medical treatment beyond first aid form for each injury or illness recorded on this form.if you're not sure whether a Establishment name •Significant work-related injuries and illnesses that are diagnosed by a physician or licensed health care professional. case is recordable,calf your locai OSHA office for help •Work-related injuries and illnesses that meet any of the specific recording criteria listed In 29 CFR Part 1904.8 •Feel free to use two fines fora single case if you need ra Guy Leander State TX through 1904.12, •Complete the Ssteps for each case. - Step 1.identify the person Step 2.Describe the case Step 3.Classify the case Step 4. Step 5. (A) (B) (C) (C) (E) (F) SELECt ONLY ONE circle bvrscd on the E."r•tor thi tutttnbsr O/ sda>ict err.column; Cainmost serious outcome: dawn the was: or Etnpluyee's name Job title Date of injury Where the event occurred Describe injury or illness,parts of body ill worker iris: no. (e.g.,Welder) or onset of (e.g.,Loading dock north end)affected,and object/sob§tanee that Marge directly injured or made person ill(e.g., ('e,g,,2/10) ,(stood degree burns on r'ig'ht forearm,t from Remained of Work lioness ac etj+irate torch) Away On job (0) Days away Job tsseut a Other report. fro�tn trfns or or z q Death front work or ruotriotlost able oases woirat ha.tsietlen t i (G) (H) (i) (J) (K) (L) 1 4 S. Reset (1) (2) (3) (4) (5) (6) month/day ` dnyr Gaye 1 1 Reset 1 / r r r r days days r l r ( C r 11 month/Get+ - ._.,..Reset _. moo 1 all— r L r r c r l r � l l t nays I Reset tnnnth 1 day ` __ .re _- toys 1 Reset / mon7elday e r r _.___ __,e� r r r r r r [Reset 1 I___ r l t L rrr rC _._._- --�- month/day W _ M._da`a t Reset] i ram•^. month/daq ..a_.,.- �. _ ____...a..._._ _ �. ` d+ye days i pt3g$t� ♦ r r days days r r r r C r �.... r*nn r day Reset 1 I l r r C �. days m i t r e ___....�_ mnreh/say- ---------- Page Page totals 00 Public reporting burden for this collection of information is ossimatcd to average h4 minutes per'capons,including woe to review the 9 c.[ _I maim,-tiona.s=m:tl and gather the data needed,and complete and review the collation oro tonnatloa Pcrsous am not rognsod to Sc sore to transfer thew iaiain to tS.Summery page(Form 3f10A)before you post it respond to the collector(of information unless it displays a currently valid Olt control number.if you hove anyv0500 ors aixeut tiecsu u a, :a E estimates or any other aspects:of thus date collection,cornet:!:US Detsstsorot of Lobar,OSHA Office of Statistical Analysis,Ruoat Add a Form Pagex N-3644,2trih Constitution Avenue.NW,Washington,DC 20210.Do not send the completed forms to this office. a Page _ of _ (1) (2) (3) (4) (5) (6) OSHA's Form 300A (Rev.04/2004) Note.You can type input into this form and save it. I Year 2019 Because the forms in this recordkeeping package are"fillableNvritable"1 SummaryPDof Work Related I "uries and Illnesses then save documents,you can into the input form fields and . � then save your inputs usingthe 1 U.S.Department of Labor tooertpatiotest Safety and Health attededetrittien Form approved OMB no.121.0176 All establishments covered by Part 1904 must complete this Summary page,even if no work-related injuries or illnesses occurred during the year. Remember to review the Log to verify that the entries are complete and accurate before completing this summary. Using the Log,count the individual entries you made for each category.Then write the totals below,making sure you've added the entries from every page of the Log.If you had no cases,write`0." Establishment information Employees,former employees,and their representatives have the right to review the OSHA Form 300 in its entirety.They also have limited access to the OSHA Form 301 or Its equivalent.See 29 CFR Part 1904.35,in OSHA's recordkeeping rule,for further details on the access provisions for Your establishment MUM Excel Construction Services,LLC these forms. Street 1202 Leander Drive Number of Cases City Leander State TIC zip 78641 Total number of Total number of Total number of cases Total number of deaths cases with days with job transfer or other recordable Industry description(e.g.,Manufacture of motor truck trailers) away from work restriction cases GC 0 0 0 0 ----�___ (G) (H) (I) (J) North American Industrial Classification(NAICS),if known(e.g.,336212) 1626 j Number of Days Employment information(ifyou don't hove these,figures,see the Worksheet on the next page to estimate.) Total number of days Total number of days of job 36 away from work transfer or restriction Annual average number of employees 0 0 Total hours worked by atl employees last year 81407 -- (K) (L) Sign here Injury and Illness Types Knowingly faisil t'ag this document result in a tine. Total number of I certitL at I have examined this anent and that to the best of (M) f fledge the entries e.;.iccurate,arrd:complete, 0(1)Injuries t (a)Poisonings 0 • (I t Company executive Title (2)Skin disorders 0 (5)Hearing loss 0 / !��/ a>� Phone Date (3)Respiratory conditions 0 (6)All other illnesses 0 Post this Summary page from February 1 to April 30 of the year following the year covered by the form. Say.input Public reporting burden cot this collection of information is estimated to average is minutes per response,including torte to revoew the lnstntctiona,search and gather the data needed,,and complete end review the collection of information.Persona are not required to respond to the collection of iufomnatiorn unless it duo clays n currently valid OMR control number.if you have any comment,abort these wovene or arty other aspects of this data collection,contact:US Uepatirnent of Labor,USHA Office of Statistical Analysis,Room N-3644,200 Constitution Av cure,NW, Weehntoeon,DC 2s210 Do not send the completed forms to this office. • Attention: This form contains information relating OSHA's to employee health and must be used in a manner (Rev.0112004) tinat pnc�tects the confn�en��jr of ernp�Ioyees to the Year 2018 ■ . extent possible while the information is being used Log of Work-Relatedessesfor occupational safety and health purposes. U.S.Department of L�.a bor Occupational Safety and Near Administration You must record infonnatktn about work-related in' or illness that involves of consciousness,rested work v or' transfer, awayfrom or medical treatment every ,ley � ,days � Form approved 0MB no.1 2 18-01?6 beyond first aid.You must also r cord significant work injuries and illnesses that are diagnosed by a physician or licensed health care professkinal.You must also record work-related injuries and d messes that meet any of the specific recording criteria listed in 29 CFR 1904.8 through 1904.12.Feel free to use two lines for a sine case if you need to.You must come an. Establishment name Excel Construction S�erv.�ces,LLB injury and illness incident report(OSHA Form 301)or equivalent form foreach injury or illness recorded on the form. If you're not sure whether a case is recordable,call your focal OSHA of ce for help. City Leander State Texas _ _. Identifythe person Describe the case Classify the case , ,__ - - Enter the number of (A) (B) (C) : (D) (E) (F) CHECK ONLY ONE box for each case based on days the injured or ill Check the injury'"column or choose one type of Case Employe&s Name Job Title(e.g., Date of the event occurred(e.g. Describe injury or illness,parts of body affected, the most serious outcome for that case: 'worker was: illness: No. Weider) injury or Loading dock north end) and object/substance that directly injured or made , onset ofperson ill(e.g. s o n right (M)degree burn ,�_ � .�. - ., _- _ _ illness forearm from acetylene torch) On job D Away �;(moJday) Death ,_ R at * transfer or From o : o og .1 L restr ion to to p - 0, , . Work � � � �Job transfer Otherrecord- ys} hc ..,car o .or . n able cases (days) c u, .� ;c o o u m 1.11 co ar c) a. i (G)' . , - ; (H) (I) (J) (K) (I) (1) (2) (3) (4) (5) (6) I Saucedo,Abraham Laborer '3/5/18 Senna Hills WWW Hit left thumb with claw hammer1 1 1 - • - _ , 4 -, 2 Cab,Javier Laborer 7/26/18 fearceLane Fellandtwistedankle 1' ■ , * r I 3 Lopez,Benign Laborer 9/13/18 Pearce Lane Slipped off ladder hurting right shoulder 1 1 , # „ - ._ . . . I 4 • - * * . , .. _ _ . , * _ - ' - ' - it. , # - ' . ...--.....-..., - . _... 4._ , . . . 1 - - , - . • ,. - . . . _ - - . a iaaa.aaaarai ■ '' -• l a ♦ 1 ► a _ • - . i 1 1 a - I . A a - . ! i 1 , Pagetotals o , o o _ 3 0 0 3 0 0 0 0 0 Be sure to transfer these totals to the Summary ppage(Form 300A)before you post it. t .o l 1 1 2 2 ya, z o g. .la 2 0 CO co PUblic reporting burden forttüscollecdon of informationa estimated to average 14 minutes per response,including time b 'a-o o c FE c o 0 a. 1 L to review the instruction,search and gatherthe data needed,and complete and review the collection of rn . ..- cc Persons are not requaed to respond to the collection of information unless it displays a curnrsa y vat OMB control co i o number. If you have any comments about these■summates or any aspects of this data collection,contact US Z Department of Labor,OSHA Office of Statistics,Room N-3644,200 Constitution Ave,NW,Washington,DC 20210.Do not send the completed form to this office. Page 1 of 1 (1) (2) (3) (4) (5) (6) 'r _y�...- Y.P!..S n.tee.:JT•'r•• +-r C..<.r..; >, �'!•.l...M!�.., e..Trr•,..r�.TM ,n • � _. ...ir.,,.r-__ •.�?`?'XFl.......*?C, f"Y,`;r,+"7"S �:... d'•' 4'�.'• :r•. r -.-,sw.• s.. .i -�,,...r„r'rT•�,.. .._,�-.., a.y�•� '�` .w••.,....�.:..r,,.#. 'r ... ...�-...n:. ,�.. .t7'r`, ..1A:�"=,F�;�� «'tsr •-•ten-R -r a. v r.- r�. > i i 4 �'L r fI -../.. ...!� � �.. 1. _._ {: �.. ... ti _ R.. I,n YV'! .,Y.-•� .._t'w• „'1 T' 4 r: . �,+�+�•r -�_r r ,. �_ . ,„.. �. - c r .. 3 S"^ ,.-",'-:.; F. arty-._ .s^r.' -zr^-t^ .>.rx,t.,. •c•-. �.�r•-. •, , . ,.. I -�.,• ..�`� �. � >,s L ,.. :_1 .. -t ...yy. , 4{ _S -,- , -tX`' _ . .�:., .--�....: �., ..7 .'tt,.-.. r, i- c -•';g .y. .1♦ .. M, a._ 4 . .. T _ �., .• ,. a3,.'" 31 �t :. ..�' d � e �>. -....,.r��. �. r._ � .,�`. ,.� d �r�. ems.:^' _t ,.-- y-cc•Y*= M,� •�x t.+, 't [, l ,•� ,_ C>4� � t,r - �_ ,�•_ T C' ..... -i-, r �.. ...� .6LL v ', r .I .. .-. _ , � x�, -/� ,4. L .t ts.� � � ��t�!1� _..> �, .. .f , a .r tt - ta". .- � ..t.., - .,r a•. 'i Y` .i,...�. -.. .r .. r r ... °T,tlt ,<1?7'"ct�-�' .,u "'f.'-"".^+.%"j-. `"-k' z.r •'1! -��.., ..�L � a '`� 1 Ir,sr`L r 1 .. �._. r ,L#�1> .�-..z„t .rs�s'�f_, r ,. t.•t �i , -,�_ .z .t -Yrt rc.. .t..., t n "+s"'"r" r..; .,w=. ,,r. ;.,` I.,3'1}a"`" �.. :atC"'.f`T't "4i' �a_ -� rn..- t. , '�.r .. _ {•.� .'., a ,. ..,•+ ,-i � �` b7 ,- t. n .t� .ti r.S :� _�.r .r. r•� �-±�.*� ,' •.1„'- r r r.� .._a �_ ?...,.ar. ' �� T . ,� l'i. l-•t _ .. -c- °l:.�' _�+,. 4�'' .. L* . . ��ssh��4r, �:..t., t ram' d +1� f ycr.. :S �1'u s _{. •4-" :rM � .a mac., ,I -? 3 ..'�•, 'F` r �n .a , :, .. , r f r•w,.., a.1 � )� .,.rt r r tt .t J -;.h n...� 2. a ! .. ,� ... .. ,. !_I. .�:•.f,. :#,. $... .r� ,•'i•:_• �'`.r- ,,.-. 4 .v . �, 1. �.G ....f a. _ ... .._ ._ .., cr - H`'� .. ,... . .. 3. ., k 1: Y. � ..•, 7. 'h:.f{ r.' t .i._ '*. .. :. # 1 "t�,k t. ,. r 1,- . f_ n .,- 't3 ,.I {yj��.. ..-�-., L*�r T r3 ,- , t. 4 ! P, a. r� ,r i�' ry .y. . n 4 .. 1. 7 1. t . .i _ h _r, x 'I- � )- ��,yy , ..t♦ w.l .-•� ..� :L, � .•. .. .,rr .y.r�. a .� .. �,, r -.K _`1�, .- -..1 ,J �r�.`�:+ r,l - -.1�. .A.. . .. lltta. , � St*+•. 1 .n .. �1' m ._.f t.. .F Lr •�.Y.- �-]� -i• � 1 v-e '.:e^•_!+� ,p 1-. q r .{ _ r-i"t'" r ,< _. k { �. .. ,5 {' ,. Y ._.. .. _ t,'Y ,••,, ��., - ,.. �., _.7� i 4=. '7, �Y Via.. �( 1},'� ?'t�, .� 3',. � I d t :n. r , .. ~!l' � -.. A , .. , . t 1, -. i'X 1' � 1, -1.: ..�-` _l, lei,��'C� - �.C�" i�.�. Fr �4. �yYl' l� €'r -i"r „•3 .n�� _ 3 ,t ,. r. ! 4t.. _ "�� 1-..4'�•. s K"_ !. .. , r, ...'f(.. r � - '!+ t �, ..- � ..f. _ .- .. Mkt 1.-.`'ar.. `�1'r. . � , � .1 t yy .. ..f L ..S. ,. , . : ,. ./ . 1 V _ ,e. '� .,._ ,A r n r ! �,'7'A <.� 9 1! F- �yi.-T 1 '..t (''•�.,, r�..t. r�. .1 +��M 9 � YY .P r ,T t �, t' .a,. i,,,_�.��i_ S �� .•� S 'l� � gyp,,dt- � ti ��-� -,d ..,.- "4.. Z i s .., L .. - � , - t.i ♦.,. ...: .. .. v� � t' Y 77�� aa yy N L'i 7•. .J. i.."', , b � !. L.. 1 �3 ,.� , _..:,.7 � _tF ,,,i .. .. � .�..r�r5r'. x z. "4, ,F.y y1..� .� t. ty. ,'s ".5,. h S--� n.....r _1 x. .. ,-,. T SW,}� h r .. ♦ � �r.f .J -. t ,� , � -7 � l . i ,A r�. t1�1'... +/� 1 �,e, t '•.� � '!A f P:fir S )•`.•:•. r > a _ , � _ ,L/��Y ,r 'S y '�•, .. :2r i -- ..� _. � r �•r r ,,. J- r :, ] t. � L� !�- ,� ,{�y;._fr; ,� r ,f••,., r� k ?4 t. .. � S _ 'J i ��� 4 [ .� • f � �y, { �7 •. � .- .. ♦a S- , ,.r r,�r <+1.,.�l w '�� . t ..� A 1.s � y. V '..-�,♦. e5 :l t -2.+'n ., J.},-«. _�- , ^ W! • �' . • t . !• � _i. � '?t ::1`: --1'd 1 � f. 1. ^t -Y� T� 1 :ti 7 *7 y S 'T � x :�>i �#. •'1. _�r t. -i.�#..� .,._ .- ... .e '��.a. ,-F.c.,r .,-•.. - . t ! �> .•w r .. 3 :R i': W } 1- 4, tF 1� +'+' �..i,.,..'...� � Fy.. �t ,.rt 1,M ,-. ,,_ i r, -,., �` �. <�` '� a .:fi 'P r ..1 , •L ,�'� ,:. -. >'.. j� � , # _1 '�.� s I � r�.f V�t�". .:1. - - - 'r. � { x-r�-� .3 i Tl. 1' �. -., '�. 11' ...._ .. .- �.. �r - ,,,�+ .. � .. N. ¢ _..'�. r 'M^"} t� 1 ..:n .. ... �� �ar ..,,' ftfir. ? :# .r.,C c't n i _ w �r- , .. .!. �-:�k , 3r C:. -M jy fi -r >•1� a- s ,.1 L <. _ r t.3 v .5.� �•j,i�.•' y ..Yz tl �w-. � !. J� .. � ..� ^. y� �. � j�'�3r�. .� l7^ �',i d .. _. �s...-. ..:.... r -o"r r I� r e .. �7 ..j �.., rv`P_.f I �}i. � Y� `'�.t. d*4 t.r r .. •f � '•v t, .. a. _. ,. � . . . ,. -. ,,_ .a.. Y, . ,,.. . 7•> , ..•f �+b 1. ? F. 1k-. l a G':4' 4 '-�"-t-':t' N qq]].i,_ .1 �fi-. +-5""GT- .. ,. � _.. w�.. � I.., .I .. �. 3l :� r-.. ,t , S `4 '. •�� . . � ,. .i ,�` iI. J,SS" .. � ., • - .: ,r� �. ,r ,. h..- ,.. ....,1 6 ,.. , ..., � , r , ., _. -..f. # .,. J,. ,:1• � ,� .1L� '� �r� =�'r` i VC .ri._Jl�+ .Sa At��1 R`�i ,..r...,e� _ e r� ,... � ,�.. ,.. .•. .. �- t� !..�'" .. -,.. r {�, ,t t L d.e _1.' . -i � a4 f., 7�.r. t".. �Ji.'•;� x �=d'{t.. � '1. -�'"1. �tl-.r�.+�--.J +�.,�-.».-!:•i L-1 ,,..r_�_i/i � _ L .. r• .. ,�yTT._� � .,� 1 �' +I. .' K' •.Y ,. ,. ..�.r� -_ r. h �� a �'"'%:.rY�4��rL..V'.!1. ,_.w - 1� 1 ,.,fq a.. , ,Y L w r4 }. 1 ,.1� 1 N. S of � � �f -r r J...�-1...+..4 .-.a�.�`�L_� ,. d�-'w._.45-3'` h..�_!t"�'� ..l.e-•Ht Ji.+t�... ."� a!' KE i�. N a Irt � r '��:1 {- H•.':. rA. Ir.4.A"�. Ls'.x.1MO�G•Ac� .. ` _.-.,.! v. 1',e. .1._ -tt t .5 > � � i k� ._.r.us.Wet`><���`�i�,.•. _ .' ,r�'r,>!•a+..ca.�....,,r...�,�_.._��.k-.�,.� � y 1..t 1 e � ,.4 ,y� .s' ., �_-,,,,�• ..,. �� r� x. '�y.}. + a.' ... ?, �j,,r �. s -,.. ,�'' ,cr• .: ey��C ��µ k� }� �" ..K,.tctft.L.,Y._�fYll,�.•tlt�..•�`..c�.,..�,,_.r.ail,..� ,..�',>Pm.r�.•3y-...xti._,ti.>�u w.r..:a7L�4�_.,.sI.w it�..��»,�.�.../y'3i.'S.-B.d+."+�r?I*i.71.�'.++M.�YfS�.S�+r,-.,.��s'''F�.,:�r.!'_;.�.._...�a�iZ..rnL��>�.___.,�J.7;S��,_.�•,vwl,�it.i#.vu....S•L,YVt,w.. .��'t�.-W`�..YI-.Ts�il�L�.�•.-�'�L'�1'y.�3��..fo:�.I�..i'd.t^«.•.u's.d...>w.}�fia r..�,,..1-.w����..n,..<`kL..�.Iv>�L•..A�.�'..-.•�SY+GI~...� .>�t�"tit'Fi��..ua-�"a.ar..�+,+aaJ�l.:'.�.:1.�•��I".^��r1-:.J.'�u:,.",�.fa+.,4:>"��,:itf7CtF.-w..s•,�;x,�u,"w`-.,,14T��+-'r»/:-ovY�rrk.a`^,�,a..yr.��It' HA's3COA(Rev.',',`'. ', . Ye� `,.. o-' . . .' � ,'_bu*n fa ft 11111bwMap "wR=pwF ig fte ID fft%W ft M*W O-W I to ft of MMIMMUMMI CON-CM Oftww1f%dM "N wo '01WC4"lu a 4p liffmo dft sw I I L, IMM n~*It YM M" "m wr N Of, dda DV~ ..'-'._' , orkm` ..'~_,, `..`_�_ .~^, ,`.,~,=' ._.^..-- _`-_- A# ug by ftd 19"PR* k*M" al uwfrqf 4"W)QW,rwm Log to W*OW WE ralwo 0 TOW" Uft ft L"s,MW ft now YM Made ftw Owh ,^'~'`` fin"Ung SUM)OUW "m Dw7 POP of fte )f Yw hW no aws wdb V. ft.&dMAlh Aft `. ,7W ft%*knftd ft OWA 301 Offt AM~ 29 CAR ^,^`',-`.'� 19".4 In Osmt IF W Mew-M Mg 1.v an Me LOWWW DMM ` TOW^`''` T&A~```' ToW...+w,.�` ToW.,`�` GC '-~� ^^��°`'.° ~'`^.`�,^ .^�"�.~.` '--.`,,- � .^� SUMdard kXku" 0 8fC 3715) - _ 1CMM(0 " . ` ` �� - - (H) _- _ _ __�__ OR Nodh A'fnSr1M-'k1'9'f'WtAd man ICS)f ff ^^.�� � ToW-``�- ToW,^'`^of d"s of days^-^.^� job``^�`-````` -,`-`-..^,~' �_ _ ^ . _�"AnAr ..^. ~`..' , ' W ~ - . _ T&A,'``''' .' Ilya IV � rdury 3 - - (4) ._- (2)-^,`.-`` `-__ `'"''�.,e �___` (3) _ . ,- '^",n .__.` _ (41)`',w*~^'' ' ,',``.°'+,._,..,.`~~~`�.`,^, � ��^��--,=' ---- - - '_r�� ` OSHA's Form 300 (Rev.01/2004) Note:You can type input into this form and save it. Attention:This form contains information relating to Because the forms in this recordkeeping package are“fillable/writable" employee health and must be used in a manner that -'. f°:•.',1 .,,,-, Log of Work-Related PDF documents,you can type into the input form fields and protects the confidentiality of employees to the extent Year 20 17 - then save your inputs using the free Adobe PDF Reader.In addition, possible while the information is being used for Injuries and Illnesses the forms are programmed to auto-calculate as appropriate, occupational safety and health purposes. U.S.Department of Labor Occupational Safety and Health Administration You must record information about every work-related death and about every work-related injury or illness that involves loss of consciousness,restricted work activity or job Form appiovcd 011111 no.1218-0176 transfer,days away from work,or medical treatment beyond first aid.You must also record significant work-related injuries and illnesses that are diagnosed by a physician or Excel Construction Services,LLC licensed health care professional.You must also record work-related injuries and illnesses that meet any of the specific recording criteria listed in 29 CFR Part 1904.8 Establishment name through 1904.12.Feel free to use two lines for a single case if you need to.You must complete an Injury and Illness Incident Report(OSHA Form 301)or equivalent form for each injury or illness recorded on this form.If you're not sure whether a case is recordable,call your local OSHA office for help. CO Leander State TX Identify the person Describe the case Classify the case SELECT ONLY ONE box for each case (A) (B) (C) (D) (E) (F) based on the most serious outcome for Enter the number of , Select the'Injury'column or Case Employee's name Job title Date of injury Where the event occurred Describe injury or illness,parts of body that case: diu"Lthrkecriterea.,4*- choose cone type of illness: no. le.g..Welder) or onset of (e.g.,Loading dex*north end) affected,and object/substance that illness directly injured or made person ill(e.g.. ai Work (M) em at (e.g.,2 10) Second n.degree bur,on right jerectim frm R nedo 1 g:g P ,.,.. acetylene torch) . lr" tr ate ' Death liraoi::orval or'ere= 'at:rease.a meek restriction (G) (H) (I) (J) (K) (L) (1) (2) (3) (4) (5) (6) IReset I / r r c r d.ys days r c C. C c C. month/NT--- [Reset I / r r r r ____dar3 daYs rrrrrr nic—fint/±iy IReset 1 / r r r r divs day. r r r r r r month/day [Reset] I r r r r days deys r r r r r r ri-To—fint/day [—Reset / C r C r del. d1,Y. C C C C r r month/day I Reset / C C r C dor. 4.1. rrrrrr Tniir hlt/day I Reset / r C r C di.). - r C C C C C ---.,,, I Reset / C C r C .y. — r C r C r r m—o—lInt i day [Reset I / r r C r _days daYs crrrrr month/day iReset / C C r c days days r C C C r r month,day Page totals Il. Public rcpurting lurk fin.thic collcytion of information is estimated to average 14 mina.,response,including timc tu rcriox thy 5: i i.1 6 I S 2 ini.tructions,ccarch and gather the data need,and complete and review thc collection of infoimation.Perim;are not',aired to __ __ IVS,Ond to thc.collcction uf information imIcss it thank,a currcutly valid..control numb..11 you have any coinmuna about these cstimatoi any.p.m aspects of d un os data coll.:n .contact:IN Depm-tment of Labr,OSIIA Office of Statistical Analyais,Room Save Input j _1 Add a Form Page or 3 ' it 1,3644.200 Constitutiai Avcnoc.NW.Washnigtois.DC.20210.Do nut send the completed foims to thic°flit:. page 1 at 1 (1) (2) (3) (4) (5) (6) OSHA's Form 300A (Rev.01/2004) You can type input into this form and save it. Year 20 1 7 c'N,','.5.-1'''/-• Because the forms in this recordkeeping package are"fillablelwritable' PDF documents,you can type into the input form fields and Summary of Work-Related Injuries and Illnesses then save your inputs using the free Adobe PDF Reader, U.S.Department of Labor Orcupstionsi Safety and Health Administration Point tapir!oved OMB no 1211,017f, Ali establishments covered by Part 1904 must complete this Summary page,even if no work-related injuries or illnesses occurred during the year Remember to review the Log to verify that the entries are complete and accurate before completing this summary. " Using the Log,count the individual entries you made for each category.Then write the totals below,making sure you've added the entries front Establishment information every page of the Log.If you had no cases,write"0. your„,,,,.,„.,,,,nt,,„„,,e Excel Construction Services,LLC Employees,former employees.and their representatives have the right to review the OSHA Form 300 in its entirety..They also have limited access to the OSHA Form 301 or its equivalent.See 29 CFR Part 1904.35,in OSHA's recordkeeping rule,for further details on the access provisions for Street 1 202 Leander Drive these forms. Leander TX City State Zip 78641 Number of Cases Industry description(e.g.,Manufacture of motor truck trailers) Total number of Total number of Total number of cases Total number of deaths cases with days with job transfer or other recordab1e away from work restriction cases Standard Industrial Classification(SIC),if known(e.g.,3715) C 0 ____O____ OR 1629 (G) (H) (I) (J) North American Industrial Classification(NAICS),if known(e.g.,336212) Number of Days Total number of days Total number of days of job Employment information(Ifyou don't have these figures,see the away from work transfer or restriction w,,rksh,er on the nevi page to estimate.) () 0 Annual average number of employees 32 (K) (L) Total hours worked try all employees last ear 61426 Injury and Illness Types Sign here Total number of .. - Knowingly falsifying/this document my entail in a floe. (M) /. (1)Injuries (4)Poisonings ---CL-- I certify- that 1,0ace examined thisdOol nt ai-ld that to the best of my kria,Ci:e,the entries,re!Tyra•__ate,V complete. i (2)Skin disorders (5)Hearing loss -0----- t l '"C:(04 Crunpan ;i Tit y wiecii-:e r ' '(e' )I r (3)Respiratory conditions IC) (6) All other illnesses 0 - Phone 5 II-.a Set- 5-00 s Dow 0 I lit_i aed B Post this summary page from February 1 to April 30 of the year following the year covered by the forms. I 1 Savo Input 1 Public reporting Laudon Co the collection of information ts estimated to overarm if,nitwits per response,Including rune to revielt the n...lions.search and gather the data needed.and I- I complete and ICVIC.the collection of mice-moon Persons arc not required to respond to the collection ot inlOrmatiou unless it displays a cuarentry valid OMB control number_If you town at”, comments about those estimates tic an,other aspects of this deur collection,contact US Depanment of Labor,OSHA Mike of Statistical Analysis,Room N-3644,.21/0 Constitution Avenue. W. Washing.,DC torte Do not fiend the compitted forms to this office 00500 AGREEMENT Ci 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 theikettIVIVO (1?)day of Aureigt- in the year 202C). BETWEEN the Owner: City of Round Rock,Texas(hereafter"Owner"or"City") 221 East Main Street Round Rock,Texas 78664 and the Contractor: Excel Construction Services,LLC ("Contractor") 1202 Leander Drive Leander,Texas 78641 The Project is described as: LAKE GEORGETOWN RAW WATER INTAKE SCREEN REPLACEMENTS The Engineer is: Joseph W.Jenkins,P.E. Walker Partners (512)382-0021 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 - - • _,. .• • -A - -- •'---- .r. -'' t. - - ' -.Y • - R� "��•9�. �°_� I�\P+y�f _� y1. fir: l{ !r - '• • -- - _ • '• - - ...' _ _. �.•� ,-•yam -;. rr� � • t • - • • _• • • • • F ; - • • - - =, , .. • • • - • • •:.• _ - t - _ • • r ` • - _ l ( f _ - -__ - _ 'ter.• . ..-- -. ... , _ a - _ -.. .. -... -._ _ - - - • • a - _- ..- , ,!- -- S •-- _ -.. • --•, • • • __ _-_•-- _i• •-•• _ _.• - -..- •� _ • • • • • • •• 7 _ _1 - • • ••• _ • , f' - ,i , • • _ •_ I- - - • • _ - _ • - . _ - .. .. - •- _ - _ - - _ ✓ J •.JL _• - •• • • • • - _ • :�' • • - ,- it - - _. - •- • _ - - • • _ —• - _ = • - • • • • _ \'- - -• • - • - 1 - - - - �1- = 1 -!•- _ - _ r-. - .. 1 - -is •�• - '- - - :G`~ _ _. 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 NA ( NA )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 one thousand dollars and No/100 Dollars($1000.00 ) 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 eight hundred thirty four thousand dollars and no cents ($1,834,000.00 ),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 . Yes X If yes,please provide details below: Bid Alternate I-3A-$500,000 NA Bid Alternate 3-5B-$180„000 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 final 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 JANUARY 2020 7.1.4 The Specifications are those contained in the Project Manual dated JANUARY 2020 7.1.5 The Drawings,if any,are those contained in the Project Manual dated JANUARY 2020 7.1.6 The Insurance&Construction Bond Forms of the Contract are those contained in the Project Manual dated JANUARY 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 JANUARY 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: 01000-Attachment A 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: Kit Perkins,P.E. Senior Utility Engineer 3400 Sunrise Road,Round Rocks TX 78665 (512)341-3145 8.3 Contractor's representative is: Kevin Wenske Vice President 1202 Leander Drive,Leander,TX 78641 (512)259-5005 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 E CITY OF R�i IND RUCK T T. AS xcel struction Services,LLC Ai 116 / Printed Name: (AiMirl Printed Name: Randal Park Title Mat/oz.-. Title: President Date Signed: •2.1-• Date Si ned: 07/29/2020 gg ATTEST: CIPAL dbidd".. City Clerk FOR APPROVED S TO FORM: idyl" _1•.1 411M City Attorn' 00500 4-2016 Page 5 of 5 Standard Form of Agreement 00307791 r t t; •- • • _ . .• • • T - = • _ _ _ , _ ..•• „ . • .•. • •_ _ _ i • s - .-j,,!' ,. - -'k - • t _ — -' • -- ---• -fi, - -' yr , )•_.._ iyr- p�' ice. '. - - , • - • - - - _ . . _.r,l ,1.1. F.•� ^s i , ti_�kf.•.Y Y1:,1 , -Et' 1.-i -� .+ 1,, f r _ - - ..•- - _ • • �_-, _ - .l - -- - - - - - M•' - • • .: .. - - _ - • _ _ - _. - r - - - _ __ _ M •• • - t - • - - r • • _ . _- - -• - -r_ _ - 1,• - - _ _. _ _• • ..- - •- _- •—w` - --;: _ --- - • -- - 1. _ `-_-. -'• .s - - '.1 al , - �- - -• -...' -- ...t-. -�-'2_..-. ` ---� � -. ..� - �..-:•- -_-_ . •- - • - - • _ - - -. •.v _ - - . � - _. _ 'f r < - F - • _ .- -fir.:> _ _ .. :- - - _ _ 't • - - - • • - i - _ 'r - - - -• - 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. 7. Brushy Creek Municipal Utility District shall be identified as a co-beneficiary for any and all bonds issued by CONTRACTOR under the Contract Documents, including without limitation any Performance Bond, Payment Bond, and Maintenance Bond. 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. 9. Brushy Creek Municipal Utility District, Walker Partners, MRB Engineering, and S. Kanetsky Engineering, LLC, together with their respective officers, directors, employees, agents, representatives, successors, and assigns, shall be included as additional insureds on the required insurances coverages arising under these Contract Documents and shall have all the rights and benefits of OWNER with respect to such insurance coverages. As evidence of the required coverages, CONTRACTOR shall deliver to OWNER before commencing the Work a certificate of insurance naming the additional insureds indicating the required coverages. BOND NO TXC613049 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Excel Construction Services, LLC of the City of Leander County of Williamson , and State of Texas as Principal, and Merchants Bonding Company(Mutual) 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 eight hundred thirty four thousand dollars and no cents Dollars ($ 1,834,000.00 ) 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 15F 21' 41. day of ALj3is$ , 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: LAKE GEORGETOWN RAW WATER INTAKE SCREEN REPLACEMENTS 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 g4-ZOZO- 010ô 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 Princip 1 and Surety have signed and sealed this instrument this 4144' day of °���� f , 20 20 Excel Construction Services LLC Merchants Bonding Company(Mutual) Principal) Surety Q. Barbara A.Shamard Printed Name Printed Name By. By. Title: . „ems Title: Attorney In-Fa t Address: 1202 Leander Drive _ Address: 3500 E alm Valley Blvd,Suite 3 Leander,TX 78641 Round ock,TX 78665 Resident n of Surety: Signature Barbara A.S mard Printed Nam 3500 E Palm Valley Blvd, Suite 3 Street Address Austin,TX 78665 City, State&Zip Code Page 2 00610 1-2020 Performance Bond 00437695 - - fit- -- , . • • ,, ,... . '.. .•„:,:_,::......-:_,_.:‘_ ....._ , _, , . . ._ •,-.--.._- . • • • . . .. ., . • • -• - . , ., . ..._....._._.. _,,, , ,........:_:::.___:,..__ • --.-- • - :::--. •- .•.--,-,-...- ,::.-_. -"" '•_ .-.2-..--':-,...:-..,_ --ii.,--,_,.. -... . .. . ,:-...:-.,„,:.--_:,:i.:"_-_.•-•-::i.:-,-.__„,...,,.. - ;''' -' '' '-'-''':--•-•-;'----;'- -•'--;"'-'----'--'--'-- '---'''- -''- -H----'-------'-"''':-:-..,1.---'.--' • ', • , .. ,_ . , • ...,.. -.....,...:-•_.,_-........:•...:,::,.-. •.•-•,.....i....-_..-.,_._:.,._.,______,....,.--..•-__.-..:.:__;-:*............_.,.ir.,•.r...,;_....,...:.....:::..-7.. •_.....,„;_.:.•....---.,...-,,,,,:.::.:•...,._..:.,...•,..,:.:,..„._,;.,••••:•,: ,..,:::,.-:„.:_,....,‘,._......:__:...,_-..i..:......._„:..:. .,.... ,....‘.._______..::_...::_. . ._:....,,,,,..--:e•_.,,,::,,,.. ...,7.. ..:-_.....,.:•,....-,...,_,::::._....,..::- .. -,.•... ...._,..__,-::.:.-• . _....._:.•.......:'.--- -._-.'. •..'..„. •z•_:,-._..._,-.-._--:-.-_:-:-, , :...,..... -. .,_,."-- •.:_ ...,-•.• ... ... . • ...: .. •:..... -.. ,...._,;I!•:.: . . • --.-.,• •-•:•:- .•,:: .. ...,.. • .•.:••-•,.::.:-...:;-7.7:_f.:,.,.....,,_:,_. -._. . 7-.:.:.:...-.--.::. ...:• _,:• ._.....-....-:-.... :,,, ... .,.,. ,.........:....._., . ....-._ • .- .,--•-.- •',-...-•-•.,:...-_ ' .,... .; •?........_,=•.,,,,.._•_,.._ - _...—.:... .•,.... ._.• .. . • • ✓ - --- ` _ -- __ - _ _ _ - - _ - - - - . •mot, .'., V, a BOND NO TXC613049 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF WILLIAMSON § That Excel Construction Services, LLC of the City of Leander County of Williamson and State of texas as Principal, and Merchants Bonding Company(Mutual)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, (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 eight hundred thirty four thousand dollars and no cents Dollars ($ 1,834,000.00 ) 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 tj' L day of 114,/,, Ls, 2020 to which Agreement is hereby referred to and made a part hereof as fully and o the same extent as if copied at length herein consisting of: LAKE GEORGETOWN RAW WATER INTAKE SCREEN REPLACEMENTS 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 Principtal and Surety have signed and sealed this Instrument this +h day of Ait8 u , 20 20 Excel Construction Services, LLC Merchants Bonding Company(Mutual) Principal Surety Barbara A.Shamard Printed Na y- Printed Name C By: �- �-.._ By: Title: • , M,, Title: Attorney-In Fact Address: 1202 Leander Drive Address: 3500 E Im Valley Blvd, Suite 3 Leander,TX 78641 Round ock,TX 78665 Resident n of Surety: Signature Barbara A. S amard Printed Nam 3500 E Palm Valley Blvd, Suite 3 Street Address Round Rock,TX 78665 City, State &Zip Code Page 2 00620 1-2020 Payment Bond 00437698 .„ r. . • • • . .„ _ , • _ _ _ _. _ • - • . . _ - •- _ - _•-• • - _•• _ - _ __ . _ „ . _ _ •- - - _ _- _ •• _ . _ . _ . . _ ,„_• , - -• _ -_:.• _ .• _ . _ _ .„ . _ _ . _ _ . _:„_. _ . „ • - _ •.. _ _ _ _„ _ _ • - _ _ _ _ _ _ _ „ „. _ _ „_ _ . _ _ _ . _ - _ _ .4 '• ., _ �'C'L �'`` • • R.. • • • • • • ME RC HANTS BONDING COMPANY-M, MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 MULTIPLE OBLIGEE RIDER To be attached to and form part of Bond Number TXC613049 with Merchants Bonding Company(Mutual) as Surety, Excel Construction Services,LLC as Principal, and the City of Round Rock,Texas as Obligee, for valuable consideration, hereby agree respectively in connection with a contract for Lake Georgetown Raw Water Intake Screen Replacements which bond and contract are made a part hereof by reference, shall now include as additional Obligee(s) Brushy Creek Municipal Utility District The rights of the additional Obligee(s)shall be subject to the following conditions: (a) The Surety shall not be liable under this bond to the Obligee, or any additional Obligee, unless the Obligee, or any additional Obligee, shall make payments to the principal in accordance with the terms of said contract as to payments and shall perform all other obligations to be performed under said contract at the time and in the manner therein set forth. (b) The aggregate liability of the Surety under the Bond to the Obligees, as their interest may appear, is limited to the penal sum of this Bond. (c) The Surety, may at its option, make any payments under this Bond by check issued jointly to the Obligees. (d) The Surety shall not be liable to any of the Obligees if the contract between the Principal and Obligee is void or unenforceable. This rider• eff tive as of August 10,2020 Excel ons tion rvices,LLC the City o ound ,T `as (Principal) (Obligee01211414‘��G�.Cc�1Cote Ift°S �. Brushy Municipal Utility District Merchants B-i d.-: Company(Mutual) ---''' By: By: (Obligee) (Surety) Attorney-in-fact Barbara A. lhamard By: (Obligee) By: CON 0313 (2/15) (Obligee) • - -. • --- :.. - ' •- - _ - .... • i.‘-_-_. -. _ -- _ , 1 - • • • - it-_ _ - ---- • i*- • • ,.y • • ;i_ . '. - - • . •_ t -,. = • `� _ • .k. _ .- Z- 1 :t .a '�..- r.ems- � %J.. , [Lai , • `_. y__y .... , _.2.• . _ •,..•. ... _. ,. .• - ••--......:.-....::.---.-..-..';•,-._....•._.,.„.,._1...___.*..'' .._..'—'''''::':-..,,,,.,: '''',_•,....-,'--i'..'•-''---...--*':-.'..-1•-_--'--..' - _ i 4 l • - -• - __., ,. . tit _ - • - _ . }. e.;, - `w� •:,, T P•. ' i• • ._ Cy_���111�,_ - .•..'..-._H.,'-,.._....._,_ , ; .,—,,,,,-,..,:,•\•. ..-, • . - .. _ ... - - _ ♦ _ MERCHANI .'471 BONDING COMPANYI . POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Barbara A Shamard;Chris Brandt;George S Sykes Jr;John S Bums Jr;Peter Pincoffs;Rob Bridges;Stacy L Flores;Todd Davis;William H Page Jr their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o bligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of March , 2020 ..s •-•._11 I 0 N � �• RpOR •.�0:� �p�• •�P•• ,* o�•.,.� MERCHANTS BONDING COMPANY(MUTUAL) Mk).* I`y:�O 9�'.;�: • �.VO '� •ie. MERCHANT. NATIONAL BONDING,INC. -0- VO: •4#4. : :4C i : -o- rift %O ..° • `y. 2003 :'�= :: •=:�: 1933 :C; By or • %Ito% �� � + �/����� �• J •••e ••�(1�� President `- STATE OF I COUNTY OF DALLAS ss. On this 6th day of March 2020 , before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. &t* POLLY MASON o N; Commission Number 750576 ��- cidett r- My Commission Expires /ONO January 07,2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 10th day of August ,2020 ft: ,,.•P110 N4J ,,. ..•o��� coy., 4:2**. •O� i‘PE4c •=•• Oq •'O • n 40 C ;' ..st so 0/4 ts Z.-30$% :%••• 1g33Secretary 2003 . :�••• ;a,•4: .0.. �j... •ate. POA 0018 (1/20) 1........._ MERCHANTS BONDING COMPANY-. MERCHANTS BONDING COMPANY(MUTUAL) . MERCHANTS NATIONAL BONDING. INC. P.O. BOX 14498 DES MOINES, IOWA 50306-3498 (800)678-8171 • (515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company(Mutual)/Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) Client#:73190 14EXCELCON ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 7/29/2020 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER ACT Laura Gregory Marsh Wortham PHONE(A/C,No,Ext);512 453-0031 Fi4X(NC 512 453-0041,No): 221 West 6th Street,Suite1400 noness: laura.gregory@marsh.com Austin,TX 78701 512 453-0031 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Cincinnati Insurance Company 10677 INSURED INSURER B:Texas Mutual Insurance Company 22945 Excel Construction Services, LLC INSURER c:Travelers Lloyds Insurance Company 41262 P.O.Box 2260 INSURER D Leander,TX 78646 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. IN SR R TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY)POLICY EFF POLICY EXP LIMITS(MM/DDIYYYY) A x COMMERCIAL GENERAL LIABILITY EPP0065940 03/01/2020 03/01/2021 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR PREMISES(E TO a RENTED $500,000 X PD Ded:1,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG s2,000,000 OTHER: $ A AUTOMOBILE LIABILITY EPP0065940 03/01/2020 03/01/2021 EklaBcgsIdEeD4INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY (Per accident) A X UMBRELLA LIAB X OCCUR EPP0065940 03/01/2020 03/01/2021 EACH OCCURRENCE s5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED RETENTION$ B WORKERS COMPENSATION 0001177290 03/01/2020 03/01/2021 X STATUTE E�RH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y�N E.L.EACH ACCIDENT sl,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT sl,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: Lake Georgetown Raw Water Intake Screen Replacement Certificate Holders Include: Brushy Creek Municipal Utility District,Walker Partners,MRB Engineering,and S.Kanetsky Engineering,LLC,together with their respective officers,directors,employees,agents, representatives,successors,and assigns. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION CityManager Cityof Round Rock SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 221 E.Main St. ACCORDANCE WITH THE POLICY PROVISIONS. Round Rock,TX 78664 AUTHORIZED REPRESENTATIVE Marsh Nlortnem, i a of Marsh USA inc O 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 Of 2 The ACORD name and logo are registered marks of ACORD #S1241624/M1183144 14JLB DESCRIPTIONS (Continued from Page 1) Forms and Endorsements Schedule: General Liability: Contractors'Commercial General Liability Broadened Endorsement#GA233 0207 Commercial General Liability Coverage Form#GA101TX1008 Cancellation or Non-Renewal by Us Notification to Designated Entity#IA4087 0811 Automobile: Additional Insured by Contract#AA 4171 1105 Blanket Waiver of Subrogation-Auto#AA4172 0909 Cancellation or Non-Renewal by Us Notification to Designated Entity#IA4087 0811 Workers Compensation: Texas Waiver of Our Right to Recover from Others#WC420304B Texas Notice of Material Change Endorsement#WC420601 SAGITTA 25.3(2016/03) 2 of 2 #S1241624/M1183144 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - CONTRACTORS' COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Endorsement-Table of Contents: Coverage: Begins on Page: 1. Employee Benefit Liability Coverage... .......................3 2. Unintentional Failre to Disclose Hazards..............................................................................9 3. Damage to Premises Rented You.................................................................................9. . . . .......................................9 4. Supplementary Payments.... ........................................................... 10 5. Medical Payments............................................................................................10......:............................................................................................................10 6. 180 Day Coverage for Newly Formed or Acquired organizations......................................10 7. Waiver of Subrogation...................................................................... ..................................... 11 8. Automatic Additional Insured-Specified Relationships:............................................11 • Managers or Lessors of Premises; • Lessor of Leased Equipment; • Vendors; • State or Governmental Agency or Suivisin or Political Subdivision - Permits or Authorizations Relating to Premises; and • Morgagee,Assignee or Receiver 9. Property Damage to Borrowed Equipment........................................................................14.....14 10. Employees as Insureds - Specified Health Care Services and Goo Samaritan Services.........................................15................................................................................................................................... 15 11. Broadened Notice of Occurrence.......................................................................................... 15 12. Nonowned Aircraft................................. .......................... 15 13. Bodily Injury Redefined............. .....................................15 14. Expected or Intended Injury Redefined.................................................................................15.....................................................................••.•••••••• 15 15. Former Employees as Insureds.......................................................................................15............................................................................................ 15 16. Voluntary Property Damage Coverage and Care Custody or Control Liability Coverage................. .. ........ .......... .......... .. .......... 16 17. Broadened Contractual Liability-Work Wit 50'of Railroad Property ..... 17 18. Alienated Premises.........................................................17................................................................................................................. 17 B. Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1. Employee Benefit Liability Coverage Each Employee Limit: $1,000,000 Aggregate Limit: $3,000,000 Deductible Amount: $ 1,000 3. Damage to Premises Rented to You The lesser of: a. The Each Occurrence Limit shown in the Declarations; or b. $500,000 unless otherwise stated$ 4. Supplementary Payments a. Bail Bonds: $2,500 Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 1 of 17 b. Loss of Earnings: $ 500 5. Medical Payments Medical Expense Limit: $ 10,000 9. Property Damage to Borrowed Equipment Each Occurrence Limit: $10,000 Deductible Amount: $ 250 16. Voluntary Property Damage Coverage (Coverage a.) And Care, Custody or Control Liability Coverage(Coverage b.) Limits of Insurance Coverage a. $1,000 Each Occurrence $5,000 Aggregate Coverage b.$5,000 Each Occurrence unless otherwise stated$ Deductible Amount(Each Occurrence) Coverage a.$250 Coverage b.$250 unless otherwise stated $ COVERAGE PREMIUM BASIS RATE ADVANCE PREMIUM (a) Area (For Limits in Excess of (For Limits in Excess of (b) Payroll $5,000) $5,000) (c) Gross Sales (d) Units (e) Other b. Care, Custody or Control TOTAL ANNUAL PREMIUM $ Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 2 of 17 C. Coverages this endorsement pro- vided you did not have 1. Employee Benefit Liability Coverage knowledge of a claim or a. The following is added to Section I - "suit" on or before the Coverages: "first effective date" of this endorsement. Employee Benefit Liability Cover- age You will be deemed to have knowledge of (1) Insuring Agreement claim or"suit"when an We will pay those sums that "authorized representa- (a) ve"; the insured becomes legallyti obligated to pay as damag- a) Reports all, or any es caused by any act, error part, of the act, er- or omission of the insured, ror or omission to or of any other person for us or any other in- whose acts the insured is surer; legally liable, to which this insurance applies. We will b) Receives a written have the right and duty to or verbal demand defend the insured against or claim for dam- any "suit" seeking those ages because of damages. However, we will the act, error or have no duty to defend omission. against any "suit" seeking (2) Exclusions damages to which this in- surance does not apply. We This insurance does not apply to: may, at our discretion, in- vestigate any report of an (a) Bodily Injury, Property act, error or omission and Damage or Personal and settle any claim or"suit" that Advertising Injury may result. But: "Bodily injury", "property 1) The amount we will pay damage" or "personal and for damages is limited advertising injury'. as described in Section (b) Dishonest, Fraudulent, III - Limits of Insur- Criminal or Malicious Act ance; and 2 Our right and dutyto Damages arising out of any intentional, dishonest, defend ends when we fraudulent, criminal or mali- have used up the appli- cious act, error or omission, cable limit of insurance committed by any insured, in the payment of judg- including the willful or reck- ments or settlements. less violation of any statute. No other obligation or liabil- (c) Failure to Perform a Con- ity to pay sums or perform tract acts or services is covered unless explicitly provided for Damages arising out of fail- under Supplementary ure of performance of con- Payments. tract by any assurer. (b) This insurance applies to (d) Insufficiency of Funds damages only if the act, er- ror or omission, is negligent- Damages arising out of an ly committed in the "admin- insufficiency of funds to istration" of your "employee meet any obligations under benefit program"; and any plan induded in the "employee benefit program". 1) Occurs during the policy period; or 2) Occurred prior to the "first effective date" of Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 3 of 17 (e) Inadequacy of Perfor- (j) Employment-Related Prac- mance of Invest- tices ment/Advice Given With Respect to Participation Any liability arising out of any: Any claim based upon: (1) Refusal to employ; 1) Failure of any invest- ment to perform; (2) Termination of employ- ment; 2) Errors in providing in- formation on past per- (3) Coercion, demotion, formance of investment evaluation, reassign- vehicles; or ment, discipline, defa- mation, harassment, 3) Advice given to any humiliation, discrimina- person with respect to tion or other em ploy- that person's decision to ment- related practices, participate or not to par- acts or omissions; or ticipate in any plan in- cluded in the "employee (4) Consequential liability benefit program". as a result of (1), (2) or (3)above. (f) Workers' Compensation and Similar Laws This exclusion applies whether the insured may be Any claim arising out of your held liable as an employer failure to comply with the or in any other capacity and mandatory provisions of any to any obligation to share workers' compensation, un- damages with or repay employment compensation someone else who must pay insurance, social security or damages because of the in- disability benefits law or any jury. similar law. (g) ERISA (3) Supplementary Payments Section I - Coverages, Sup- Damages for which any in- pIenntaty Payments - Cover- sured is liable because of li ages A and B also apply to this ability imposed on a fiduci Coverage. ary by the Employee Re- tirementb. Who Is An Insured Income Security Act of 1974, as now or As respects Employee Benefit Lia- hereafter amended, or by bility Coverage, Section II -Who is any similar federal, state or an Insured is replaced by the follow- local laws. ing: (h) Available Benefits (1) If you are designated in the Dec- Any claim for benefits to the larations as: extent that such benefits are (a) An individual, you and your available, with reasonable spouse are insureds, but on- effort and cooperation of the ly with respect to the con- insured, from the applicable duct of a business of which funds accrued or other col- you are the sole owner. lectible insurance. Taxes,FinesorPenalties (b) A partnership or joint yen- (i) ture, you are an insured. Taxes, fines or penalties, in- Your members, your part- cluding those imposed un- ners, and their spouses are der the Internal Revenue also insureds but only with Code or any similar state or respect to the conduct of local law. your business. (c) A limited liability company, you are an insured. Your Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 4 of 17 members are also insureds, the end of the policy period, but only with respect to the whichever is earlier; and conduct of your business. Your managers are in- (b) Does not apply to any act, sureds, but only with respect error or omission that was to their duties as your man- committed before you ac- agers. quired or formed the organi- zation. (d) An organization other than a partnership, joint venture or C. Limits of Insurance limited liability company, you As respects Employee Benefit Lia- are an insured. Your"execu- bility Coverage, Section III - Limits tive officers" and directors of Insurance is replaced by the fol- are insureds, but only with lowing: respect to their duties as your officers or directors. (1) The Limits of Insurance shown in Your stockholders are also Section B. Limits of Insurance, insureds, but only with re- 1. Employee Benefit Liability spect to their liability as Coverage and the rules below fix stockholders. the most we will pay regardless (e) A trust, you are an insured. of the number of Your trustees are also in- (a) Insureds; sureds, but only with respect to their duties as trustees. (b) Claims made or "suits" brought; (2) Each of the following is also an insured: (c) Persons or organizations making claims or bringing (a) Each of your "employees" "suits"; who is or was authorized to Acts, errors or omissions; or administer your "employee (d) benefit program"; (e) Benefits included in your (b) Any persons, organizations "employee benefit program". or"employees" having prop- (2) The Aggregate Limit shown in er temporary authorization Section B. Limits of Insurance, to administer your "employ- 1. Employee Benefit Liability ee benefit program" if you Coverage of this endorsement is die, but only until your legal the most we will pay for all dam- representative is appointed; ages because of acts, errors or or omissions negligently committed (c) Your legal representative f in the "administration" of your you die, but only with re- spect - "employee benefit program". to duties as such.That (3) Subject to the limit described in representative will have all (2) above, the Each Employee your rights and duties under Limit shown in Section B. Limits this Coverage Part. of Insurance, 1. Employee (3) Any organization you newly ac- Benefit Liability Coverage of quire or form, other than a part- this endorsement is the most we nership, joint venture or limited will pay for all damages sus- liability company, and over which tained by any one "employee", you maintain ownership or major- including damages sustained by ity interest, will qualify as a such "employee's" dependents Named Insured if no other similar and beneficiaries, as a result of: insurance applies to that organi- (a) An act, error or omission; or zation. However, coverage under this provision: (b) A series of related acts, er- rorsIs afforded onlyuntil the or omissions, regard- (a) less of the amount of time 180th day after you acquire that lapses between such or form the organization or acts, errors or omissions; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 5 of 17 negligently committed in the d. Additional Conditions "administration" of your "employ- ee benefit program". As respects Employee Benefit Lia- bility Coverage, Section IV - Corn- However, the amount paid under martial General Liability Condi- this endorsement shall not ex- tions is amended as follows: ceed, and will be subject to the limits and restrictions that apply (1) Item 2. Duties in the Event of to the payment of benefits in any Occurrence, Offense, Claim or plan included in the "employee Suit is replaced by the following: benefit program." 2. Duties in the Event of An (4) Deductible Amount Act, Error or Omission, or Claim or Suit (a) Our obligation to pay dam- ages on behalf of the in- a. You must see to it that sured applies only to the we are notified as soon amount of damages in ex- as practicable of an act, cess of the Deductible error or omission which Amount stated in the Decla- may result in a claim. rations as applicable to To the extent possible, Each Employee. The limits notice should include: of insurance shall not be re- (1) What the act, error duced by the amount of this or omission was deductible. and when it oc- (b) The Deductible Amount curved; and stated in the Declarations (2) The names and applies to all damages sus- addresses of any- tamed by any one "employ- one who may suf- ee", including such "employ- one who may suf- fer damages as a ee's" dependents and bene- result of the act, ficiaries, because of all acts, error or omission. errors or omissions to which this insurance applies. b. If a claim is made or (C) The terms of this insurance, "suit" is brought against any insured, you must: including those with respect to: (1) Immediately record the specifics of the 1) Our right and duty to claim or "suit" and defend the insured the date received; against any "suits" and seeking those damag- es; and (2) Notify us as soon 2) Your duties, and the du- tiesas practicable. of any other in- You must see to it that volved insured, in the we receive written no- event of an act, error or tice of the claim or"suit" omission, or claim; as soon as practicable. apply irrespective of the ap- c. You and any other in- plication of the Deductible volved insured must: Amount. (1) Immediately send (d) We may pay part or all us copies of any of the Deductible Amount to demands, notices, effect settlement of any summonses or le- claim or"suit" and, upon no- gal papers re- tification of the action taken, ceived in connec- you shall promptly reim- tion with the claim burse us for such part of the or"suit"; Deductible Amount as we have paid. Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 6 of 17 (2) Authorize us to ob- contributes equal tain records and amounts until it has other information; paid its applicable limit (3) Cooperate with us of insurance or none of in the investigation the loss remains, whichever comes first. or settlement of the claim or defense If any of the other in- against the "suit"; surance does not permi and contribution by equa Assist us, upon our shares, we will contrib- (4) reque in the en- ute by limits. Under this forcement of any method, each insurer's right against any share is based on the ratio of its applicable person or organi- limit of insurance to the zation which may total applicable limits of be liable to the in- insurance of all insur- sured because of ers. an act, error or omission to which c. Excess Insurance this insurance may also apply. This insurance is ex- cess over any of the d. No insured will, except other insurance, wheth- at that insured's own er primary, excess, con- cost, voluntarily make a tingent or on any other payment, assume any basis that is insurance obligation, or incur any purchased by you t expense without our coverage damages fo consent. acts, errors or omis- sionsItem 5. Other Insurance is re- that occurred prior (2) to the "first effective placed by the following: date". 5. Other Insurance e. Additional Definitions If other valid and collectible As respects Employee Benefit Lia- insurance is available to the bility Coverage, Section V - Defini- insured for a loss we cover tions is amended as follows: under this Coverage Part, our obligations are limited as (1) The following definitions are follows: added: a. Primary Insurance 1. "Administration"means: This insurance is prima- a. Providing information to ry except when C.below "employees", including applies. If this insurance their dependents and is primary, our obliga- beneficiaries, with re- tions are not affected spect to eligibility for or unless any of the other scope of "employee insurance is also prima- benefit programs"; ry. Then, we will share with all that other insur- b. Interpreting the "em- ance by the method de- ployee benefit pro- scribed in b.below. grams"; b. Method of Sharing c. Handling records in connection with the If all of the other insur- "employee benefit pro- ance permits contribu- grams"; or tion by equal shares, we will follow this meth- d. Effecting, continuing or od also. Under this ap- terminating any "em- proach each insurer ployee's" participation in Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 7 of 17 any benefit included in c. Unemployment insurthe "employee benefit ance, social securit program". benefits, workers' com- pensationHowever, "administration" and disability benefits; and does not include: deduc- d. Vacation plans, includ- a. Handling payroll ing buy and sell pro- tions; or grams; leave of ab- b. The failure to effect or sence programs, includ- maintain any insurance ing military, maternity, or adequate limits of family, and civil leave; coverage of insurance tuition assistance plans; including but not limite transportation and to unemployment insur- ance, health club subsidies. social security 4. "First effective date" means benefits, workers' com- the date upon which cover- pensation and disability age was first effected in a benefits. series of uninterrupted re- 2. "Cafeteria plans" means newals of insurance cover- plans authorized by apica- age. ble law to allow"employees" (2) The following definitions are deto elect to pay for certain leted in their entirety and re- benefits with pre-tax dollars. placed by the following: 3. "Employee benefit pro- 8. "Employee"means a perso grams" means a programactively employed, formerly providing some of all of the employed, on leave of ab- follcMng benefits to "em- sence or disabled, or retired. ployees", whether provided "Employee" indudes a through a "cafeteria plan" or "leased marker". "Employee" otherwise: does not include a "tempo- a. Group life insurance; rary worker". group accident or health 21. "Suit"means a civil proceed- insurance; dental, vision ing in which money damag- and hearing plans; and es because of an ad, error flexible spending ac- or omission to which this in- counts; provided that no surance applies are alleged. one other than an "em- "Suit"includes: ployee" may subscribe to such benefits and a. An arbitration proceed- such benefits are made ing in which such dam- generally available to ages are claimed and to those "employees" who which the insured must satisfy the Alan's eligibil- submit or does submit ity requirements; with our consent; b. Profit sharing plans, b. Any other alternative employee savings dispute resolution pro- plans, employee stock ceeding in which such ownership plans, pen- damages are claimed sion plans and stock and to which the in- subscription plans, pro- sured submits with our vided that no one other consent;or than an "employee" may subscribe to such c. An appeal of a civil pro- benefits and such bene- ceeding. fits are made generally available to all "employ- ees" who are eligible under the plan for such benefits; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 8 of 17 2. Unintentional Failure to Disclose Haz- 2) Rust or other cor- ards rosion, decay, de- terioration, hidden Section IV-Commercial General Liabil- or latent defect or ity Conditions, 7. Representations is amended by the addition of the following: any quality in property that caus- Based on our dependence upon your rep- es it to damage or resentations as to existing hazards, if un- destroy self; intentionally you should fail to disclose all 3) Smog; such hazards at the inception date of your policy, we will not reject coverage under 4) Mechanical break- this Coverage Part based solely on such down, including failure. rupture or bursting e to Premises Rented to You caused by centrif- 3. Damagugal force; a. The last Paragraph of 2. Exclusions 5) Settling, cracking, under Section I -Coverage A-Bod- shrinking or ex- ily Injuy and Property lTge Li- pansion; ability is replaced by the following: Exclusions C.through q. do not apply 6) Nesting or infesta- tion, or discharge to "property damage" by fire, explo- or release of waste sion, lightning, smoke or soot to products or secre- premises while rented to you or tern- tions, by insects, porarily occupied by you with permis- birds, rodents or sion of the owner, for which the other animals; or amount we will pay is limited to the Damage to Premises Rented to 7) Presence, growt , You Limit as described in Section III proliferation, -Limits of Insurance. spread or any ac- tivity under Sec- of fungus, in- b. The insurance provided cluding mold or tion I - Coverage A - Bodily Injury mildew, and any and Property Damage Liability ap- mycotoxins, plies to"property damage"arising out spores, scents or of water damage to premises that are byproducts pro- both rented to and occupied by you. duced or released (1) As respects Water Damage Le- by fungi. gal Liability, as provided in Para- (b) "Property damage" caused graph 3.b.above: directly or indirectly by any The exclusions under Section I - of the following: Coverage A - Bodily Injury and (i) Earthquake, volcanic Property Damage Liability, 2. eruption, landslide or Exclusions, other than i. War any-other earth move- and the Nuclear Energy Liabil- ment; ity Exclusion(Broad Form), are deleted and the following are (ii) Water that backs up or added: overflows or is other- wise discharged from a This insurance does notplyto:s sewer, drain, sump, (a) "Property damage': sump pump or related equipment; (i) Assumed in any con- or agreement; or (ii) Water under the ground surface pressing on, or (ii) Caused by or resulting flowing or seeping from any of the follow- through: ing: 1) Foundations, walls, 1) Wear and tear; floors or paved surfaces; Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 9 of 17 2) Basements, you with permission of whether paved or the owner; not; or b. In the case of damage 3) Doors, windows or by fire, explosion, light- other openings. Wing, smoke or soot, (c) "Property damage" caused while rented to you; or by or resulting from water C. In the case of damage that leaks or flows from by water, while rented plumbing, heating, air condi- to and occupied by you. tioring, fire protection sys- tems, or other equipment, (2) The most we will pay is limited as caused by or resulting from described in Section B.Limits of freezing, unless: Insurance, 3. Damage to Prem- ises Rented to You of this en- (i) You did your best to dorsement. maintain heat in the building or structure; or 4. Supplementary Payments (ii) You drained the equip- Under Section I - Supplementary Pay- ment and shut off the ments-Coverages A and B: water supply if the heat a. Paragraph 2, is replaced by the fol- was not maintained. lowing: (d) "Property damage"to: Up to the limit shown in Section B. (i) Plumbing, heating, air Limits of Insurance, 4.a. Bail Bonds conditioning, fire protec- of this endorsement for cost of bail tion systems, or other bonds required because of accidents equipment or applianc- or traffic law violations arising out o es; or the use of any vehicle to which th Bodily Injury Liability Coverage ap- (ii The interior of any plies.We do not have to furnish these building or structure, or bonds. to personal property in the building or structure, b. Paragraph 4. is replaced by the fol- caused by or resulting lowing: from rain, snow, sleet or All reasonable expenses incurred by ice, whether driven by the insured at our request to assist us wind or not. in the investigation or defense of the C. Limit of Insurance claim or"suit", including actual loss of earnings up to the limit shown in Sec- With respect to the insurance afford- tion B. Limits of Insurance, 4.b. ed in Paragraphs 3.a.and 3.b.above, Loss Of Earnings of this endorsement the Damage to Premises Rented to per day because of time off from You Limit as shown in the Declara- work. tions is amended as follows: (1) Paragraph 6. of Section III - 5. Medical Payments Limits of Insurance is replaced The Medical Expense Limit of Any One by the following: Person as stated in the Declarations is amended to the limit shown in Section B. 6. Subject to Paragraph 5. Limits of Insurance, 5. Medical Pay- above, the Damage to menu of this endorsement. Premises Rented to You Limit is the most we will pay 6. 180 Day Coverage for Newly Formed or under Coverage A - Bodily Acquired Organizations Injury and Property Dam- Section II - Who is an Insured is age Liability for damages amended as follows: because of "property dam- age"to any one premises: Subparagraph a. of Paragraph 3. is re- placeda. While rented to you, or by the following: temporarily occupied by Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 10 of 17 a. Insurance under this provision is af- ance, but only with respect forded only until the 180th day after to liability arising out of th you acquire or form the organization ownership, maintenance o or the end of the policy period, use of that part of the prem- whithever is earlier; ises leased to you, subject 7. Waiver of Subrogation to the following additional exclusions: Section IV- Commercial General Liabil- This insurance does not ap- ity Conditions, 9. Transfer of Rights of ply to: Recovery Against Others to us is amended by the addition of the following: (I) Any "occurrence" which We waive any right of recovery we may takes place after you cease to be a tenant in have against any person or organization that premises; against whom you have agreed to waive such right of recovery in a written contract (ii) Structural alterations, or agreement because of payments we new construction or make for injury or damage arising out of demolition operations your ongoing operations or "your work" performed by or on be- done under a written contract or agree- half of such additional ment with that person or organization and insured. included in the "products-completed oper- ations hazard". However, our rights may (b) Lessor of Leased Equip- only be waived prior to the "occurrence" ment giving rise to the injury or damage for Any person or organization which we make payment under this Coy- from whom you leas erage Part. The insured must do nothing equipment when you an after a loss to impair our rights. At our re- suchperson(s) or organiza- quest, the insured will bring"suit" or trans- tion(s) have agreed per Par- fer those rights to us and help us enforce agraph 8.a.(1) of this en- those rights. dorsement to provide insur- 8. Automatic Additional Insured - Speci- ance. Such person(s) or or- fied Relationships ganization(s) are insureds only with respect to liability a. The following is added to Section II - for "bodily injury", "property Who is an Insured: damage" or "personal and (1) Any person(s) or organization(s) advertising injury"caused, in ra h 8.a.(2)of whole or in part, by your described in Para9 p maintenance, operation or this endorsement (hereinafter re- use of equipment leased to ferred to as additional insured) you by such person(s) or or- whom you are required to add as ganization(s). A person's or an additional insured under this e Part by reason of a organizations status as an Covera9 additional insured under this written contract, written agree- endorsement ends when ment, written permit or written their contract or agreement authorization. with you for such leased (2) Only the following persons or or- equipment ends. However, ganizations are additional in- this insurance does not ap- sureds under this endorsement, ply to any occurrence" and insurance coverage provided which takes place after the to such additional insureds is urn- equipment lease expires. ited as provided herein: (c) Vendors (a) Managers or Lessors of Any person or organization Premises (referred to below as ven- The manager or lessor of a dor) with whom you have premises leased to you with agreed per Paragraph whom you have agreed per 8.a.(1) of this endorsement Paragraph 8.a.(1)of this en- to provide insurance, but on- dorsement to provide insur- ly with respect to "bodily in- jury" or "property damage" Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 11 of 17 arising out of"your products" or sale of the which are distributed or sold products; in the regular course of the vendor's business, subject 6) Demonstration, in- stallation,to the following additional servicing exclusions: or repair opera- tions, except such (I) The insurance afforded operations per- the vendor does not formed at the yen- apply to: dor's premises in 1 "Bodilyinjury" or connection with the � sale of the product; "property damage" for which the ven- 7) Products which, af- dor is obligated to ter distribution or pay damages by sale by you, have reason of the as- been labeled or re- sumption of liability labeled or used as in a contrad or a container, part or agreement. This ingredient of any exdusion does not other thing or sub- apply to liability for stance by or for the damages that the vendor; or vendor would have in the absence of 8) "Bodily injury" or the contract or "property damage" agreement; arising out of the sole negligence of 2) Any express war- the vendor for its ranty unauthorized own acts or omis- by you; sions or those of 3) Any physical or its employees or anyone else acting chemical change in on its behalf. How- the product made ever,this exdusionintentionally by the does not apply to: vendor; 4) Repackaging, ex- a) The excep- tions contained cept when un- in Paragraph packed solely for (c) (i) 4) or 6 the purpose of in- of this en- spection, demon- stration, testing, or dorsement;or the substitution of b) Such inspec- parts under in- tions, adjust- structions from the ments, tests or manufacturer, and servicing as then repackaged in the vendor ha the original con- agreed t tainer; make or nor- mally5) Any failure to make under- such inspections, takes to make in the usual adjustments, tests course of or servicing as the business, in vendor has agreed connection to make or normal- with the distri- ly undertakes to bution or sale make in the usual of the prod- course of busi- ucts. ness, in connection with the distribution Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 12 of 17 (i) This insurance does not (iii) The ownership, mainte- apply to any insured nance or use of any el- person or organization: evators covered by this 1) From whom you insurance. have acquired (e) Mortgagee, Assignee or such products, or Receiver any ingredient, part or container, enter- Any person or organization ing into, accompa- with whom you have agreed Hying or containing per Paragraph 8.a.(1) of this such products; or endorsement to provide in- surance, but only with re- 2) When liability in- spect to their liability as cluded within the mortgagee, assignee, or re- "products- ceiver and arising out of the completed opera- ownership, maintenance, or tions hazard" has use of the premises by you. been excluded un- However, this insurance der this Coverage does not apply to structural Part with respect to alterations, new construction such products. and demolition operation State or Governmental performed by or for that per- (d) son or organization. Agency or Subdivision or Political Subdivision - (3) The insurance afforded to addi- Permits or Authorizations tional insureds described in Par- Relating to Premises agraph 8.a.(1) of this endorse- ment: Any state or governmental agency or subdivision or po- (a) Only applies to the extent litical subdivision with which permitted by law; and you have agreed per Para- graph 8.a.(1) of this en- (b) Will not be broader than that dorsement to provide insur- which you are required by ance, subject to the follow- the written contract, written ing additional provision: agreement, written permit or written authorization to pro- This insurance applies only vide for such additional in- with respect to the following sured; and hazards for which the state or governmental agency or (c) Does not apply to any per- subdivision or political sub- son, organization, vendor, division has issued a permit state, governmental agency or authorization in connec- or subdivision or political tion with premises you own, subdivision, specifically rent or control and to which named as an additional in- this insurance applies: sured under any other provi- sion of, or endorsement (i) The existence, mainte- added to, this Coverage Hance, repair, construc- Part, provided such other tion, erection or removal provision or endorsemen of advertising signs, covers the injury or damag awnings, canopies, cel- for which this insurance ap- ar entrances, coal plies. holes, driveways, man- holes, marquees, hoist b. With respect to the insurance afford- away openings, side- ed to the additional insureds de- walk vaults, street ban- scribed in Paragraph 8.a.(1) of this ners or decorations and endorsement, the following is added similar exposures; or to Section III-Limits of Insurance: (i) The construction, erec- The most we will pay on behalf of the tion or removal of eleva- additional insured is the amount of in- tors; or surance: Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 13 of 17 (1) Required by the written contract, 9. Property Damage to Borrowed Equip- written agreement, written permit meet or written authorization described in Paragraph 8.a.(1) of this en- a. The following is added to Exclusion dorsement; or 2.j. Damage to Property under Sec- tion I - Coverage A - Bodily Injury (2) Available under the applicable and Property Damage Liability: Limits of Insurance shown in the Declarations; Paragraphs (3) and (4) of this exclu- sion do not apply to tools or equip- whichever is less. ment loaned to you, provided they are This endorsement shall not increase not being used to perform operations at the time of loss. the applicable Limits of Insurance shown in the Declarations. b. With respect to the insurance provid- edc. Section IV - Commercial General by this section of the endors - Conditions is amended to ment, the following additional provi- Liability - include the following: sions apply: Automatic Additional Insured Pro- (1) The Limits of Insurance shown in the Declarations are replaced by vision the limits designated in Section This insurance applies only if the B. Limits of Insurance, 9. "bodily injury" or "property damage" Property Damage to Borrowed occurs, or the "personal and advertis- Equipment of this endorsement ing injury" offense is committed: with respect to coverage provid- ed by this endorsement. These (1) During the policy period; and limits are inclusive of and not in (2) Subsequent to your execution of addition to the limits being re- placed. The Limits of Insurance the written contract or written shown in Section B. Limits of agreement, or the issuance of a Insurance, 9. Property Damage written permit or written authori- to Borrowed Equipment of this zation, described in Paragraph endorsement fix the most we will 8.a.(1). pay in any one "occurrence" re- d. Section IV - Commercial General gardless of the number of: Liability Conditions is amended as follows: (a) Insureds; Condition 5. Other Insurance is (b) Claims made or "suits" brought;or amended to include: Primary and Noncontributory In- (c) Persons or organizations surance making claims or bringing "suits". This insurance is primary to and will (2) Deductible Clause not seek contribution from any other insurance available to an additional (a) Our obligation to pay daminsured per Paragraph 8.a.(1) of this ages on your behalf applie endorsement provided that: only to the amount of dam- ages(1) The additional insured is a for each "occurrence" which are in excess of the Named Insured under such other Deductible Amount stated in insurance; and Section B. Limits of Insur- (2) You have agreed in writing in a ance, 9. Property Damage contract, agreement, permit or to Borrowed Equipment of authorization described in 8.a.(2) this endorsement. The limits of this endorsement that this in- of insurance will not be re- surance would be primary and duced by the application of would not seek contribution from such deductible amount any other insurance available to (b) Section IV - Commercia the additional insured. General Liability Condi- tions, 2. Duties in the Event of Occurrence, of- Indudes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 14 of 17 fence, Claim or Suit, ap- This requirement applies only when plies to each claim or "suit" the "occurrence" or offense is known irrespective of the amount. to an "authorized representative". (c) We may pay any part or all 12. Nonowned Aircraft of the deductible amount to The followingis added to Exclusion 2g.. effect settlement of any Aircraft Auto or Watercraft under Sec- tification claim or suit and, upon no- - of the action taken, tion I -Coverage A- Bodily Injury and you shall promptly reim- Property Damage Liability: burse us for such part of the This exdusion does not apply to an air- deductible amount as has craft you do not oin, provided that: been paid by us. 10. Employees as Insureds - Specified a• The pilot in command holds a current effective certificate, issued by a duly Health Care Services and Good Samar- constituted authority of the United itan Services States of America or Canada, desig- Paragraph 2.a.(1)(d) under Section II - Hating that person as a commercial or Who is an Insured does not apply to: airline transport pilot; a. Your "employees" who provide pro- b. The aircraft is rented with a trained, fessional health care services on your paid crew; and behalf as a duly licensed nurse, c. The aircraft does not transport per- emergency medical technician or sons or cargo for a charge. paramedic in the jurisdiction where an "occurrence" or offense to which this 13. Bodily Injury Redefined insurance applies takes place; or Section V - Definitions, 4. "Bodily injury" b. Your"employees" or"volunteer work- is replaced by the follavuing: ers", other than an employed or vol- unteer doctor, providing first aid or 4. "Bodily injury" means bodily harm or good samaritan services during their injury, sickness, disease, disability, work hours for you will be deemed to humiliation, shock, fright, mental an- be acting within the scope of their guish or mental injury, including care, employment by you or performing du- loss of services or death resulting ties related to the conduct of your from any of these at any time. business. 14. Expected or Intended Injury Redefined 11. Broadened Notice of Occurrence The last sentence of Exclusion 2.a. Ex- Paragraph a.of Condition 2.Duties in the petted or Intended Injury under Section Event of Occurrence, Offense, Claim or I - Coverage A - Bodily Injury and Suit under Section IV - Commercial Property Damage Liability is replaced by General Liability Conditions is replaced the following: by the following: This exclusion does not apply to "bodily a. You must see to it that we are notified injury" or"property damage" resulting from as soon as practicable of an "occur- the use of reasonable force to protect per- rence"or an offense which may result sons or property. in a claim. To the extent possible, no-. 15. Former Employees as Insureds tice should include: How, when and where the "oc- The following is added to Paragraph 2(1) under Section II-Who is an Insured: currence"or offense took place; 2 The names and addresses of 2. Each of the following is also an in- sured:( 1 any injured persons and wit- nesses; and Any of your former "employees", di- (3) The nature and location of anyrectors, ��managers, members, part- ners or executive officers", including injury or damage arising out of but not limited to retired, disabled or the"occurrence" or offense. those on leave of absence, but only for acts within the scope of their em- ployment by you or for duties related to the conduct of your business. Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 15 of 17 16. Voluntary Property Damage Coverage (2) Exclusions a. Coverage D - Voluntary Property This insurance does not apply to Damage Coverage "property damage" that would be is amended to excluded by Coverage A- Bodi- Section I -Coveragesly Injury and Property Damage include the following: Liability, 2. Exclusions, except (1) Insuring Agreement for j. Damage to Property, par- agraphs (3), (4), (5) and (6), k. (a) We will pay the cost to re- Damage to Your Product, and I. pair or replace "property Damage to Your Work. damage" to property of oth- ers arising out of operations (3) Definitions incidental to your business For purposes of Voluntary when: Property Damage Coverage 1) Damage is caused by only, the following definitions un- you; or der Section V - Definitions are replaced by the following: 2) Damage occurs while in your possession. 16. "Occurrence" means an in- cident, including continuous At your written request, we or repeated exposure to will make this payment re- substantially the same gen- gardless of whether you are eral harmful conditions that at fault for the "property result in"property damage". damage". 20. "Property damage" means If you, at our request, re- physical injury to tangible place, or make any repairs property. "Electronic data" is to, damaged property of not tangible properly, an others, the amount we will "property damage" does no pay under Voluntary Prop- indude disappearance, ab- erty Damage Coverage will straction or theft. be determined by your actu- al cost to replace or repair b. Care, Custody or Control Liability the damaged property, ex- Coverage cluding any profit or over- For purposes of the coverage provid- head. ed by Care, Custody or Control Li- Any payment we make un- ability Coverage in this endorsement der Voluntary Property only: Damage Coverage shall not (1) Section 1 -Coverage A-Bodily be interpreted as an admis- Injt.ry and Property Damage sion of liability by you or by uiiit,, 2. Exdusions, j. us. lrrge to Property, Subpara- It shall be your duty, not our graphs(3),(4) and (5)do not ap- duty, to defend any claim or ply to "property damage" to the "suit'to which this insurance property of others described applies. therein. No other obligation or liabil- (2) It shall be your duty, not our duty, ity to pay sums or perform to defend any claim or "suit" to acts or services is covered. which this insurance applies. (b) This insurance applies to No other obligation or liability to "property damage"only if: pay sums or perform acts or ser- vices is covered. 1) The "property damage" takes place in the "cov- This Paragraph (2) supersedes erage territory"; and any provision in the Coverage Part to the contrary. 2) The "property damage" occurs during the policy (3) "Property damage" for which period. Care, Custody or Control Lia- Indudes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 16 of 17 bility Coverage provides cover- (3) The Voluntary Property Dam- age shall be deemed to be age Coverage, Aggregate Limit caused by an "occurrence" but of Insurance is the most we will shall not serve to limit or restrict pay for the sum of all damages the applicability of any exclusion under Voluntary Property for "property damage" under this Damage Coverage. This limit Coverage Part. applies separately to each "cov- c. Limits of Insurance and Deducti- bleserage term". (4) Deductible Clause For purposes of the coverage provid- (a) Our obligation to pay darn- ed by Voluntary Property Damage ages on your behalf applies Coverage and Care, Custody or only to the amount of dam- Control liability Coverage, Section ages for each "occurrence" III - Limits of Insurance is amended which are in excess of the to include the following: Deductible Amount stated The Limits of Insurance shown in for the applicable coverage(1) in the Schedule. The limits the Declarations are replaced by of insurance will not be re- the limits designated in Section duced by the application of B. Limils of Insurance, 16. such Deductible Amount. Voluntary Property Damage Coverage and Care, Custody (b) Section IV - Commercil or Control Liability Coverage, General Liability Condi- in - endorsement. These limits tions, 2. Duties in th are inclusive of, and not in addi- Event of Occurrence, oftion to, the limits being replaced. fense, Claim or Suit, ap- The Limits of Insurance shown in plies to each claim or "suit" the Schedule fix the most we will irrespective of the amount. pay regardless of the number of: (c) We may pay any part or all (a) Insureds; of the Deductible Amount to Claims made or "suits" effect settlement of any (b) claim or"suit" and, upon nobrought; or tification of the action taken (c) Persons or organizations you shall promptly reim- making claims or bringing burse us for such part of the "suits". Deductible Amount as has been paid by us. (2) (a) Subject to (3) below, the Voluntary Property Dam- 17. Broadened Contractual Liability -Work age Coverage, Each Occur- Within 50'of Railroad Property rence Limit Of Insurance is Section V-Definitions,12."Insured con- the most we will pay for the trail"is amended as follcws: sum of damages under Vol- untary Property Damage a. Paragraph c. is replaced by the fol- Coverage; lowing: (b) The Care,Custody or Con- c. Any easement or license agree- trol Liability Coverage, ment; Each Occurrence Limit Of Insurance is the most we will b. Paragraph f.(1)is deleted in its entire- pay for the sum of damages ty. under Care, Custody or 18. Alienated Premises Control Liability Coverage; because of all"property damage" ExclusionDamage to Property,2 j. Paragraph (2) under Section I - Cover- arising out of any one "occur- age A - Bodily Injury and Property rence. Damage Liability does not apply if the premises are"your work". Includes copyrighted material of Insurance GA 233 TX 09 17 Services Office, Inc.,with its permission. Page 17 of 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CinciPlus® BUSINESS AUTO XC+® (EXPANDED COVERAGE PLUS) ENDORSEMENT This endorsement modifies insurance provided by the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by this endorsement. A. Blanket Waiver of Subrogation This provision does not apply unless the valid SECTION IV - BUSINESS AUTO CONDI- TIONS, Written contract has been: A. Loss Conditions, 5. Transfer of 1. Executed prior to the accident causing Rights of Recovery Against Others to Us is "bodily injury"or"property damage"; and amended by the addition of the following: 2. Is still in force at the time of the"accident" We waive any right of recovery we may have causing "bodily injury" or "property dam- against any person or organization because of age". payments we make for "bodily injury" or D. Employee Hired Auto "property damage" arising out of the operation of a covered "auto" when you have assumed 1. Changes in Liability Coverage liability for such "bodily injury" or "property damage" under an "insured contract', provid- The following is added to the Section II - ed the"bodily injury" or"property damage"oc- Liability Coverage, A. Coverage, 1. curs subsequent to the execution or the "in- Who is an Insured: sured contract". An "employee" of yours is an "insured" B. Noncontributory Insurance while operating an "auto" hired or rented SECTION IV - BUSINESS AUTO CONDI- under a contract or agreement in that TIONS, B. General Conditions, 5. Other In- "employee's" name, with your permission, while performing duties related to the surance c.is replaced by the following: conduct of your business. C. Regardless of the provisions of Par- 2. Changes in General Conditions agraph a. above, this Coverage Form's Liability Coverage is primary SECTION IV - BUSINESS AUTO CON- and we will not seek contribution DITIONS, B. General Conditions, 5 from any other insurance for any lia- Other Insurance is amended by replac- bihity assumed under an "insured ing Paragraph 5.b.with the following: contract' that requires liability to be assumed on a primary noncontributo- b. For Hired Auto Physical Damage ry basis. Coverage the following are deemed to be covered "autos"you own: C. Additional Insured by Contract (1) Any covered "auto" you lease, SECTION II - LIABILITY COVERAGE, A. hire, rent or borrow; and Coverage, I. Who is an Insured is amended to include as an insured any person or organi- (2) Any covered "auto" hired or zation with which you have agreed in a valid rented by your"employee" under written contract to provide insurance as is af- a contract in that individual "em- forded by this policy. ployee's" name, with your per- mission, while performing duties This provision is limited to the scope of the related to the conduct of your valid written contract. business. Includes copyrighted material of ISO AA 288 01 16 Properties, Inc.,with its permission. Page 1 of 4 However, any "auto" that is leased, a. Is effective on the date of acquisition hired, rented or borrowed with a driver or formation, and is afforded for 180 is not a covered"auto". days after such date; E. Audio, Visual and Data Electronic Equip- b. Does not apply to "bodily injury" or ment "property damage" resulting from an SECTION III - PHYSICAL DAMAGE COV- "accident' that occurred before you ERAGE, C. Limit of Insurance is amended acquired or formed the organization; by adding the following: C. Does not apply to any newly acquired 4. The most we will pay for all "loss" to au- or formed organization that is a joint venture or partnership; and dio, visual or data electronic equipment and any accessories used with this d. Does not apply to an insured under equipment as a result of any one "acci- any other automobile liability policy, dent" is the lesser of: or would be an insured under such a a. The actual cash value of the dam- policy but for the termination of such policy or the exhaustion of such poli- aged or stolen property as of the time of the"accident'; cy's limits of insurance. b. The cost of repairing or replacing the 3. Any of your "employees" while using a auto damaged or stolen property with oth- covered in your business or your er personal affairs, provided you do not own,property of like kind and quality; or hire or borrow that"auto". c. $2,500. G. Liability Coverage Extensions - Supple- Provided the equipment,at the time of the mentary Payments-Higher Limits "loss" is: SECTION II - LIABILITY COVERAGE, A. a. Permanently installed in or upon the Coverage, 2. Coverage Extensions, a. Sup- covered "auto" in a housing, opening elementary Payments is amended by: or other location that is not normally 1. Replacing the $2,000 Limit of Insurance used by the "auto" manufacturer for for bail bonds with $4,000 in (2); and the installation of such equipment; b. Removable from a permanently in- 2. Replacing the $250 Limit of Insurance for stalled housing unit as described in reasonable expenses with$500 in (4). Paragraph 2.a.above; or H. Amended Fellow Employee Exclusion c. An integral part of such equipment. SECTION II -LIABILITY COVERAGE, B. Ex- clusions,F. Who is an Insured-Amended 5. Fellow Employee is modified as follows: SECTION II - LIABILITY COVERAGE, A. Exclusion 5. Fellow Employee is deleted. Coverage, 1.Who is an Insured is amended by adding the following: I. Hired Auto-Physical Damage The following are"insureds": If hired"autos"are covered "autos"for Liability 1. Any subsidiary which is a legally incorpo- Coverage, then Comprehensive and Collision Physical Damage Coverages as provided unrated entity of which you own a financial der SECTION III - PHYSICAL DAMAG interest of more than 50% of the voting COVERAGE of this Coverage Part are ex- stock on the effective date of this cover- tended to "autos" you hire, subject to the fol- age form. lowing: However, the insurance afforded by this 1. The most we will pay for "loss" to any provision does not apply to any subsidiary hired "auto" is $50,000 or the actual cash that is an "insured" under any other au- value or cost to repair or replace, which- tomobile liability policy, or would be an ever is the least, minus a deductible. "insured" under such policy but for termi- nation of such policy or the exhaustion of 2. The deductible will be equal to the largest such policy's limits of insurance. deductible applicable to any owned "auto" 2. Any organization that is newly acquired or for that coverage, or$1,000,whichever is less. formed by you and over which you main- tain majority ownership. The insurance 3. Hired Auto - Physical Damage coverage provided by this provision: is excess over any other collectible insur- ance. Includes copyrighted material of ISO AA 288 01 16 Properties, Inc.,with its permission. Page 2 of 4 4. Subject to the above limit,deductible, and K. Transportation Expense-Higher Limits excess provisions we will provide cover- SECTION III - PHYSICAL DAMAGE COV- ERAGE,age equal to the broadest coverage appli- to any covered "auto" you own in A. Coverage, 4. Coverage Exten- cable - sured under this policy. sions is amended by replacing $20 per day with $50 per day, and $600 maximum with Coverage indudes loss of use of that hired au- $1,500 maximum in Extension a. Transpor- to, provided it results from an "accident" for tation Expenses. which you are legally liable and as a result of which a monetary loss is sustained by the L. Airbag Coverage leasing or rental concern. The most we will SECTION III - PHYSICAL DAMAGE COV- pay for any one"accident"is $3,000. ERAGE, B. Exclusions, 3.a. is amended by If a limit for Hired Auto - Physical Damage is adding the following: shown in the Schedule, then that limit replac- However, the mechanical and electrical es, and is not added to, the $50,000 limit indi- breakdown portion of this exclusion does not cated above. apply to the accidental discharge of an airbag. J. Rental Reimbursement This coverage for airbags is excess over any other collectible insurance or warranty. SECTION III - PHYSICAL DAMAGE is amended by adding the following: M. Loan or Lease Gap Coverage 1. We will pay for rental reimbursement ex- 1. SECTION III - PHYSICAL DAMAGE penses incurred by you for the rental of COVERAGE, C. Limit of Insurance is an "auto" because of a "loss"to a covered deleted in its entirety and replaced by the "auto". Payment applies in addition to the following, but only for private passenger otherwise applicable amount of each coy- type"autos"with an original loan or lease, erage you have on a covered "auto". No and only in the event of a "total loss" to deductible applies to this coverage. such a private passenger type"auto": 2. We will pay only for those expenses in- a. The most we will pay for"loss" in any curved during the policy period beginning one"accident"is the greater of: 24 hours after the "loss" and ending, re- (1) The amount due under the terms gardless of the policy's expiration, with of the lease or loan to which the lesser of the following number of your covered private passenger days: type "auto" is subject, but will not a. The number of days reasonably re- include: quired to repair the covered "auto". If (a) Overdue lease or loan pay- "loss" is caused by theft, this number ments; of days is added to the number of days it takes to locate the covered (b) Financial penalties imposed "auto"and return it to you; or under the lease due to high b. 30 days. mileage, excessive use or abnormal wear and tear; 3. Our payment is limited to the lesser of the amounts: (c) Security deposits not re- followingfunded by the lessor; a. Necessary and actual expenses in- (d) Costs for extended warran- curred; or ties, Credit Life Insurance, b. $50 per day. Health, Accident or Disabil- ity Insurance purchased 4. This coverage does not apply while there with the loan or lease; and are spare or reserve "autos" available to you for your operations. (e) Carry-over balances from previous loans or leases, or 5. We will pay under this coverage only that (2) Actual cash value of the stolen amount of your rental reimbursement ex- (2) Actual cash value of the stolen penses which is not already provided for or damaged property. under SECTION III - PHYSICAL DAM- b. An adjustment for depreciation and AGE COVERAGE, A. Coverage, 4. physical condition will be made in de- Coverage Extensions. termining actual cash value at the time of"loss". Includes copyrighted material of ISO AA 288 01 16 Properties, Inc., with its permission. Page 3 of 4 2. SECTION V - DEFINITIONS is amended P. Unintentional Failure to Disclose Hazards by adding the following, but only for the purposes of this Loan or Lease Gap SECTION IV - BUSINESS AUTO CONDl- Coverage: TIONS, B. General Conditions, 2. Conceal- ment Misrepresentation or Fraud is "Total loss" means a "loss" in which the amended by adding the following: cost of repairs plus the salvage value ex- ceeds the actual cash value. However, if you unintentionally fail to disclose any hazards existing on the effective date of N. Glass Repair-Waiver of Deductible this Coverage Form, we will not deny cover- SECTION III - PHYSICAL DAMAGE COV- age under this Coverage Form because of ERAGE,D.Deductible is amended by adding such failure. the following: Q. Mental Anguish Resulting from Bodily InjuNo deductible applies to glass damage if the ry glass is repaired in a manner acceptable to us SECTION V -DEFINITIONS, C."Bodily inju- rather t replaced. ry" is deleted in its entirety and replaced by O. Duties in the Event of an Accident, Claim, the following: Suit or Loss-Amended "Bodily injury" means bodily injury,sickness or IV - BUSINESS AUTO CONDI- disease sustained by a person, including men- SECTIONTIONS,A. Loss Conditions, 2. Duties in the tal anguish and death sustained by the same Event of Accident, Claim,Suit or Loss,a. is person that results from such bodily injury, amended by adding the following: sickness or disease. "Bodily injury" does not include mental anguish or death that does not This condition applies only when the "acci- result from bodily injury, sickness or disease. dent"or"loss" is known to: R. Coverage for Certain Operations in Con- 1. You,if you are an individual; nection with Railroads 2. A partner, if you are a partnership; With respect to the use of a covered "auto" in operations for or affecting a railroad: 3. An executive officer or insurance manag- er, if you are a corporation; or 1. Section V-Definitions, H. "Insured con- tract", I.c.is amended to read: 4. A member or manager, if you are a lim- ited liability company. C. An easement or license agreement; 2. Section V-Definitions, H. "Insured con- tract", 2.a.is deleted. Includes copyrighted material of ISO AA 288 01 16 Properties, Inc., with its permission. Page 4 of 4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ADDITIONAL INSURED - AUTOMATIC STATUS AND AUTOMATIC WAIVER OF SUBROGATION WHEN REQUIRED IN WRITTEN CONTRACT, AGREEMENT, PERMIT OR AUTHORIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Additional Insured - Owners, Lessees Or chided in the "products-completed Contractors - Automatic Status For Other operations hazard", but only if: Parties When Required In Written Contract Or Agreement With You (1) The Coverage Part to which this endorsement is attached pro- 1. Section II - Who Is An Insured is vides coverage for"bodily injury" amended to include as an additional in- or "property damage" included sured any person or organization you within the "products-completed have agreed in writing in a contract or operations hazard"; and agreement to add as an additional in- sured on this Coverage Part. Such per- (2) The written contract or written son(s) or organization(s) is an additional agreement requires you to pro- insured only with respect to liability for: vide additional insured coverage included within the "products- a. "Bodily injury", "property damage or completed operations hazard" "personal and advertising injury" for that person or organization. caused, in whole or in part, by the performance of your ongoing opera- If the written contract or written tions by you or on your behalf, under agreement requires you to provide that written contract or written additional insured coverage included agreement. Ongoing operations does within the "products-completed oper- not apply to "bodily injury" or"proper- ations hazard" for a specified length ty damage" occurring after: of time for that person or organiza- tion, the "bodily injury" or "property (1) All work, including materials, damage" must occur prior to the ex- parts or equipment furnished in piration of that period of time in order connection with such work, on for this insurance to apply. the project (other than service, maintenance or repairs) to be If the written contract or written performed by or on behalf of the agreement requires you to provide additional insured(s) at the loca- additional insured coverage for a tion of the covered operations person or organization per only ISO has been completed; or additional insured endorsement form number CG 20 10, without specifyin (2) That portion of"your work"out of an edition date, and without specifi- whith the injury or damage aris- cally requiring additional insured es has been put to its intended coverage inducted within the "prod- use by any person or organiza- uds-corrpleted operations hazard", tion other than another contrac- this Paragraph b. does not apply to for or subcontractor engaged in that person or organization. performing operations for a prin- cipal as a part of the same pro- 2. If the written contract or written agree- ject; and ment described in Paragraph 1. above specifically requires you to provide addi- b. "Bodily injury" or "property damage" tional insured coverage to that person or caused, in whole or in part, by'you- organization: work' performed under that written contract or written agreement and in a. Arising out of your ongoing opera- tions or arising out of"you work"; or Includes copyrighted material of Insurance GA 4720918 Services Office, Inc., with its permission. Page 1 of 3 b. By way of an edition of an ISO addi- 2. With respect to the insurance afforded t tional insured endorsement that in- the additional insureds described in Para- cludes arising out of your ongoing graph B.1., the following additional exclu- operations or arising out of you sions apply: work'; This insurance does not apply to: then the phrase caused, in whole or in part, by in Paragraph A.1.a. and/or Para- a. "Bodily injury", "property damage" or graph A.1.b.above, whichever applies, is "personal and advertising injury'aris- replaced by the phrase arising out of. ing out of operations performed for the federal government, state or mu- 3. With respect to the insurance afforded to nicipality; or the additional insureds described in Para- graph A.1., the following additional exclu- b. "Bodily injury" or "property damage" sion applies inducted within the "products- completed operations hazard." This insurance does not apply to "bodily injury", "property damage" or "personal C. The insurance afforded to additional insureds and advertising injury' arising out of the described in Paragraphs A.and B.: rendering of, or the failure to render, any 1. Only applies to the extent permitted by professional architectural, engineering or law; and surveying services, inducting: a. 2. Will not be broader than that which you The preparing, approving or failing to are required by the written contract, writ- prepare or approve, maps, shop ten agreement, written permit or written drawings, opinions, reports, surveys, authorization to provide for such addition- field orders, change orders or draw- al insured; and ings and specifications; or 3. Does not apply to any person, organiza- b. Supervisory, inspection, architectural tion, state, governmental agency or sub- or engineering activities. division or political subdivision specifically This exclusion applies even if the claims named as an additional insured for the against any insured allege negligence or same project in the schedule of an en- other wrongdoing in the supervision, hir- dorsement added to this Coverage Part. ing, employment,training or monitoring of D. With respect to the insurance afforded to the others by that insured, if the "occurrence" additional insureds described in Paragraphs which caused the "bodily injury" or"prop- A. and B., the following is added to Section III erty damage", or the offense which -Limits OF Insurance: caused the"personal and advertising inju- ry", involved the rendering of, or the fail- The most vte will pay on behalf of the addi- ure to render, any professional architec- tional insured is the amount of insurance: tural, engineering or surveying services. 1. Required by the written contract, written 4. This Paragraph A.does not apply to addi- agreement, written permit or written au- tional insureds described in Paragraph B. thorization described in Paragraphs A. and B.; or B. Additional Insured -State Or Governmental Agency Or Subdivision Or Political Subdi- 2. Available under the applicable Limits of vision - Automatic Status When Required Insurance shown in the Declarations; In Written Permits Or Authorizations whichever is less. 1. Section II - Who Is An Insured is amended to include as an additional in- This endorsement shall not increase the appli- sured any state or governmental agency cable Limits of Insurance shown in the Decla- or subdivision or political subdivision you rations. have agreed in writing in a contract, E. Section IV - Commercial General Liability agreement, permit or authorization to add Conditions is amended to add the following: as an additional insured on this Coverage Part. Such state or governmental agency Automatic Additional Insured Provision or subdivision or political subdivision is an additional insured only with respect to op- This insurance applies only if the "bodily inju- erations performed by you or on your be- ry" or "property damage" occurs, or the "per- half for which the state or governmental sonal and advertising injury" offense is corn- agency or subdivision or political subdivi- mitted: sion issued, in writing, a contract, agree- 1. During the policy period; and ment, permit or authorization. Indudes copyrighted material of Insurance GA 4720918 Services Office, Inc., with its permission. Page 2 of 3 2. Subsequent to your execution of the writ- As used in this endorsement, wrap-up insur- ten contract or written agreement, or the ance means any insurance provided by a con- issuance of a written permit or written au- solidated (wrap-up) insurance program. thorization, described in Paragraphs A. Primary And NoncontributoryInsurance and B. When Required By Writtn Contract, F. Except when G.below applies, the following is Agreement, Permit Or Authorization added to Section IV - Commercial General Liability Conditions, 5. Other Insurance, Except when wrap-up insurance applies to the supersedes any provision to the contrary: claim or suit on behalf of the additional in- andsured, this insurance is primary to and will not When Other Additional Insured Coverage seek contribution from any other insurance Applies On An Excess Basis available to the additional insured described in This insurance is primary to other insurance Paragraphs A.and B.provided that: available to the additional insured described in 1. The additional insured is a Named In- Paragraphs A.and B.except: sured under such other insurance; and 1. As otherwise provided in Section IV - 2. You have agreed in writing in a contract, Commercial General Liability Condi- agreement, permit or authorization de- tions, 5.Other Insurance, b. Excess In- scribed in Paragraph A. or B.that this in- surance; or surance would be primary and would not 2. For any other valid and collectible insur- seek contribution from any other insur- ance available to the additional insured. ance available to the additional insured as an additional insured by attachment of an As used in this endorsement, wrap-up insur- endorsement to another insurance policy ance means any insurance provided by a con- that is written on an excess basis. In such solidated (wrap-up) insurance program. case, this insurance is also excess. H. Section IV - Commercial General Liability G. The following is added to Section IV - Corn- Conditions, 9. Transfer Of Rights Of Re- mercial General Liability Conditions, 5. covery Against Others To Us is amended by Other Insurance, and supersedes any provi- the addition of the following: sion to the contrary: We waive any right of recovery we may have Primary Insurance When Required By Writ- against any additional insured under this en- ten Contract, Agreement, Permit Or Au- dorsement against whom you have agreed to thorization waive such right of recovery in a written con- tract, written agreement, written permit or writ- Except when wrap-up insurance applies to the ten authorization because of payments we claim or "suit" on behalf of the additional in- make for injury or damage arising out of your sured, this insurance is primary to any other ongoing operations or"your work" done under insurance available to the additional insured a written contract, written agreement, written described in Paragraphs A. and B. provided permit or written authorization. However, our that: rights may only be waived prior to the "occur- 1. The additional insured is a Named In- rence" giving rise to the injury or damage for sured under such other insurance; and which we make payment under this Coverage Part. The insured must do nothing after a loss 2. You have agreed in writing in a contract, to impair our rights. At our request,the insured agreement, permit or authorization de- will bring "suit" or transfer those rights to us scribed in Paragraph A. or B.that this in- and help us enforce those rights. surance would be primary to any other in- surance available to the additional in- sured. Includes copyrighted material of Insurance GA 4720918 Services Office, Inc., with its permission. Page 3 of 3 TexMutuar WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 06 01 EMPLOYERS LIABILITY POLICY Insured copy TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule.The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 3/1/20 at 12:01 a.m.standard time,forms a part of: Policy no. 0001177290 of Texas Mutual Insurance Company effective on 3/1/20 Issued to: EXCEL CONSTRUCTION SERVICES LLC 4/1J d'-' 64."-"1"-' This is not a bill Authorized representative NCCI Carrier Code: 29939 2/19/20 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com I(800)859-5995 I Fax(800)359-0650 WC 42 06 01 TexMutuar WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. () Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s)arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 3/1/20 at 12:01 a.m.standard time,forms a part of: Policy no. 0001177290 of Texas Mutual Insurance Company effective on 3/1/20 Issued to: EXCEL CONSTRUCTION SERVICES LLC This is not a bill Authorized representative NCCI Carrier Code: 29939 2/19/20 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com I (800)859-5995 I Fax(800)359-0650 WC 42 03 04 B 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. CONTRACTO ......................................................................16 7. OTHERWORK..........................................................................................................................24..................... .....................................................................24 8. OWNER'S RESPONSIBILITIES.....................................................................................................................25.................................................... ............25 9. ENGINEER/ARCHITECT' CONSTRUCTION.................................................................26...............................26 10. CHANGES IN THE WORK.........................................................................................27.............................................:....27 11. CHANGE OF CONTRACT AMOUNT..............................................................................................................28............................................................................................................28 12. CHANGE OF CONTRACT TIMES.................................................................................................................31 13. TESTS AND INSPECTIONS;AND CORRECTION OR REMOVAL OF DEFECTIVE WORK...................... ............................32 14. PAYMENTS TO CONTRACTOR AND COMPLETION...................................................................................35.................................................................................35 15. SUSPENSION OF WOR ......................................................39 16. DISPUTE RESOLUTION.........................................................................................................41.................................................................................41 17 RIGHTTOAUDIT......................................................................................................................................42............ 18. MISCELLANEOUS...........................................................................................................................................43.........................................................................................................................................43 00700 04-2020 Page 1 General Conditions 00443641 GENERAL CONDITIONS ARTICLE 1 -DEFINITIONS Whenever used in these General Conditions or in the other Contract Documents,the term printed with initial capital letters or all capital letters, including the term's singular and plural forms, will have the meaning indicated in the definitions below or as defined in these General Conditions or other Contract Documents: 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 - Includes the Invitation to Bid, Instructions to Bidders, Agreement, General Conditions, Supplemental General Conditions, Special Conditions, 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. 00700 04-2020 Page 2 General Conditions 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 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 Agreement. The titles of"Architect/Engineer,""Architect"and"Engineer"used in the Contract Documents shall be read the same as Engineer/Architect (EIA). 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 Birthday Third Monday 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 Thanksgiving Friday after Thanksgiving Christmas Eve December 24 Christmas Day December 25 00700 04-2020 Page 3 General Conditions 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 notifying the CONTRACTOR to commence the Work and which may also fix 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, 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. 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 and the beneficial use and occupancy of which can be assumed by the Owner, as evidenced by a Certificate of Substantial Completion approved by the OWNER. 00700 04-2020 Page 4 General Conditions 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 or a Sub- subcontractor of any tier 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 or Sub-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 Certificates) and other documentation required for execution of the Contract. 2.2 Copies of Documents: The OWNER shall furnish to the CONTRACTOR two (2) copies of the Contract Documents unless otherwise specified. 00700 04-2020 Page 5 General Conditions 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Time(s) commence on the date indicated in the Agreement or 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. The preliminary schedule of values submitted by the CONTRACTOR should include a reasonable estimation of value of each item included and shall not contain disproportionate values assigned to any item or items; .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. 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. 00700 04-2020 Page 6 General Conditions 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. 2.7 Electronic Transmittals: 2.7.1 Except as otherwise stated elsewhere in the Contract Documents, the OWNER, E/A, and CONTRACTOR may transmit,and shall except, Project-related correspondence,texts,data,documents,drawings, information,and graphics, including but not limited to Shop Drawings and other submittals, in electronic media or digital format,either directly, or through access to a secure Project website. 2.7.2 When transmitting items in electronic media or digital format, the transmitting party makes no representations as to long term compatibility, usability, or readability of the items resulting from the recipient's use of software application packages,operating systems,or computer hardware differing from those used in the drafting or transmittal of the items. 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): Change Orders Modifications to the Contract Documents made after the Execution Date 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: Prior to commencing the Work, the CONTRACTOR shall review the Contract Documents for the purpose of discovering any conflict, error, ambiguity or discrepancy in the Contract Documents. If, at any time, 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 00700 04-2020 Page 7 General Conditions 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: 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. 3.3.2 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. Unless the CONTRACTOR, prior to the execution of the Agreement, has notified the OWNER in writing of any condition of the site of the proposed Work that would adversely impact 00700 04-2020 Page 8 General Conditions the performance of the Work by the CONTRACTOR, CONTRACTOR covenants that there are no conditions at the site of the proposed work which would adversely impact the performance of Work by the CONTRACTOR. 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, OWNER will consider 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 the OWNER for 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: 00700 04-2020 Page 9 General Conditions 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. 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. 4.4.4 TO THE FULLEST EXTENT PERMITTED BY LAWS AND REGULATIONS, CONTRACTOR SHALL INDEMNIFY AND HOLD HARMLESS OWNER,AND ITS COUNCIL MEMBERS, EMPLOYEES,AGENTS,AND CONSULTANTS FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES, AND DAMAGES (INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS)ARISING OUT OF OR RELATING TO FAILURE TO CONTROL, CONTAIN OR REMOVE A HAZARDOUS MATERIAL BROUGHT TO THE SITE BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE, OR TO A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR OR BY ANYONE FOR WHOM CONTRACTOR IS RESPONSIBLE. 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 Chapter 3503, Texas Insurance Code (2005)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 reinsures that is authorized as a reinsures 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, 00700 04-2020 Page 10 General Conditions 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: .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; 00700 04-2020 Page I I General Conditions .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 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+VlI or better, except for hazardous material insurance which shall be written by companies with A.M. Best ratings of A-or better. 00700 04-2020 Page 12 General Conditions .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, 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: 00700 04-2020 Page 13 General Conditions .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. 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. fl 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 CO 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: 00700 04-2020 Page 14 General Conditions 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. .4 If CONTRACTOR has failed to obtain or maintain a required bond, OWNER may exclude the CONTRACTOR from the site of the Project and exercise OWNER's suspension and/or termination rights under the Contract Documents. 5.4.2 Performance Bond. .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 DaysI40 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 $50,000, 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 $50,000, 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. 00700 04-2020 Page 15 General Conditions 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 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. 00700 04-2020 Page 16 General Conditions 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, 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. 00700 04-2020 Page 17 General Conditions .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 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)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. 00700 04-2020 Page 18 General Conditions 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 indemnify and save the OWNER harmless from any and all claims,costs,losses,expenses and damages(including but not limited to attorneys fees and consultant fees),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,with counsel of its own choosing,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. .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 that it is contrary to laws or regulations,then the CONTRACTOR shall bear and shall indemnify, defend and hold OWNER harmless from 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. 00700 04-2020 Page 19 General Conditions 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 Chapter 321, Texas Tax Code. 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. 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 showing the final "as built". construction of the Project 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 and safety 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 00700 04-2020 Page 20 General Conditions .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 responsible, 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 for whose acts any of them may be responsible, 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. At a minimum,the safety representative shall have received the OSHA thirty (30) hour training and a certificate evidencing that the safety representative has received such training within the last five (5) years shall be provided to the OWNER's representative. 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 EtA, 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 00700 04-2020 Page 21 General Conditions 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; .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. .9 the failure of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or discover any defect in the Work or any non-conformance of the Work with any requirement of the Contract Documents. CONTRACTOR hereby waives any claim or defense to any claim by the OWNER that any failure by the OWNER, E/A, or any other person or entity acting on behalf of the OWNER or E/A to observe, detect or discover any defect in the Work relieves or releases, in whole or in part, CONTRACTOR from any obligations or responsibility for the correction of such defects or any other obligation of CONTRACTOR under the Contract Documents. 6.14 Indemnification: 00700 042020 Page 22 General Conditions 6.14.1 TO THE FULLEST EXTENT PERMITTED BY LAW,AND IN ADDITION TO ANY OTHER OBLIGATIONS OF CONTRACTOR UNDER THE CONTRACT OR OTHERWISE,CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS OWNER, ITS COUNCIL MEMBERS , EMPLOYEES,AGENTS,AND CONSULTANTS INCLUDING, BUT NOT LIMITED TO THE E/A (THE "INDEMNIFIED PARTIES" OR INDEMNIFIED PARTY", FROM AND AGAINST ALL CLAIMS, COSTS, LOSSES,AND DAMAGES (INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS,ARCHITECTS,ATTORNEYS, CONSULTANTS, EXPERTS AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OUT OF OR RELATING TO THE PERFORMANCE OF THE WORK, REGARDLESS OF WHETHER SUCH CLAIMS, COSTS, LOSSES,AND DAMAGES ARE CAUSED, IN WHOLE OR IN PARTY BY THE ACTS, ACTIONS, ERRORS OR OMISSIONS OF AN INDEMNIFIED PARTY. BECAUSE OWNER IS A MUNICIPALITY,THE TERMS AND PROVISIONS OF SUBCHAPTER C OF CHAPTER 151 OF THE TEXAS INSURANCE CODE ("CHAPTER 151") DOES NOT APPLY TO THE OWNER. IF, HOWEVER, ANY PROVISION OF CHAPTER 151 APPLIES TO THE OWNER, IT IS THE INTENT OF THE OWNER THAT IF THE PROVISIONS OF CHAPTER 151 DO APPLY, NOTHING HEREIN SHALL IMPOSE ANY REQUIREMENTS ON CONTRACTOR THAT ARE PROHIBITED BY CHAPTER 151 AND THAT ANY OF THE PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151 SHALL REMAIN IN FULL FORCE AND EFFECT. ACCORDINGLY, IN THE EVENT THAT IN CONSTRUING AND INTERPRETING THE CONTRACT DOCUMENTS, A COURT OF COMPETENT JURISDICTION OR, IF APPLICABLE, AN ARBITRATOR, DETERMINES THAT CHAPTER 151 APPLIES TO THE OWNER, THEN THE COURT OR ARBITRATOR SHALL REFORM THE PROVISIONS HEREOF SO AS TO COMPLY WITH CHAPTER 151 AND SUCH REFORMATION SHALL NOT AFFECT THE VALIDITY OF ANY PROVISIONS HEREOF THAT ARE NOT PROHIBITED BY CHAPTER 151. 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: 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 00700 04-2020 Page 23 General Conditions 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, statute of repose, or any other provision of the Contract Documents. 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 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 nonapparent 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 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. 7.6 If CONTRACTOR damages,delays,disrupts or interferes with the work of any other contractor,or any utility owner performing other work at or adjacent to the site of the Project, through CONTRACTOR's failure to take reasonable and customary measures to avoid such impacts,or if any claim arising out of CONTRACTOR'S actions, 00700 04-2020 Page 24 General Conditions inactions or negligence in performance of the Work at or adjacent to the site of the Project is made by any such other contractor or utility owner against CONTRACTOR, OWNER, or E/A, then CONTRACTOR shall (1) promptly attempt to settle the claim as to all parties through negotiations with such other contractor or utility owner, or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law,and(2)INDEMNIFY AND HOLD HARMLESS THE INDEMNIFIED PARTIES, INCLUDING, BUT NOT LIMITED TO THE E/A FROM AND AGAINST ANY SUCH CLAIMS,AND AGAINST ALL COSTS,LOSSES,AND DAMAGES(INCLUDING BUT NOT LIMITED TO ALL FEES AND CHARGES OF ENGINEERS, ARCHITECTS, ATTORNEYS, AND OTHER PROFESSIONALS AND ALL COURT OR ARBITRATION OR OTHER DISPUTE RESOLUTION COSTS) ARISING OUT OF OR RELATING TO SUCH DAMAGE, DELAY, DISRUPTION, OR INTERFERENCE. 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 notice of such injury or damage will be sent to the CONTRACTOR 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. 8.7 The OWNER is not responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. The failure or omission of the OWNER, E/A or any other person or entity acting on behalf of the OWNER or the E/A to observe,detect,discover,or object to or condemn any defective Work or material shall not release the CONTRACTOR from CONTRACTOR's obligation to properly and fully perform the Work pursuant to the Contract Documents. The OWNER shall not be responsible for the acts, errors or omissions of the CONTRACTOR, or any Subcontractor, Supplier or any other person or entity performing or furnishing any of the Work on behalf of the CONTRACTOR. 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 - 00700 04-2020 Page 25 General Conditions 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 object to or condemn any defective Work or material shall not release the CONTRACTOR from the obligation to properly and fully perform the Work. 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 EtA'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 00700 04-2020 Page 26 General Conditions 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 may 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. ARTICLE 10-CHANGES IN THE WORK 10.1 Changes: 10.1.1 Without invalidating the Contract and without notice to any surety,the OWNER, at any time or from time to time, may 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 �00700 04-2020 Page 27 General Conditions 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. 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: Except as otherwise provided in the Contract Documents, 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 for reasons for which the CONTRACTOR is not responsible, or such delay is not caused by active interference in the Work by OWNER for reasons for which the CONTRACTOR is not responsible, then such delay will entitle the CONTRACTOR only 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: 00700 04-2020 Page 28 General Conditions 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). 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, the OWNER may issue a Change Directive to the CONTRACTOR. If the OWNER elects to issue a Change Directive, CONTRACTOR shall perform the Changed Work 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. 00700 04-2020 Page 29 General Conditions 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). 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.E 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 00700 04-2020 Page 30 General Conditions 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. 12.1.3 When the CONTRACTOR is prevented from completing any part of the Work within the Contract Times(or Milestones) due to delay for which the CONTRACTOR is not responsible, an extension of the Contract Times (or Milestones) in an amount equal to the time lost due to such delay will be considered by OWNER. Any extension of the Contract Time 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,for which the CONTRACTOR, a Subcontractor or a Supplier is not responsible. 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, a Subcontractor or a Supplier including but not limited to, the CONTRACTOR's, the Subcontractor's or the Supplier's efforts to overcome such delays documented as follows: a) Copy of purchase order for delayed item(s) 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, EtA, 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: 00700 04-2020 Page 31 General Conditions 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 purpo ontracts, expected normal weather will prevent performance of Work: January................7. . . .. . days February............................... .7 days Mar days April......................... 7 days May............................... .8 days June................................. .6. days July................................ .6...... days August........................... 5 days September...................... .7 days October.. 7 days 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 during the entire day. 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. 00700 04-2020 Page 32 General Conditions 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. 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 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. 00700 04-2020 Page 33 General Conditions 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), including but not limited to all consultant,engineering, expert and attorney's fees incurred by the OWNER as a result of such defective work or as necessary for OWNER to investigate such defective Work and/or to determine the appropriate means or methods to address or correct such defective Work. The OWNER shall have the right, in OWNER's sole discretion, to have the E/A or other consultant specify the means and methods that will be followed to correct or address any defective Work. If the OWNER specifies a means or method by which the defective Work will be addressed or corrected, the CONTRACTOR shall perform the specified work necessary to address or correct the defective Work at CONTRACTOR's sole cost and expense. 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 and all consultant, expert and attorney's fees incurred by OWNER)will be paid by the CONTRACTOR. 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 and agreed to by OWNER. 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 00700 04-2020 Page 34 General Conditions 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 and any and all consultant, expert and attorneys fees incurred by OWNER as a result of OWNER's correction of 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. 13.9 ACCEPTANCE OF DEFECTIVE WORK If, instead of requiring correction or removal and replacement of defective Work, OWNER prefers to accept it, OWNER may do so. CONTRACTOR shall pay all claims, costs, losses, and damages attributable to OWNER's evaluation of and determination to accept such defective Work, including but not limited to any expert, engineering or other consultant's fees incurred by the OWNER to investigate such defective Work and/or to determine the appropriate means or methods and work necessary to allow OWNER to accept the defective Work and CONTRACTOR shall pay for all work required to be performed to allow OWNER to accept the defective Work and any estimated costs, expenses and damages OWNER may sustain in the future as a result of accepting the defective Work, including any diminution in value of the Project as a result of accepting the defective Work. If any such acceptance occurs prior to final payment,the necessary revisions in the Contract Documents with respect to the Work shall be incorporated in a Change Order. If the parties are unable to agree as to the decrease in the Contract Price, then OWNER may impose a reasonable set-off against payments due under the Contract Documents. If the acceptance of defective Work occurs after final payment, CONTRACTOR shall pay to OWNER the above described costs, expenses and damages incurred by OWNER as a result of OWNER's acceptance of defective Work. 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 or as required by OWNER. 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 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 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. 00700 04-2020 Page 35 General Conditions 14.1.E 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 inspections have been made to check the quality or the quantity of the Work or that the Work has been performed in accordance with the Contract Documents; .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: .1 defective Work not remedied; 00700 04-2020 Page 36 General Conditions .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. .13 OWNER's disagreement with the recommendation of the Owner's Representative, provided the OWNER has provided a Written Notice to the CONTRACTOR specifying the reasons why OWNER does not agree with such recommendation. 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 with which OWNER agrees and has approved 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. 00700 04-2020 Page 37 General Conditions 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 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; 00700 04-2020 Page 38 General Conditions .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 .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. If the OWNER agrees with the recommendation of the Owner's Representative, the OWNER 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; 00700 04-2020 Page 39 General Conditions .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 CONTRACTOR shall include in any subcontract or purchase order language that provides that if the Agreement is terminated without cause, the Subcontractor and Suppliers will only be paid for work performed or materials and equipment supplied and shall not have any other claims against CONTRACTOR or OWNER; CONTRACTOR shall not be paid for any profit or overhead for Work not completed. 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 completipn of the Contract; or .7 if the CONTRACTOR otherwise violates 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 04-2020 Page 40 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 04-2020 Page 41 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 04-2020 Page 42 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.E 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. 00700 04-2020 Page 43 General Conditions 18.4 Severability: 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 04-2020 Page 44 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): Joseph W.Jenkins,P.E> Firm: Walker Partners Address: 804 Las Cimas Parkway,Suite 150 City, State, Zip: Austin,Texas 78746 Telephone: (512)382-0021 Facsimile: NA Email: jjenkins@walkerpartners.com 1.27 Owner's Representative: Add the following: Name: Kit Perkins,P.E. Title: Senior Utility Engineer Address: 3400 Sunrise Road City, State, Zip: Round Rock,Texas 78665 Telephone: (512)341-3145 Facsimile: (512)255-6916 Email: cperkins@roundrocktexas.gov ARTICLE 3-CONTRACT DOCUMENTS INTENT,AMENDING, REUSE 3.5 Third Party Beneficiary Add the following: Brushy Creek Municipal Utility District is a third party beneficiary of the Contract Documents and shall have all of the rights and benefits of OWNER with respect to that portion of the Work conducted by CONTRACTOR relating to Brushy Creek Municipal Utility District's facilities. Without limitation, Brushy Creek Municipal Utility District shall be entitled to enforce all warranty obligations of CONTRACTOR with respect to the portion of the Work that relates to the facilities of Brushy Creek Municipal Utility District. Page 1 00800 10-2015 Supplemental General Conditions 00090669 ARTICLE 6-CONTRACTOR'S RESPONSIBILITIES 6.18 Liquidated Damages Add the following: 1. CONTRACTOR SHALL PAY LIQUIDATED DAMAGES IN THE AMOUNT OF One thousand dollars AND NO/I 00 DOLLARS $1,000.00 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 2 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/TX3 3.dvb?v=0 Construction Types: Heavy and Highway http://www.wdol.gov/wdol/scafiles/davisbaconITX 16.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 comers, 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 comers, 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 1 ,1ft ROUND ROCK, TEXAS PURPOSE. PASSION. PROSPERITY. CITY OF ROUND ROCK LAKE GEORGETOWN RAW WATER INTAKE SCREEN REPLACEMENT TECHNICAL SPECIFICATIONS PREPARED BY: Walker Partners engineers + surveyors TBPE Registration No. 8053 804 Las Cimas Pkwy., Suite 150 Austin, TX 78746 January 2020 Walker Partners Technical Specifications engineers * surveyors i L*61 1 FL° F .1:7-4\t'--------•..•:ti '11 „,......,ix......... .....iLe, .k ir C' ..•*. * '•.,,S‘ i 0 C;\... i .761.I - *'.. h 11 Af* •• '15''. ..* i It . . * i e . : ' i f • ' .0 P JOSEPH W. JENKINS'') ri BRYCE D. CANADY, . .0 4 . 68717 th-1)•-. , 0 .•4,0, 1 0 '• 'icEt4s- ..**„.&,4" t QA\i'.. ).•*.c dit-9;\ 123424 .114z;I ''/CENS0 \41'••••••••• C,\, I k A'6'..*.-• --.*-6`•....- , ‘ `S'S/0 0`\•.:' os, • c,\A kt,‘‘,1,\JA1-,....... >1/64t rjArio I-31- Summary of Responsibilities for this Document: Joseph Jenkins,P.E.-Project Manager,Walker Partners Bryce Canady,P.E.-Project Engineer,Walker Partners WP Project No.3-00710.01 ii www.walkerpartners.com TBPE Registration No.8053 I TBPLS Registration Nos.10032500 110194373 I 10194317 BRUSHY CREEK MUD ZEBRA MUSSEL CONTROL TECHNICAL SPECIFICATIONS Division 01 P.�EOFTFP%� 01 10 01 .. . ••• Summary of Work �*� �� ��� .••�s *�►� 01 23 00 Alternatives i* : �\ * THOMAS E.CAPONI Division 46 ,�1-0�0.•••54723 ••�A� .o\\. CENSENG� � S/pNALE 46 21 56 Z-Alloy Intake Screen E-7:14,4,44-4% /3,2 nzo e Walker Partners City of Round Rock Lake Georgetown engineers surveyors Raw Water Intake Screen Replacement Technical Specifications TABLE OF CONTENTS Division 01 01 10 00 City of Round Rock Summary of Work 01 10 01 Brushy Creek MUD Summary of Work 01 20 00 Price and Payment Procedures 01 23 00 Brushy Creek MUD Alternates 01 25 00 Substitution Procedures 01 30 00 Administrative Requirements 01 32 16 Construction Progress Schedule 01 33 00 Submittal Procedures 0140 00 Quality Requirements 01 50 00 Temporary Facilities and Controls 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements 0170 OA Affidavit of Bills Paid Exhibit A 01 73 29 Demolition, Cutting,and Patching Division 05 05 50 00 Metal Fabrications Division 09 09 90 00 Painting and Coating Division 40-Instrumentation and Controls 40 05 06 Couplings,Adapters,and Specials for Process Piping 40 05 07 Hangers and Supports for Process Systems 40 05 10 Process Piping-General 40 05 10.13 Welded Steel Pipe& Fittings 40 05 10.33 Stainless Steel Pipe&Fittings 40 05 10.43 HDPE Tubing Division 46 46 21 51 City of Round Rock Intake Screens 46 21 56 Brushy Creek MUD Z-Alloy Intake Screen www.walkerpartners.com TBPE Registration No.8053 I TBPLS Registration Nos. 10032500 110194373 11019.1317 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 011000-ROUND ROCK SUMMARY OF WORK AND OPERATIONAL REQUIREMENTS PART 1 GENERAL 1.1 SUMMARY A. Section includes: 1. Contract description. 2. Work by Owner or other related Work. 3. Owner furnished products. 4. Contractor's use of site and premises. 5. Work sequence. 6. Operational requirements. 7. Owner occupancy. 8. Permits. 9. Specification conventions. 10. Reference specifications and standards. 1.2 CONTRACT DESCRIPTION A. Work includes labor,materials, equipment and services for replacement of the existing Lake Georgetown raw water intake screens with new copper-nickel alloy screens. In addition,the contractor will be required to mobilize a floating barge to provide a work space for diver and worker safety to assist with the screen replacement process.The Base Proposal for the screen replacement includes demolition and replacement of the existing screens and modifications to existing facilities as generally described below: 1. Installation of 1" stainless steel containment piping and high pressure rated Y2"OD, 3/8" ID HDPE tubing from three future solenoid boxes at the intake facility to a connection at each of the middle and lower intake screens that will be used in the future to dose sodium permanganate(NaMnO4). 2. Related civil and other items necessary for a complete,operational project. B. Construct the Work in accordance with the Proposal Items listed on the Proposal Form (Section 00 30 00),as generally described below. 1. Bonds,Mobilization, and Start-up. 2. Trench Safety. 3. Construction of all other Work. 4. Allowances. C. Work not Included: 1. All Supervisory Control and Data Acquisition(SCADA)software programming work for this project will be provided by others through an allowance.This exclusion only pertains to SCADA software programming work. 1.3 WORK BY OWNER OR OTHER RELATED WORK A. Significant Work by the Owner is not anticipated during the timespan of this contract. However,the existing raw water intake facility and WTP are currently in operation and deliveries,maintenance, etc.regularly occur. If any Owner-awarded contracts interfere with Summary of Work and Operational Requirements 011000- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock each other due to work being performed at the same time or at the same site,Owner will determine the sequence of work for all contracts according to the Work Sequence and Contractor's Use of Site and Premises Articles in this Section. B. Contractor shall coordinate Work with utilities of Owner, and public or private agencies. C. Contractor coordination will be required for shutdowns and start-up as specified and detailed in the contract documents. 1.4 OWNER-FURNISHED PRODUCTS A. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed Shop Drawings,Product Data, and Samples to Contractor. 2. Upon delivery, inspect products jointly with Contractor. 3. Arrange for manufacturers'warranties, inspections, and service. B. Contractor's Responsibilities: 1. Review Owner reviewed Shop Drawings, Product Data, and Samples. 2. Receive and unload products at Site; inspect for completeness or damage jointly with Owner. 3. Furnish, handle,store, install,and finish products. 4. Repair or replace items damaged after receipt. 1.5 CONTRACTOR'S USE OF SITE AND PREMISES A. Owner will occupy the premises during the entire period of construction for the conduct of normal operations. Contractor shall coordinate with Owner in all construction operations to minimize conflicts and shutdowns and to facilitate continuous Owner usage. B. Construction Operations: Limited to areas indicated on Drawings. C. Time Restrictions for Performing Work: Reference General Conditions Article 7. D. Construction Plan: Before start of construction, submit a construction plan regarding access to Work and use of site for acceptance by Owner.After acceptance of plan, construction operations shall comply with accepted plan unless deviations are accepted by Owner in writing. 1.6 WORK SEQUENCE A. Construct Work in phases during construction period. Coordinate construction schedule and operations with Engineer. B. Sequence of Construction Plan: Before start of construction,submit one copy of construction plan regarding phasing of construction and new Work for acceptance by Owner.The proposed work sequence shall be submitted to the Engineer with the Construction Progress Schedule (see Section 01 32 16). After acceptance of plan,construction sequence shall comply with accepted plan unless deviations are accepted by Owner in writing. Summary of Work and Operational Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock C. The Contractor shall organize and plan construction activities to assure the safety and reliability of and to minimize the interruption to the raw water intake facility, WTP and all other related utilities. D. Contractor shall be solely responsible for all means and methods of construction.This general sequence is not intended as a scope of work and does not cover all Work required under the Contract. Neither Engineer nor Owner assumes responsibility regarding construction work by listing this general sequence of construction. Any potential conflicts or other issues related to this sequence shall be brought to the attention of Engineer and Owner during the pre- construction meeting. E. Except as specified otherwise herein, schedule work to ensure continuous operation of the raw water intake facility, WTP and related necessary facilities.Notify Owner by advance written or verbal warning at least two weeks prior to any Work requiring temporary interruption to facility operations.Notify Owner again at least 48 hours prior to commencing such Work. Owner may require Contractor to delay work requiring facility disruption if the disruption would, in the Owner's opinion, cause an unacceptable shortage of water production. F. Verify the location of all conflicting utilities and components prior to construction to minimize disruptions to existing facility operations. Contractor is responsible for buried utilities in the field. Any discrepancies with the Drawings found in the field shall be brought immediately to the attention of the Owner's Representative and Engineer. G. Any existing utilities,fencing, structures,etc.that are damaged or removed as a result of construction work shall be repaired to like new condition or replaced by the Contractor at no cost to the Owner. 1.7 OPERATIONAL REQUIREMENTS A. The existing raw water intake facility, WTP and raw water pipelines are in operation. Construction operations shall be scheduled to allow the Owner uninterrupted operation of necessary existing facilities,except as specified herein. Contractor shall coordinate connections with existing facilities to ensure timely completion of interfaced items. B. At no time shall Contractor or its employees modify operation of existing facilities or start construction modifications without prior approval from the Owner, except in an emergency to prevent or minimize damage. C. Except as specified otherwise herein,the WTP shall be able to produce and distribute finished water on a continuous basis during construction. Construction activities shall be coordinated with the WTP's operations and planned and scheduled to minimize construction impacts on operations,as well as maintain plant capacity. Where modifications or connections to existing facilities and piping are made,planning and coordination will be necessary to allow construction activities to proceed without unacceptable impacts to WTP operations. The Contractor shall be responsible for planning and coordinating work,and for implementation of any temporary facilities required during construction. Selected construction activities,and operational requirements and shutdowns associated with such activities,are listed in the following subparagraphs.The list is not intended to include all construction activities that may impact facility operational requirements. 1. Chemical Taps on Raw Water Intake Screens: Summary of Work and Operational Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock a. Connecting the chemical feed lines to the raw water intake screens will require multiple connections to existing piping. These connections will require temporary raw water pump shutdowns.The Contractor shall make good faith effort to complete necessary connections during low demand hours and in as an efficient manner as possible. b. The WTP's operational staff shall be responsible for shutdown of the pumps and subsequently returning them to service after the shutdown is complete. c. The Owner reserves the right to cancel,postpone or terminate scheduled shutdowns if WTP operation is determined necessary or if the shutdown is not completed within the allotted timeframe. 2. Electrical Integration: a. Electrical work related to proposed chemical feed system at the raw water intake facility may require temporary power outages.Temporary power outages shall be scheduled only at times approved by the Owner. 1.8 OWNER OCCUPANCY A. Owner will occupy site during entire period of construction. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.9 PERMITS A. Furnish all necessary permits for construction of the Work. 1.10 SPECIFICATION CONVENTIONS A. These Specifications are written in imperative mood and streamlined form. This imperative language is directed to Contractor unless specifically noted otherwise.The words"shall be" are included by inference where a colon(:)is used within sentences or phrases. 1.11 REFERENCE SPECIFICATIONS AND STANDARDS A. Materials which are specified by reference to Federal Specifications; ASTM, ASME,ANSI or AWWA specifications; Federal Standards;or other standard specifications must comply with latest editions,revisions, amendments or supplements in effect on date proposals are received. Requirements in reference specifications and standards are considered minimum acceptable quality for all equipment,material and work. In instances where capacities, size or other feature of equipment,devices or materials exceed these minimums, meet listed or shown capacities. Summary of Work and Operational Requirements 01 1000-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PART 2 PRODUCTS -Not Used PART 3 EXECUTION-Not Used END OF SECTION Summary of Work and Operational Requirements 01 1000-5 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 SECTION 011001 —BRUSHY CREEK MUD SUMMARY OF WORK PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Contract description. 2. Applicable specifications 1.2 CONTRACT DESCRIPTION A. Work under this Construction Contract includes work related to raw water intake screens for both the City of Round Rock and the Brushy Creek Municipal Utility District(BCMUD). B. Work related to the raw water intake screens BCMUD includes labor, materials, equipment and services for replacement of the existing Lake Georgetown raw water intake screens with new copper-nickel alloy screens. In addition, Contractor will be required to mobilize a floating barge to provide a work space for diver and worker safety to assist with the screen replacement process. The Base Proposal for the screen replacement includes demolition and replacement of the three (3)middle depth existing screens including installation of chemical feed piping for these three(3) screens,and the installation of air backwash piping,and pipe supports for all nine(9)screens,and related civil and other items necessary for a complete, operational project. Replacement of raw water intake screens and other appurtenances are as shown on the Drawings. 1.3 APPLICABLE SPECIFICATIONS A. Technical Specifications as prepared for the City of Round work are equally applicable to the work to be completed for BCMUD with the following exceptions: 1. City of Round Rock Technical Specification Section 0110 00 SUMMARY OF WORK AND OPERATIONAL REQUIREMENTS is applicable to the BCMUD work except Paragraph 1.2A shall be replaced with Paragraph 1.2 above. 2. City of Round Rock Technical Specification Section 46 21 51, INTAKE SCREENS is NOT applicable to the BCMUD work and shall be replaced with 46 21 56 —Z-ALLOY RAW WATER INTAKE SCREEN. 3. BCMUD Specification SECTION 01 23 00—ALTERNATES applies to work conducted for BCMUD only. PART 2-PRODUCTS-NOT USED PART 3 -EXECUTION-NOT USED END OF SECTION 011001 SUMMARY OF WORK 011001 - 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 012000-PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Allowances. B. Schedule of Values. C. Application for Payment. D. Change procedures. E. Defect assessment. F. Unit prices. G. Alternates. 1.2 SCHEDULE OF VALUES A. Submit printed schedule on either EJCDC Form C-620 or on a Contractor's standard form as approved by the Engineer. B. Submit Schedule of Values in duplicate within 15 days after date established in Notice to Proceed. C. Format: Use Table of Contents of this Project Manual. Identify each line item with number and title of major Specification Section. D. Include within each line item, direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved Change Orders with each Application for Payment. F. Upon request of Engineer,provide documentation to support the accuracy of the Schedule of Values. G. An unbalanced or front-end loaded schedule will not be acceptable. 1.3 APPLICATION FOR PAYMENT A. Submit three copies of each Application for Payment on EJCDC C-620-Contractor's Application for Payment or a Contractor's electronic media driven form as approved by the Engineer. B. Content and Format: Use Schedule of Values for listing items in Application for Payment. C. Submit updated construction schedule with each Application for Payment. Price and Payment Procedures 01 20 00- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Payment Period: Submit at intervals stipulated in the Agreement. E. Submit submittals with transmittal letter as specified in Section 01 33 00- Submittal Procedures. F. Substantiating Data: When Engineer requires substantiating information, submit data justifying dollar amounts in question. Include the following with Application for Payment: 1. Partial release of liens from major Subcontractors and vendors. 2. Record Documents as specified in Section 01 70 00-Execution and Closeout Requirements,for review by Owner,which will be returned to Contractor. 3. Affidavits attesting to off-Site stored products. 4. Construction Progress Schedule,revised and current as specified in Section 01 32 16—Construction Project Schedule. 1.4 CHANGE PROCEDURES A. Submittals: Submit name of individual who is authorized to receive change documents and is responsible for informing others in Contractor's employ or Subcontractors of changes to the Work. B. Carefully study and compare Contract Documents before proceeding with fabrication and installation of Work. Promptly advise Architect/Engineer of any error, inconsistency, omission, or apparent discrepancy. C. Engineer will advise of minor changes in the Work not involving adjustment to Contract Sum/Price or Contract Time by issuing supplemental instructions on EJCDC C-942. D. Engineer may issue Proposal Request including a detailed description of proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change and with the period of time during which the requested price will be considered valid. Contractor will prepare and submit estimate within 10 calendar days. E. Contractor may propose changes by submitting a request for change to Engineer,describing proposed change and its full effect on the Work. Include a statement describing reason for the change and the effect on Contract Sum/Price and Contract Time with full documentation and a statement describing effect on the Work by separate or other Contractors. Document requested substitutions according to Section 01 60 00—Product Requirements. F. Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for Change Order as recommended by Engineer and approved by Owner. G. Unit Price Change Order: For Contract unit prices and quantities,the Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of that which are not predetermined,execute Work under Work Directive Change. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. Price and Payment Procedures 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock H. Work Directive Change: Engineer may issue directive, on EJCDC C-940-Work Change Directive signed by Owner, instructing Contractor to proceed with change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. L Document each quotation for change in Project Cost or Time with sufficient data to allow evaluation of quotation. J. Change Order Forms: EJCDC C-941 -Change Order or as approved by Engineer. K. Execution of Change Orders: Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. L. Correlation of Contractor Submittals: 1. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as separate line item and adjust Contract Sum/Price. 2. Promptly revise Progress Schedules to reflect change in Contract Time,revise sub-schedules to adjust times for other items of Work affected by the change and resubmit. 3. Promptly enter changes in Record Documents. 1.5 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work,not conforming to specified requirements. B. If, in the opinion of Engineer, it is not practical to remove and replace the Work,Engineer will direct appropriate remedy or adjust payment. C. The defective Work may remain, but unit sum/price will be adjusted to new sum/price at discretion of Engineer and Owner. D. Individual Specification Sections may modify these options or may identify specific formula or percentage sum/price reduction. E. Authority of Engineer and Owner to assess defects and identify payment adjustments is final. F. Nonpayment for Rejected Products: Payment will not be made for rejected products for any of the following reasons: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from transporting vehicle. 4. Products placed beyond lines and levels of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading,hauling,and disposing of rejected products. 1.6 UNIT PRICES A. Authority: Measurement methods are delineated in individual Specification Sections. Price and Payment Procedures 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Measurement methods delineated in individual Specification Sections complement criteria of this Section. In event of conflict,requirements of individual Specification Section govern. C. Take measurements and compute quantities. Engineer will verify measurements and quantities. D. Unit Quantities: Quantities and measurements indicated on Bid Form are for Contract purposes only.Actual quantities provided shall determine payment. 1. When actual Work requires more or fewer quantities than those quantities indicated,provide required quantities at contracted unit sum/prices. 2. When actual Work requires 25 percent or greater change in quantity than those quantities indicated,Owner or Contractor may claim a Contract Price adjustment. E. Payment Includes: Full compensation for required labor, products,tools, equipment, plant and facilities,transportation, services and incidentals;erection,application,or installation of item of the Work; overhead and profit. F. Final payment for Work governed by unit prices will be made on basis of actual measurements and quantities accepted by Architect/Engineer multiplied by unit sum/price for Work incorporated in or made necessary by the Work. G. Measurement of Quantities: 1. Measurement by Volume: Measured by cubic dimension using mean length, width, and height or thickness. 2. Measurement by Area: Measured horizontally by square dimension using mean length and width or radius. 3. Linear Measurement: Measured horizontally by linear dimension, at item centerline or mean chord. 4. Stipulated Sum/Price Measurement: Items measured by weight,volume, area,or linear means or combination, as appropriate,as completed item or unit of the Work. 1.7 ALTERNATES A. Alternates quoted on Proposal Forms will be reviewed and accepted or rejected at Owner's option.Accepted Alternates will be identified in Owner-Contractor Agreement. 1.8 MOBILIZATION,TRAFFIC HANDLING,AND INCIDENTALS A. As specified in Section 01 50 00. PART 2 PRODUCTS -Not Used PART 3 EXECUTION-Not Used END OF SECTION Price and Payment Procedures 012000-4 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 SECTION 012300-BRUSHY CREEK MUD ALTERNATES PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for alternates. 1.2 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products,materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.3 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A schedule of alternates is included below. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. 1. Alternate#1 —Round Rock Intake,reference Round Rock specifications. 2. Alternate#2-Brushy Creek MUD Intake,Remove three(3)existing upper screens(el.781 ft). Furnish and install three (3) new T-type intake screens, including 1.5-inch SST chemical feed lines to each screen. Work under this item includes all labor, equipment, materials and activities necessary to install the new screens and chemical feed lines as shown on the drawings and herein specified. ALTERNATES 01 23 00- 1 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 3. Alternate#3-Brushy Creek MUD Intake,Remove three(3)existing lower screens(el.751 ft).Furnish and install three(3)new T-type intake screens including 1.5-inch SST chemical feed lines to each screen.Work under this item includes all labor,equipment,materials and activities necessary to install the new screens and chemical feed lines as shown on the drawings and herein specified. 4. Alternate#4-Brushy Creek MUD Intake, Provide ADD/DEDUCT(indicate which)price per screen to substitute the Alternate Screen(90% copper/ 10% nickel) as manufactured by Hendrick Screen Company meeting the performance criteria specified in Section 46 21 56 particularly regarding,but not limited to hydrostatic collapse strength,maximum screen velocity,head loss and flow distribution.Vendor shall supply verification that the materials have been field tested in sites infested by zebra mussels and demonstrated resistance to the attachment of zebra mussels.Work under this item includes all labor,equipment,materials and activities necessary to install the new screens as shown on the drawings and herein specified. PART 2-PRODUCTS (NOT USED) PART 3 -EXECUTION(NOT USED) END OF SECTION 011500 ALTERNATES 01 23 00-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 012500-SUBSTITUTION PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality assurance. B. Product options. C. Product substitution procedures. 1.2 QUALITY ASSURANCE A. Contract is based on products and standards established in Contract Documents without consideration of proposed substitutions. B. Products specified define standard of quality,type, function, dimension, appearance,and performance required. C. Substitution Proposals: Permitted for specified products except where specified otherwise. Do not substitute products unless substitution has been accepted and approved in writing by Owner. 1.3 PRODUCT OPTIONS A. See Section 01 60 00-Product Requirements 1.4 PRODUCT SUBSTITUTION PROCEDURES A. Engineer will consider requests for substitutions only within 15 days after date of Owner- Contractor Agreement. B. Substitutions may be considered when a product becomes unavailable through no fault of Contractor. C. Document each request with complete data, substantiating compliance of proposed substitution with Contract Documents, including: 1. Manufacturer's name and address,product,trade name, model,or catalog number, performance and test data,and reference standards. 2. Itemized point-by-point comparison of proposed substitution with specified product, listing variations in quality,performance,and other pertinent characteristics. 3. Reference to Article and Paragraph numbers in Specification Section. 4. Cost data comparing proposed substitution with specified product and amount of net change to Contract Sum. 5. Changes required in other Work. 6. Availability of maintenance service and source of replacement parts as applicable. 7. Certified test data to show compliance with performance characteristics specified. 8. Samples when applicable or requested. Substitution Procedures 012500- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 9. Other information as necessary to assist Architect/Engineer's evaluation. D. A request constitutes a representation that Proposer or Contractor: 1. Has investigated proposed product and determined that it meets or exceeds quality level of specified product. 2. Will provide same warranty for substitution as for specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will coordinate installation of the accepted substitute,making such changes as may be required for the Work to be complete in all respects. 6. Will reimburse Owner and Engineer for review or redesign services associated with reapproval by authorities having jurisdiction. E. Substitutions will not be considered when they are indicated or implied on Shop Drawing or Product Data submittals without separate written request or when acceptance will require revision to Contract Documents. F. Substitution Submittal Procedure: 1. Submit requests for substitutions in writing. 2. Submit three copies electronic files of Request for Substitution for consideration.Limit each request to one proposed substitution. 3. Submit Shop Drawings,Product Data,and certified test results attesting to proposed product equivalence. Burden of proof is on proposer. 4. Architect/Engineer will notify Contractor in writing of decision to accept or reject request. 1.5 INSTALLER SUBSTITUTION PROCEDURES A. Engineer will consider requests for substitutions only within 15 days after date of Owner- Contractor Agreement. B. Document each request with: 1. Installer's qualifications. 2. Installer's experience in work similar to that specified. 3. Other information as necessary to assist Architect/Engineer's evaluation. C. Substitution Submittal Procedure: 1. Submit three copies of electronic files of Request for Substitution for consideration. Limit each request to one proposed substitution. 2. Engineer will notify Contractor in writing of decision to accept or reject request. Substitution Procedures 012500-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PART 2 PRODUCTS-Not Used PART 3 EXECUTION-Not Used END OF SECTION Substitution Procedures 012500-3 Lake Georgetown Raw Water Intake Screen Replacements City of Round Rock SECTION 01 30 00-ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Coordination and Project conditions. B. Safety Plan C. Preconstruction meeting. D. Site mobilization meeting. E. Progress meetings. F. Preinstallation meetings. G. Closeout meeting. H. Alteration procedures. 1.2 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals,and Work of various Sections of Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements,with provisions for accommodating items installed later. B. Verify that utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate Work of various Sections having interdependent responsibilities for installing,connecting to,and placing operating equipment in service. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts,and conduit as closely as practical; place runs parallel with lines of building. Use spaces efficiently to maximize accessibility for other installations,for maintenance,and for repairs. D. Coordinate interruptions of all utilities and services. All work shall be in accordance with the requirements of the applicable utility company or agency involved. E. In finished areas except as otherwise indicated,conceal pipes, ducts, and wiring within construction.Coordinate locations of fixtures and outlets with finish elements. F. Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion and for portions of Work designated for Owner's partial occupancy. G. After Owner's occupancy of premises,coordinate access to Site for correction of defective Work and Work not complying with Contract Documents,to minimize disruption of Owner's activities. Administrative Requirements 01 30 00- 1 Lake Georgetown Raw Water Intake Screen Replacements City of Round Rock 1.3 SAFETY PLAN Submit a project specific safety plan that identifies onsite safety representative and includes the following with an acknowledgement that OSHA regulation"29 CFR 1926, Safety&Health Regulations for Construction" will be adhered to. Safety plan shall include the following sections: Section 1: Safety Representative Section 2: Medical Treatment Section 3: Safety Inspections Section 4: Safety Indoctrination Section 5: Continuous Safety Training Section 6: Housekeeping Section 7: Protective Equipment Section 8:Accident Reports Section 9: Work Zone Warning Devices Section 10: Equipment Inspections Section 11:Control of Lockout/Tag-out Section 12: Hazard Communications Section 13: Subcontractors Section 14: Safety Regulations 1.4 PRECONSTRUCTION MEETING A. Engineer will schedule and preside over meeting after the Agreement has been executed and all bonds and insurance are in affect for the project. B. Attendance Required: Engineer,Owner, Inspector,and Contractor. C. Minimum Agenda: 1. Execution of Owner-Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of products, schedule of values, Safety Plan and Progress Schedule. 5. Security and housekeeping procedures. 6. Application for payment procedures. 7. Designation of personnel representing parties in Contract and Engineer. 8. Procedures and processing of requests for interpretations,field decisions, submittals, substitutions,Applications for Payments, proposal request,Change Orders,and Contract closeout procedures. 9. Scheduling. 10. Scheduling activities of Contractor. Procedures of testing. 11. Procedures for maintaining record documents. 12. Requirements for start-up of equipment. 13. Inspection and acceptance of equipment put into service during construction period. 1.5 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at monthly intervals, or as required. Administrative Requirements 013000-2 Lake Georgetown Raw Water Intake Screen Replacements City of Round Rock B. Engineer will arrange meetings,prepare agenda with copies for participants,and preside over meetings. C. Attendance Required: Job superintendent,major Subcontractors and suppliers,and Engineer, as appropriate to agenda topics for each meeting. D. Minimum Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems,and decisions. 4. Identification of problems impeding planned progress. 5. Review of submittal schedule and status of submittals. 6. Review of off-Site fabrication and delivery schedules. 7. Maintenance of Progress Schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period. 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on Progress Schedule and coordination. 13. Other business relating to Work. 1.6 PREINSTALLATION MEETINGS A. When required in individual Specification Sections, convene preinstallation meetings at Project Site before starting Work of specific Section. B. Require attendance of parties directly affecting,or affected by, Work of specific Section. C. Notify Engineer four days in advance of meeting date. D. Prepare agenda and preside over meeting: 1. Review conditions of installation,preparation,and installation procedures. 2. Review coordination with related Work. 1.7 CLOSEOUT MEETING A. Schedule Project closeout meeting with sufficient time to prepare for requesting Substantial Completion. Preside over meeting and be responsible for minutes. B. Attendance Required: Contractor,Engineer, Owner, and others appropriate to agenda. C. Notify Engineer ten days in advance of meeting date. D. Minimum Agenda: 1. Start-up of facilities and systems. 2. Operations and maintenance manuals. 3. Testing,adjusting,and balancing. 4. System demonstration and observation. 5. Operation and maintenance instructions for Owner's personnel. 6. Contractor's inspection of Work. Administrative Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements City of Round Rock 7. Contractor's preparation of an initial "punch list." 8. Procedure to request Engineer inspection to determine date of Substantial Completion. 9. Completion time for correcting deficiencies. 10. Inspections by authorities having jurisdiction. 11. Certificate of Occupancy and transfer of insurance responsibilities. 12. Partial release of retainage. 13. Final cleaning. 14. Preparation for final inspection. 15. Closeout Submittals: a. Project record documents. b. Operating and maintenance documents. c. Operating and maintenance materials. d. Affidavits. 16. Final Application for Payment. 17. Contractor's demobilization of Site. 18. Maintenance. PART 2 PRODUCTS -Not Used PART 3 EXECUTION 3.1 ALTERATION PROCEDURES A. Entire facility will be occupied for normal operations during progress of construction. Cooperate with Owner in scheduling operations to minimize conflict and to permit continuous usage. 1. Perform Work not to interfere with operations of occupied areas. 2. Keep utility and service outages to a minimum and perform only after written approval of Owner. 3. Clean Owner-occupied areas daily. Clean spillage,overspray,and heavy collection of dust in Owner-occupied areas immediately. B. Materials: As specified in product Sections;match existing products with new products for patching and extending Work. C. Employ original and/or skilled and experienced installer to perform alteration and renovation Work. D. Cut,move,or remove items as necessary for access to alterations and renovation Work. Replace and restore at completion. Comply with Section 01 70 00-Execution and Closeout Requirements E. Remove unsuitable material not marked for salvage, including rotted wood,corroded metals, and deteriorated masonry and concrete. Replace materials as specified for finished Work. F. Remove debris and abandoned items from area and from concealed spaces. G. Prepare surface and remove surface finishes to permit installation of new Work and finishes. Administrative Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements City of Round Rock H. Close openings in exterior surfaces to protect existing Work from weather and extremes of temperature and humidity. I. Remove, cut,and patch Work to minimize damage and to permit restoring products and finishes to original or specified condition. J. Refinish existing visible surfaces to remain in renovated rooms and spaces,to specified condition for each material,with neat transition to adjacent finishes. K. Where new Work abuts or aligns with existing Work,provide smooth and even transition. Patch Work to match existing adjacent Work in texture and appearance. L. When finished surfaces are cut so that smooth transition with new Work is not possible, terminate existing surface along straight line at natural line of division and submit recommendation to Engineer for review. M. Where change of plane of 1/4 inch or more occurs,submit recommendation for providing smooth transition to Engineer for review. N. Trim existing doors to clear new floor finish. Refinish trim to original or specified condition. O. Patch or replace portions of existing surfaces that are damaged, lifted,discolored,or showing other imperfections. P. Finish surfaces as specified in individual product Sections. END OF SECTION Administrative Requirements 013000-5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 01 32 16-CONSTRUCTION PROGRESS SCHEDULE PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittals. B. Quality assurance. C. Format for network analysis schedules. D. Network analysis schedules. E. Bar chart schedules. F. Review and evaluation. G. Updating schedules. H. Distribution. 1.2 SUBMITTALS A. Within 10 days after date of Owner-Contractor Agreement, submit proposed preliminary network diagram defining planned operations for first 60 days of Work,with general outline for remainder of Work. B. Participate in review of preliminary and complete network diagrams jointly with Engineer. C. Within 20 days after joint review of proposed preliminary network diagram,submit draft of proposed complete network diagram for review. Include written certification that major Subcontractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete network analysis consisting of network diagrams and mathematical analyses. E. Submit updated network schedules with each Application for Payment. F. Submit one opaque reproduction. G. Post as electronic file to Project website. H. Submit network schedules under transmittal letter form specified in Section 01 33 00- Submittal Procedures. I. Schedule Updates: 1. Overall percent complete,projected and actual. 2. Completion progress by listed activity and sub-activity,to within five working days prior to submittal. Construction Progress Schedule 01 32 16- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3. Changes in Work scope and activities modified since submittal. 4. Delays in submittals or resubmittals, deliveries, or Work. 5. Adjusted or modified sequences of Work. 6. Other identifiable changes. 7. Revised projections of progress and completion. J. Narrative Progress Report: 1. Submit with each monthly submission of Progress Schedule. 2. Summary of Work completed during the past period between reports. 3. Work planned during the next period. 4. Explanation of differences between summary of Work completed and Work planned in previously submitted report. 5. Current and anticipated delaying factors and estimated impact on other activities and completion milestones. 6. Corrective action taken or proposed. 1.3 QUALITY ASSURANCE A. Scheduler: Contractor's personnel specializing in CPM scheduling with two years'minimum experience in scheduling construction work of complexity comparable to the Project and having use of computer facilities capable of delivering detailed graphic printout within 48 hours of request. B. Contractor's Administrative Personnel:two years'minimum experience in using and monitoring CPM schedules on comparable Projects. 1.4 FORMAT FOR NETWORK ANALYSIS SCHEDULE A. Listings: Reading from left to right, in ascending order for each activity. Identify each activity with applicable Specification Section number. B. Diagram Sheet Size:22 inches high x 34 inches wide. C. Scale and Spacing: To allow for notations and revisions. 1.5 NETWORK ANALYSIS SCHEDULES A. Prepare network analysis diagrams and supporting mathematical analyses using critical path method. B. Illustrate order and interdependence of activities and sequence of Work; how start of given activity depends on completion of preceding activities,and how completion of activity may restrain start of subsequent activities. C. Illustrate complete sequence of construction by activity, identifying Work of separate stages. Indicate dates for submittals, including dates for Owner-furnished items, and return of submittals; dates for procurement and delivery of critical products;and dates for installation and provision for testing. Include legend for symbols and abbreviations used. Construction Progress Schedule 01 32 16-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Mathematical Analysis: Tabulate each activity of detailed network diagrams using calendar dates, and identify for each activity: 1. Preceding and following event numbers. 2. Activity description. 3. Estimated duration of activity, in maximum 30-day intervals. Status of critical activities. 4. Earliest start date. 5. Earliest finish date. 6. Actual start date. 7. Actual finish date. 8. Latest start date. 9. Latest finish date. 10. Total and free float;accrue float time to Owner and to Owner's benefit. 11. Monetary value of activity,keyed to Schedule of Values. 12. Percentage of activity completed. 13. Responsibility. E. Analysis Program: Capable of compiling monetary value of completed and partially completed activities,of accepting revised completion dates,and of recomputing of scheduled dates and float. F. Required Sorts: List activities in sorts or groups: 1. By preceding Work item or event number from lowest to highest. 2. By longest float,then in order of early start. 3. By responsibility in order of earliest possible start date. 4. In order of latest allowable start dates. 5. In order of latest allowable finish dates. 6. Contractor's periodic payment request sorted by Schedule of Values list. 7. List of basic input data-generating report. 8. List of activities on critical path. G. Prepare sub-schedules for each stage of Work identified in Section 0110 00-Summary. H. Coordinate contents with Schedule of Values in Section 01 33 00-Submittal Procedures. 1.6 BAR CHART SCHEDULES A. Format: Bar chart Schedule,to include at least: 1. Identification and listing in chronological order of those activities reasonably required to complete the Work, including: a. Subcontract Work. b. Major equipment design, fabrication,factory testing, and delivery dates including required lead times. c. Move-in and other preliminary activities. d. Equipment and equipment system test and startup activities. e. Project closeout and cleanup. f. Work sequences,constraints,and milestones. 2. Listings identified by Specification Section number. 3. Identification of the following: a. Horizontal time frame by year, month, and week. b. Duration,early start,and completion for each activity and sub-activity. Construction Progress Schedule 01 32 16-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock c. Critical activities and Project float. d. Sub-schedules to further define critical portions of Work. 1.7 REVIEW AND EVALUATION A. Participate in joint review and evaluation of schedules with Engineer at each submittal. B. Evaluate Project status to determine Work behind schedule and Work ahead of schedule. C. After review,revise schedules incorporating results of review,and resubmit within 10 days. 1.8 UPDATING SCHEDULES A. Maintain schedules to record actual start and finish dates of completed activities. B. Indicate progress of each activity to date of revision,with projected completion date of each activity. Update schedules to depict current status of Work. C. Identify activities modified since previous submittal,major changes in Work, and other identifiable changes. D. Upon approval of a Change Order, include the change in the next schedule submittal. E. Indicate changes required to maintain Date of Substantial Completion. F. Submit sorts as required to support recommended changes. G. Prepare narrative report to define problem areas,anticipated delays,and impact on schedule. Report corrective action taken or proposed and its effect including effects of changes on schedules of separate Contractors. 1.9 DISTRIBUTION A. Following joint review, distribute copies of updated schedules to Contractor's Project site file, to Subcontractors, suppliers, Engineer, Owner, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in schedules. PART 2 PRODUCTS-Not Used PART 3 EXECUTION-Not Used END OF SECTION Construction Progress Schedule 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 01 33 00-SUBMITTAL PROCEDURES PART 1 GENERAL 1.1 SECTION INCLUDES A. Submittal procedures. B. Construction progress schedules. C. Proposed product list. D. Product data. E. Use of electronic CAD files of Project Drawings. F. Shop Drawings. G. Samples. H. Design data. I. Test reports. J. Certificates. K. Manufacturer's instructions. L. Manufacturer's field reports. M. Erection Drawings. N. Contractor review. O. Engineer review. 1.2 SUBMITTAL PROCEDURES A. Submittals shall be directly from the Contractor. Submittals from others(i.e., suppliers or subcontractors)shall not be accepted. B. Transmit each submittal on an Engineer accepted form. C. Sequentially number transmittal forms.Mark revised submittals with original number and sequential alphabetic suffix. D. Identify Project, Contractor, subcontractor and supplier; pertinent drawing and detail number, and specification section number,appropriate to submittal. Submittal Procedures 013300- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock E. Apply Contractor's stamp,signed or initialed certifying that review,approval,verification of products required,field dimensions,adjacent construction Work,and coordination of information is in accordance with requirements of the Work and Contract Documents. F. Schedule submittals to expedite Project and deliver to Engineer at business address. Coordinate submission of related items. G. For each submittal for review, allow 15 days excluding delivery time to and from Contractor. H. Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. I. Allow space on submittals for Contractor and Engineer review stamps. J. When revised for resubmission, identify changes made since previous submission. K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report inability to comply with requirements. L. Submittals not requested will not be recognized or processed. M. Incomplete Submittals: Engineer will not review. Complete submittals for each item are required. Delays resulting from incomplete submittals are not the responsibility of Engineer. 1.3 CONSTRUCTION PROGRESS SCHEDULES A. Comply with Section 01 32 16-Construction Progress Schedule(when required) 1.4 PROPOSED PRODUCT LIST A. Within 15 days after date of Notice to Proceed, submit list of major products proposed for use, with name of manufacturer,trade name,and model number of each product. B. For products specified only by reference standards, indicate manufacturer,trade name,model or catalog designation,and reference standards. 1.5 PRODUCT DATA A. Product Data:Action Submittal: Submit to Engineer for review for assessing conformance with information given and design concept expressed in Contract Documents. B. After approval by Engineer,provide three hard copies Engineer will retain for record. C. In addition to hard copies,post electronic submittals as PDF electronic files to Project website. D. Mark each copy to identify applicable products,models, options, and other data. Supplement manufacturers'standard data to provide information specific to this Project. E. Indicate product utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. Submittal Procedures 013300-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock F. After review,produce copies and distribute according to "Submittal Procedures"Article and for record documents described in Section 01 70 00-Execution and Closeout Requirements. 1.6 ELECTRONIC CAD FILES OF PROJECT DRAWINGS A. Electronic CAD Files of Project Drawings: May only be used to expedite production of Shop Drawings for the Project. Use for other Projects or purposes is not allowed. B. Electronic CAD Files of Project Drawings: Distributed only under the following conditions: 1. Use of files is solely at receiver's risk.Engineer does not warrant accuracy of files. Receiving files in electronic form does not relieve receiver of responsibilities for measurements, dimensions,and quantities set forth in Contract Documents.In the event of ambiguity,discrepancy,or conflict between information on electronic media and that in Contract Documents,notify Engineer of discrepancy and use information in hard-copy Drawings and Specifications. 2. CAD files do not necessarily represent the latest Contract Documents,existing conditions,and as-built conditions. Receiver is responsible for determining and complying with these conditions and for incorporating addenda and modifications. 3. User is responsible for removing information not normally provided on Shop Drawings and removing references to Contract Documents. Shop Drawings submitted with information associated with other trades or with references to Contract Documents will not be reviewed and will be immediately returned. 4. Receiver shall not hold Engineer responsible for data or file clean-up required to make files usable,nor for error or malfunction in translation, interpretation,or use of this electronic information. 5. Receiver shall understand that even though Engineer has computer virus scanning software to detect presence of computer viruses,there is no guarantee that computer viruses are not present in files or in electronic media. 6. Receiver shall not hold Engineer responsible for such viruses or their consequences,and shall hold Engineer harmless against costs, losses, or damage caused by presence of computer virus in files or media. 1.7 SHOP DRAWINGS A. Shop Drawings: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Indicate special utility and electrical characteristics,utility connection requirements,and location of utility outlets for service for functional equipment and appliances. C. When required by individual Specification Sections,provide Shop Drawings signed and sealed by a professional Engineer responsible for designing components shown on Shop Drawings. 1. Include signed and sealed calculations to support design. 2. Submit Shop Drawings and calculations in form suitable for submission to and approval by authorities having jurisdiction. 3. Make revisions and provide additional information when required by authorities having jurisdiction. Submittal Procedures 013300-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Submit number of opaque reproductions Contractor requires, plus two copies Engineer will retain. E. After review,produce copies and distribute according to "Submittal Procedures" Article and for record documents described in Section 01 70 00-Execution and Closeout Requirements. 1.8 SAMPLES A. Samples: Action Submittal: Submit to Engineer for assessing conformance with information given and design concept expressed in Contract Documents. B. Samples for Selection as Specified in Product Sections: 1. Submit to Engineer for aesthetic, color,and finish selection. 2. Submit Samples of finishes,textures,and patterns for Architect/Engineer selection. C. Submit Samples to illustrate functional and aesthetic characteristics of products,with integral parts and attachment devices. Coordinate Sample submittals for interfacing work. D. Include identification on each Sample,with full Project information. E. Submit number of Samples specified in individual Specification Sections;Engineer will retain one Sample. F. Reviewed Samples that may be used in the Work are indicated in individual Specification Sections. G. Samples will not be used for testing purposes unless specifically stated in Specification Section. H. After review,produce copies and distribute according to "Submittal Procedures"Article and for record documents described in Section 01 70 00-Execution and Closeout Requirements. 1.9 TEST REPORTS A. Submit test reports to the Engineer for assessing conformance and compliance to the Contract Documents. 1.10 DESIGN DATA A. Submit for Engineer's knowledge as contract administrator or for Owner. B. Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.11 TEST REPORTS A. Informational Submittal: Submit reports for Engineer's knowledge as Contract administrator or for Owner. Submittal Procedures 013300-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Submit test reports for information for assessing conformance with information given and design concept expressed in Contract Documents. 1.12 CERTIFICATES A. Informational Submittal: When specified in Technical Specifications, submit certification by manufacturer, installation/application Subcontractor,or Contractor to Engineer, in quantities specified for Product Data. B. Manufacturer's Certificate of Compliance: 1. When so specified, a Manufacturer's Certificate of Compliance, a copy of which is attached to this section, shall be completed in full, signed by the entity supplying the product,material, or service, and submitted prior to shipment of product or material or the execution of the services. 2. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data,affidavits, and certifications as appropriate. 3. Certificates may be recent or previous test results on material or product but must be acceptable to Architect/Engineer. C. Manufacturer's Certificate of Proper Installation: 1. When so specified, a Manufacturer's Certificate of Proper Installation form,a copy of which is attached to this section, shall be completed and signed by the equipment manufacturer's representative. 2. Such form shall certify that the signing party is a duly authorized representative of the manufacturer, is empowered by the manufacturer to inspect,approve, and operate their equipment and is authorized to make recommendations required to assure that the equipment is complete and operational. 1.13 MANUFACTURER'S INSTRUCTIONS A. Informational Submittal: When specified in Technical Specifications,submit manufacturer's installation instructions for Engineer's knowledge as Contract administrator or for Owner. B. Submit printed instructions for delivery,storage, assembly, installation, startup, adjusting, and finishing,to Engineer for delivery to Owner in quantities specified for Product Data. C. Indicate special procedures,perimeter conditions requiring special attention,and special environmental criteria required for application or installation. 1.14 MANUFACTURER'S FIELD REPORTS A. Informational Submittal: Submit reports for Engineer's knowledge as Contract administrator or for Owner. B. Submit report in duplicate within three days of observation to Engineer for information. C. Submit reports for information for limited purposes of assessing conformance with information given and design concept expressed in Contract Documents. Submittal Procedures 013300-5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.15 ERECTION DRAWINGS A. Informational Submittal: Submit Drawings for Engineer's benefit as Contract administrator or for Owner. B. Submit Drawings for information assessing conformance with information given and design concept expressed in Contract Documents. C. Data indicating inappropriate or unacceptable Work may be subject to action by Engineer or Owner. 1.16 CONTRACTOR REVIEW A. Review for compliance with Contract Documents and approve submittals before transmitting to Engineer. B. Contractor: Responsible for: 1. Determination and verification of materials including manufacturer's catalog numbers. 2. Determination and verification of field measurements and field construction criteria. 3. Checking and coordinating information in submittal with requirements of Work and of Contract Documents. 4. Determination of accuracy and completeness of dimensions and quantities. 5. Confirmation and coordination of dimensions and field conditions at Site. 6. Construction means,techniques, sequences, and procedures. 7. Safety precautions. 8. Coordination and performance of Work of all trades. C. Stamp, sign or initial, and date each submittal to certify compliance with requirements of Contract Documents. D. Do not fabricate products or begin Work for which submittals are required until approved submittals have been received from Engineer. 1.17 ENGINEER REVIEW A. Do not make"mass submittals" to Engineer. "Mass submittals" are defined as six or more submittals or items in one day or 15 or more submittals or items in one week. If"mass submittals" are received,Engineer's review time stated above will be extended as necessary to perform proper review. Engineer will review"mass submittals" based on priority determined by Engineer after consultation with Owner. B. Informational submittals and other similar data are for Engineer's information,do not require Engineer's responsive action, and will not be reviewed or returned with comment. C. Submittals made by Contractor that are not required by Contract Documents may be returned without action. D. Submittal approval does not authorize changes to Contract requirements unless accompanied by Change Order,Field Order, or Work Change Directive. Submittal Procedures 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PART 2 PRODUCTS-Not Used PART 3 EXECUTION- 3.1 SUPPLEMENTS A. The supplements listed below, following"End of Section",are part of this Specification. 1. Form: Manufacturer's Certificate of Compliance. 2. Form: Manufacturer's Certificate of Proper Installation. END OF SECTION Submittal Procedures 013300-7 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock MANUFACTURER'S CERTIFICATE OF COMPLIANCE OWNER: PRODUCT,MATERIAL,OR SERVICE SUBMITTED: PROJECT NAME: PROJECT NO: Comments: I hereby certify that the above-referenced product,material,or service called for by the contract for the named project will be furnished in accordance with all applicable requirements.I further certify that the product,material,or service are of the quality specified and conform in all respects with the contract requirements and are in the quantity shown. Date of Execution: ,20 Manufacturer: Manufacturer's Authorized Representative(print): (Authorized Signature) 01 33 00 SUPPLEMENT- 1 Submittal Procedures 013300-8 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock MANUFACTURER'S CERTIFICATE OF PROPER INSTALLATION OWNER EQPT SERIAL NO: EQPT TAG NO: EQPT/SYSTEM: PROJECT NO: SPEC.SECTION: I hereby certify that the above-referenced equipment/system has been: (Check Applicable) LI Installed in accordance with Manufacturer's recommendations. ❑ Inspected,checked,and adjusted. LI Serviced with proper initial lubricants. LI Electrical and mechanical connections meet quality and safety standards. LI All applicable safety equipment has been properly installed. ❑ Functional tests. LI System has been performance tested and meets or exceeds specified performance requirements(when complete system of one manufacturer). Note:Attach any performance test documentation from manufacturer. Comments: I,the undersigned Manufacturer's Representative,hereby certify that I am(i)a duly authorized representative of the manufacturer,(ii)empowered by the manufacturer to inspect,approve,and operate his equipment and (iii)authorized to make recommendations required to assure that the equipment furnished by the manufacturer is complete and operational,except as may be otherwise indicated herein.I further certify that all information contained herein is true and accurate. Date: ,20 Manufacturer: By Manufacturer's Authorized Representative: (Authorized Signature) 01 33 00 SUPPLEMENT-2 Submittal Procedures 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 01 40 00-QUALITY REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Quality control. B. Tolerances. C. References. D. Labeling. E. Testing and inspection services. F. Manufacturers' field services. 1.2 QUALITY CONTROL A. Monitor quality control over suppliers, manufacturers,products, services, Site conditions, and workmanship,to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. When manufacturers' instructions conflict with Contract Documents, request clarification from Engineer before proceeding. D. Products, materials,and equipment may be subject to inspection by Engineer and Owner at place of manufacture or fabrication. Such inspections shall not relieve Contractor of complying with requirements of Contract Documents. E. Supervise performance of Work in such manner and by such means to ensure that Work, whether completed or in progress,will not be subjected to harmful, dangerous, damaging, or otherwise deleterious exposure during construction period. 1.3 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' recommended tolerances and tolerance requirements in reference standards. When such tolerances conflict with Contract Documents, request clarification from Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. Quality Requirements 014000- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.4 REFERENCES A. For products or workmanship specified by association,trade, or other consensus standards, comply with requirements of standard except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard by date of issue current as of date for receiving Bids except where specific date is established by code. C. Obtain copies of standards and maintain on Site when required by product Specification Sections. D. When requirements of indicated reference standards conflict with Contract Documents, request clarification from Engineer before proceeding. E. Neither contractual relationships, duties,or responsibilities of parties in Contract nor those of Engineer shall be altered from Contract Documents by mention or inference in reference documents. 1.5 LABELING A. Attach label from agency approved by authorities having jurisdiction for products, assemblies, and systems required to be labeled by applicable code. B. Label Information: Include manufacturer's or fabricator's identification,approved agency identification,and the following information, as applicable,on each label: 1. Model number. 2. Serial number. 3. Performance characteristics. C. Manufacturer's Nameplates,Trademarks,Logos, and Other Identifying Marks on Products: Not allowed on surfaces exposed to view in public areas, interior or exterior. 1.6 TESTING AND INSPECTION SERVICES A. Owner will employ and pay for specified services of an independent firm to perform testing and inspection. B. Independent testing firm will perform tests,inspections,and other services specified in individual Specification Sections and as required by Engineer. In the event of a conflict in the Contract Documents concerning sampling and testing frequency,the more stringent standard shall be enforced,unless otherwise approved by the Engineer. 1. Laboratory: Authorized to operate in State of Texas. 2. Laboratory Staff:Maintain full-time Professional Engineer on staff to review services. 3. Testing Equipment: Calibrated at reasonable intervals with devices of an accuracy traceable to National Bureau of Standards or accepted values of natural physical constants. C. Testing, inspections,and source quality control may occur on or off Project Site. Perform off- Site testing as required by Engineer or Owner. Quality Requirements 014000-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Cooperate with independent testing firm; furnish samples of materials, design mix, equipment, tools, storage, safe access,and assistance by incidental labor as requested. 1. Notify Engineer and independent testing firm 48 hours before expected time for operations requiring services. 2. Make arrangements with independent testing firm and pay for additional Samples and tests required for Contractor's use. E. Testing and employment of testing agency or laboratory shall not relieve Contractor of obligation to perform Work according to requirements of Contract Documents. F. Retesting or re-inspection required because of nonconformance with specified or indicated requirements shall be performed by same independent testing firm on instructions from Engineer.Payment for retesting or re-inspection will be charged to Contractor by deducting testing charges from Contract Sum/Price. G. Independent Testing Firm Responsibilities: 1. Test Samples of mixes submitted by Contractor. 2. Provide qualified personnel at Site.Cooperate with Engineer and Contractor in performance of services. 3. Perform indicated sampling and testing of products according to specified standards. 4. Ascertain compliance of materials and mixes with requirements of Contract Documents. 5. Promptly notify Engineer and Contractor of observed irregularities or nonconformance of Work or products. 6. Perform additional tests required by Engineer. 7. Attend preconstruction meetings and progress meetings. H. Material Testing Reports:After each test, Independent Testing Firm shall promptly submit two copies of testing reports to Engineer,Contractor,and other entities as directed, indicating observations and results of tests and compliance or noncompliance with Contract Documents. At a minimum, include the following information in testing reports: 1. Date issued. 2. Project title and number. 3. Name of inspector/testing technician. 4. Date and time of sampling or inspection. 5. Identification of product and Specification Section. 6. Location in Project. 7. Type of inspection or test. 8. Date of test. 9. Results of tests. 10. Compliance or noncompliance with Contract Documents. 11. Special observations, if any. Submit final report indicating correction of Work previously reported as noncompliant. Log all test results in an electronic spreadsheet for each test procedure and provide updated versions to Engineer at agreed upon time interval. I. Limits on Independent Testing Firm: 1. Independent Testing Firm may not release, revoke, alter,or enlarge on requirements of Contract Documents. 2. Independent Testing Firm may not approve or accept any portion of the Work. Quality Requirements 014000-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3. Independent Testing Firm may not assume duties of Contractor. 4. Independent Testing Firm has no authority to stop the Work. 1.7 MANUFACTURER'S FIELD SERVICES A. When specified in individual Specification Sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe Site conditions,conditions of surfaces and installation, quality of workmanship, startup of equipment,testing,adjusting, and balancing of equipment as applicable,and to initiate instructions when necessary. B. Submit qualifications of observer to Engineer 30 days in advance of required observations. Observer is subject to approval of Engineer. C. Report observations and Site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturer's written instructions. D. Refer to Section 01 33 00-Submittal Procedures, "Manufacturer's Field Reports"Article. PART 2 PRODUCTS -Not Used PART 3 EXECUTION-Not Used END OF SECTION Quality Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 01 50 00-TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.1 SECTION INCLUDES A. Temporary Utilities: 1. Temporary electricity. 2. Temporary lighting for construction purposes. 3. Temporary heating. 4. Temporary ventilation. 5. Temporary water service. 6. Temporary sanitary facilities. B. Construction Facilities: 1. Field offices and sheds. 2. Vehicular access. 3. Parking. 4. Progress cleaning and waste removal. 5. Project identification. 6. Traffic regulation. 7. Fire-prevention facilities. C. Temporary Controls: 1. Barriers. 2. Enclosures and fencing. 3. Security. 4. Water control. 5. Dust control. 6. Erosion and sediment control. 7. Noise control. 8. Pest and rodent control. 9. Pollution control. D. Removal of utilities,facilities,and controls. 1.2 REFERENCES A. ASTM International: 1. ASTM E 84-Standard Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E 90-Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements. 3. ASTM E 119-Standard Test Methods for Fire Tests of Building Construction and Materials. Temporary Facilities and Controls 015000- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.3 TEMPORARY ELECTRICITY A. Provide and pay for power service required from utility source as needed for construction operation. B. Provide temporary electric feeder from electrical service at location as directed by Engineer. Do not disrupt Owner's use of service. C. Complement existing power service capacity and characteristics as required for construction operations. D. Provide power outlets with branch wiring and distribution boxes located as required for construction operations. Provide suitable,flexible power cords as required for portable construction tools and equipment. E. Provide main service disconnect and overcurrent protection at feeder switch at source distribution equipment. F. Permanent convenience receptacles may be used during construction. G. Provide distribution equipment,wiring,and outlets for single-phase branch circuits for power and lighting. 1. Provide 20-ampere duplex outlets, single-phase circuits for power. 2. Provide 20-ampere, single-phase branch circuits for lighting. 1.4 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A. Provide and maintain lighting for construction operations. B. Provide branch wiring from power source to distribution boxes with lighting conductors, pigtails, lamps, and the like, for specified lighting levels. C. Maintain lighting and provide routine repairs. D. Permanent lighting may be used during construction. 1.5 TEMPORARY HEATING A. Existing heating systems may be used during construction. B. Before operating permanent equipment for temporary heating purposes,verify installation is approved for operation, equipment is lubricated, and filters are in place. Provide and pay for operation,maintenance,and regular replacement of filters and worn or consumed parts. Replace filters at Substantial Completion. C. Maintain minimum ambient temperature of 50 degrees F in indoor areas where construction is in progress unless indicated otherwise in individual product Sections. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.6 TEMPORARY VENTILATION A. Ventilate enclosed areas to achieve curing of materials,to dissipate humidity, and to prevent accumulation of dust,fumes,vapors,or gases. B. Use existing ventilation equipment. Extend and supplement equipment with temporary fan units as required to maintain clean air for construction operations. 1.7 TEMPORARY WATER SERVICE A. Provide and pay for suitable quality water service as needed to maintain specified conditions for construction operations. Extend branch piping with outlets located so that water is available by hoses with threaded connections. Provide temporary pipe insulation and heat tape to prevent freezing. 1.8 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Existing facility use is not permitted. Provide facilities at time of Project mobilization. B. At end of construction,return existing facilities used for construction operations to same or better condition as original condition. 1.9 FIELD OFFICES AND SHEDS A. Do not use existing facilities for field offices or for storage. B. Field Office: Weathertight,with lighting,electrical outlets, heating,cooling and ventilating equipment,and equipped with sturdy furniture including drawing display table. C. Provide space for Project meetings,with table and chairs to accommodate six persons. D. Locate field offices and sheds a minimum distance of 30 feet from existing and new structures. E. Do not use permanent facilities for field offices or for storage. F. Construction: Portable or mobile buildings, or buildings constructed with floors raised aboveground, securely fixed to foundations with steps and landings at entrance doors. 1. Construction: Structurally sound, secure,weathertight enclosures for office and storage spaces.Maintain during progress of Work;remove enclosures when no longer needed. 2. Thermal Resistance of Floors, Walls,and Ceilings: Compatible with occupancy and storage requirements. 3. Exterior Materials: Weather-resistant,finished in one color acceptable to Engineer. 4. Interior Materials in Field Offices: Sheet-type materials for walls and ceilings, prefinished or painted;resilient floors and bases. 5. Interior Materials in Storage Sheds: As required to provide specified conditions for storage of products. G. Environmental Control: Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Heating, Cooling,and Ventilating for Offices: Automatic equipment to maintain comfort conditions. 2. Storage Spaces:Heating and ventilating as needed to maintain products according to Contract Documents; lighting for maintenance and inspection of products. H. Storage Areas and Sheds: Size to storage requirements for products of individual Sections, allowing for access and orderly provision for maintenance and inspection of products to suit requirements in Section 01 60 00-Product Requirements. I. Preparation: Fill and grade Sites for temporary structures sloped for drainage away from buildings. J. Installation: 1. Install field office spaces ready for occupancy 15 days after date established by Owner- Contractor Agreement. 2. Employee Residential Occupancy:Not allowed on Owner's property. K. Maintenance and Cleaning: 1. Weekly janitorial services for field offices; periodic cleaning and maintenance for sheds and storage areas. 2. Maintain walks free of mud,water, snow,and the like. L. Removal: At completion of Work remove buildings,foundations,utility services, and debris. Restore areas to same or better condition as original condition. 1.10 VEHICULAR ACCESS A. Construct temporary all-weather access roads from public thoroughfares to serve construction area,of width and load-bearing capacity to accommodate unimpeded traffic for construction purposes. B. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. C. Extend and relocate vehicular access as Work progress requires and provide detours as necessary for unimpeded traffic flow. D. Location as approved by Engineer. E. Provide unimpeded access for emergency vehicles.Maintain 20 foot-wide driveways with turning space between and around combustible materials. F. Provide and maintain access to fire hydrants and control valves free of obstructions. G. Provide means of removing mud from vehicle wheels before entering streets. H. Use designated existing on-Site roads for construction traffic. 1.11 PARKING A. Construct temporary gravel surface parking areas to accommodate construction personnel. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Location as approved by Engineer. C. If Site space is not adequate,provide additional off-Site parking. D. Use of existing on-Site streets and driveways used for construction traffic is not permitted. Tracked vehicles are not allowed on paved areas. E. Use of designated areas of existing parking facilities used by construction personnel is not permitted. F. Do not allow heavy vehicles or construction equipment in parking areas. G. Do not allow vehicle parking on existing pavement. H. Designate one parking space for Engineer and Owner. I. Permanent Pavements and Parking Facilities: 1. Before Substantial Completion,bases for permanent roads and parking areas may be used for construction traffic. 2. Avoid traffic loading beyond paving design capacity. Tracked vehicles are not allowed. 3. Use of permanent parking structures is not permitted. J. Maintenance: 1. Maintain traffic and parking areas in sound condition free of excavated material, construction equipment,products,mud, snow, ice,and the like. 2. Maintain existing and permanent paved areas used for construction;promptly repair breaks,potholes, low areas, standing water,and other deficiencies,to maintain paving and drainage in original condition. K. Removal,Repair: 1. Remove temporary materials and construction before Substantial Completion. 2. Remove underground Work and compacted materials to depth of 2 feet; fill and grade Site as indicated. 3. Repair existing facilities damaged by use,to original condition. L. Mud from Site vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.12 PROGRESS CLEANING AND WASTE REMOVAL A. Maintain areas free of waste materials,debris, and rubbish.Maintain Site in clean and orderly condition. B. Remove debris and rubbish from pipe chases,plenums,attics, crawl spaces,and other closed or remote spaces, before enclosing spaces. C. Broom and vacuum clean interior areas before starting surface finishing, and continue cleaning to eliminate dust. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Collect and remove waste materials,debris, and rubbish from Site periodically and dispose of off-Site. E. Open free-fall chutes are not permitted.Terminate closed chutes into appropriate containers with lids. F. Comply with all applicable local, state, and federal requirements regarding excess and waste material, including methods of handling and disposal. 1.13 PROJECT IDENTIFICATION A. Project Identification Sign: 1. One painted sign, 32-sq ft area,bottom 4 feet aboveground. 2. Content: a. Project number,title,logo,and name of Owner. b. Names and titles of authorities. c. Names and titles of Engineer and Consultants. d. Name of Prime Contractor. 3. Graphic Design, Colors, and Style of Lettering: Designated by Engineer. B. Project Informational Signs: 1. Painted informational signs of same colors and lettering as Project identification sign or standard products; size lettering for legibility at 100-foot distance. 2. Provide sign at each field office and storage shed,and provide directional signs to direct traffic into and within Site. Relocate as Work progress requires. 3. No other signs are allowed without Owner's permission except those required by law. C. Design sign and structure to withstand 70-mph wind velocity. D. Sign Painter: Experienced as professional sign painter for minimum of three years. E. Finishes,Painting: Adequate to withstand weathering,fading,and chipping for duration of construction. F. Show content,layout, lettering, color,foundation, structure, sizes, and grades of members. G. Sign Materials: 1. Structure and Framing:New wood,structurally adequate. 2. Sign Surfaces: Exterior grade plywood with medium-density overlay, minimum of 3/4 inches thick,standard large sizes to minimize joints. 3. Rough Hardware: Galvanized. 4. Paint and Primers: Exterior quality,two coats; sign background of color as selected. 5. Lettering: Exterior quality paint,contrasting colors as selected. H. Installation: 1. Install Project identification sign within 15 days after date established by Notice to Proceed. 2. Erect at designated location. 3. Erect supports and framing on secure foundation,rigidly braced and framed to resist wind loadings. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 4. Install sign surface plumb and level,with butt joints. Anchor securely. 5. Paint exposed surfaces of sign,supports, and framing. I. Maintenance:Maintain clean signs and supports;repair deterioration and damage. J. Removal: Remove signs, framing, supports,and foundations at completion of Project and restore area. 1.14 TRAFFIC REGULATION A. Signs, Signals,and Devices: 1. Post-Mounted and Wall-Mounted Traffic Control and Informational Signs:As approved by authorities having jurisdiction. 2. Traffic Control Signals: As approved by local jurisdictions. 3. Traffic Cones,Drums, Flares,and Lights: As approved by authorities having jurisdiction. 4. Flag Person Equipment:As required by authorities having jurisdiction. B. Flag Persons:Provide trained and equipped flag persons to regulate traffic when construction operations or traffic encroach on public traffic lanes. C. Flares and Lights: Use flares and lights during hours of low visibility to delineate traffic lanes and to guide traffic. D. Haul Routes: 1. Consult with authorities having jurisdiction and establish public thoroughfares to be used for haul routes and Site access. 2. Confine construction traffic to designated haul routes. 3. Provide traffic control at critical areas of haul routes to regulate traffic and to minimize interference with public traffic. E. Traffic Signs and Signals: 1. Provide signs at approaches to Site and on Site, at crossroads,detours, parking areas, and elsewhere as needed to direct construction and affected public traffic. 2. Provide,operate,and maintain traffic control signals to direct and maintain orderly flow of traffic in areas under Contractor's control and areas affected by Contractor's operations. 3. Relocate signs and signals as Work progresses,to maintain effective traffic control. F. Removal: 1. Remove equipment and devices when no longer required. 2. Repair damage caused by installation. 3. Remove post settings to depth of 2 feet. 1.15 FIRE-PREVENTION FACILITIES A. Prohibit smoking within buildings under construction and demolition. Designate area on Site where smoking is permitted. Provide approved ashtrays in designated smoking areas. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Establish fire watch for cutting,welding,and other hazardous operations capable of starting fires. Maintain fire watch before, during,and after hazardous operations until threat of fire does not exist. C. Portable Fire Extinguishers:NFPA 10; 10-pound capacity,4A-60B: C UL rating. 1. Provide one fire extinguisher at each facility. 2. Provide minimum of one fire extinguisher in every construction trailer and storage shed. 3. Provide minimum of one fire extinguisher on roof during roofing operations using heat- producing equipment. 1.16 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas,to allow for Owner's use of Site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide barricades and covered walkways required by authorities having jurisdiction for public rights-of-way. C. Tree and Plant Protection: Preserve and protect existing trees and plants designated to remain. 1. Protect areas within drip lines from traffic,parking,storage,dumping, chemically injurious materials and liquids,ponding,and continuous running water. 2. Provide 4-foot-high barriers around drip line,with access for maintenance. 3. Replace trees and plants damaged by construction operations. D. Protect non-owned vehicular traffic, stored materials, Site,and structures from damage. 1.17 ENCLOSURES AND FENCING A. Construction: Commercial-grade chain-link fence or orange plastic construction netting. B. Provide 6-foot-high fence around construction Site; equip with vehicular and pedestrian gates with locks. C. Provide orange plastic construction netting around open excavations. D. Exterior Enclosures: 1. Provide temporary weathertight closure of exterior openings to accommodate acceptable working conditions and protection for products,to allow for temporary heating and maintenance of required ambient temperatures identified in individual Specification Sections,and to prevent entry of unauthorized persons. Provide access doors with self- closing hardware and locks. 2. Provide temporary roofing as specified. 1.18 SECURITY A. Security Program: 1. Protect Work premises from theft,vandalism, and unauthorized entry. 2. Initiate program at Project mobilization. 3. Maintain program throughout construction period until directed by Engineer. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Entry Control: 1. Restrict entrance of persons and vehicles to Project Site. 2. Allow entrance only to authorized persons with proper identification. 3. Maintain log of workers and visitors and make available to Owner on request. 4. Coordinate access of Owner's personnel to Site in coordination with Owner's security forces. C. Personnel Identification: 1. Provide identification badge for each person authorized to enter premises. 2. Badge to Include: Personal photograph,name, and employer. 3. Maintain list of accredited persons and submit copy to Owner on request. 4. Require return of badges at expiration of employment on the Work. D. Restrictions: 1. Do not allow cameras on Site or photographs taken except by written approval of Owner. 2. Do no work on Saturdays or Sundays without approval of Owner. 1.19 WATER CONTROL A. Grade Site to drain.Maintain excavations free of water. Provide, operate,and maintain necessary pumping equipment. B. Protect Site from puddles or running water. Provide water barriers as required to protect Site from soil erosion. 1.20 DUST CONTROL A. Execute Work by methods that minimize raising dust from construction operations. B. Provide positive means to prevent airborne dust from dispersing into atmosphere. 1.21 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize surface area of bare soil exposed at one time. C. Provide temporary measures including berms, dikes,drains,and other devices to prevent water flow. D. Construct fill and waste areas by selective placement to avoid erosive surface silts and clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation. Promptly apply corrective measures. 1.22 NOISE CONTROL A. Provide methods,means,and facilities to minimize noise produced by construction operations. Temporary Facilities and Controls 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.23 PEST AND RODENT CONTROL A. Provide methods,means,and facilities to prevent pests and insects from damaging the Work. B. Provide methods,means,and facilities to prevent rodents from accessing or invading premises. 1.24 POLLUTION CONTROL A. Provide methods, means,and facilities to prevent contamination of soil,water,and atmosphere from discharge of noxious,toxic substances and pollutants produced by construction operations. B. Comply with pollution and environmental control requirements of authorities having jurisdiction. C. Control dust caused by the work and comply with pollution control regulations of governing authorities. Sprinkling or similar methods will be permitted to control dust. Use of petroleum products or chlorides is prohibited. Sprinkling must be repeated as needed to keep the disturbed area damp. Dust control shall be performed as the work proceeds whenever a potential for dust nuisance or hazard occurs. D. Burning is not allowed on this project. E. Blasting is not allowed on this project. 1.25 REMOVAL OF UTILITIES,FACILITIES,AND CONTROLS A. Remove temporary utilities, equipment,facilities,and materials before Final Application for Payment inspection. B. Remove underground installations to minimum depth of 2 feet. Grade Site as indicated on Drawings. C. Clean and repair damage caused by installation or use of temporary Work. D. Restore existing and permanent facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. PART 2 PRODUCTS-Not Used PART 3 EXECUTION-Not Used END OF SECTION Temporary Facilities and Controls 01 50 00- 10 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 016000-PRODUCT REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Products. B. Product delivery requirements. C. Product storage and handling requirements. D. Product options. E. Equipment electrical characteristics and components. F. Product substitutions and procedures. 1.2 PRODUCTS A. Specified products define standard of quality,type,function,dimension, appearance,and performance required. B. Furnish products of qualified manufacturers that are suitable for intended use. Furnish products of each type by single manufacturer unless specified otherwise. Confirm that manufacturer's production capacity can provide sufficient product,on time,to meet Project requirements. C. Domestic Products: Except where specified otherwise,domestic products are required and interpreted to mean products mined,manufactured, fabricated,or produced in United States or its territories. D. Do not use materials and equipment removed from existing premises except as specifically permitted by Contract Documents. E. Furnish interchangeable components from same manufacturer for components being replaced. 1.3 PRODUCT DELIVERY REQUIREMENTS A. Transport and handle products according to manufacturer's instructions. B. Promptly inspect shipments to ensure products comply with requirements,quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products; use methods to prevent soiling, disfigurement,or damage. 1.4 PRODUCT STORAGE AND HANDLING REQUIREMENTS A. Store and protect products according to manufacturer's instructions. Product Requirements 016000- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Store products with seals and labels intact and legible. C. Store sensitive products in weathertight,climate-controlled enclosures in an environment suitable to product. D. For exterior storage of fabricated products,place products on sloped supports aboveground. E. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. F. Store loose granular materials on solid flat surfaces in well-drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store products;use methods to prevent soiling, disfigurement,or damage. H. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 1.5 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Products complying with specified reference standards or description. B. Products Specified by Naming One or More Manufacturers: Products of one of manufacturers named and complying with Specifications;no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with Provision for Substitutions: Submit Request for Substitution for any manufacturer not named, according to Section 01 25 00-Substitution Procedures. PART 2 PRODUCTS 2.1 EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS A. Wiring Terminations: Furnish terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Include lugs for terminal box. B. Cord and Plug: Furnish minimum 6-foot long cord and plug including grounding connector for connection to electric wiring system.A cord of longer length may be specified in individual Specification Sections. PART 3 EXECUTION-Not Used END OF SECTION Product Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 01 70 00-EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.1 SECTION INCLUDES A. Field engineering. B. Closeout procedures. C. Starting of systems. D. Demonstration and instructions. E. Minimum start up requirements. F. Project record documents. G. Operation and maintenance data. H. Manual for materials and finishes. I. Manual for equipment and systems. J. Spare parts and maintenance products. K. Product warranties and product bonds. L. Maintenance service. M. Examination. N. Preparation. O. Execution. P. Cutting and patching. Q. Protecting installed construction. R. Final cleaning. 1.2 FIELD ENGINEERING A. Owner will locate and Contractor shall protect survey control and reference points. Promptly notify Engineer of discrepancies discovered. B. Control datum for survey is established by Owner-provided survey indicated on Drawings. Execution and Closeout Requirements 01 70 00- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock C. Retain professional land surveyor or civil engineer registered in state of Texas who shall perform or supervise engineering surveying necessary for additional construction staking and layout. D. Contractor shall verify setbacks and easements; confirm Drawing dimensions and elevations. E. Protect survey control points prior to starting Site Work; preserve permanent reference points during construction. F. Promptly report to Engineer loss or destruction of reference point or relocation required because of changes in grades or other reasons. G. Contractor shall retain Engineer to replace dislocated survey control points based on original survey control. 1.3 CLOSEOUT PROCEDURES A. Prerequisites to Substantial Completion: Complete following items before requesting Certification of Substantial Completion,either for entire Work or for portions of Work: 1. Submit maintenance manuals, Project record documents, digital images of construction photographs, and other similar final record data in compliance with this Section. 2. Complete facility startup,testing,adjusting, balancing of systems and equipment, demonstrations,and instructions to Owner's operating and maintenance personnel as specified in compliance with this Section. 3. Conduct inspection to establish basis for request that Work is substantially complete. Create comprehensive list(initial punch list)indicating items to be completed or corrected,value of incomplete or nonconforming Work,reason for being incomplete,and date of anticipated completion for each item. Include copy of list with request for Certificate of Substantial Completion. 4. Obtain and submit releases enabling Owner's full,unrestricted use of Project and access to services and utilities. Include certificate of occupancy,operating certificates, and similar releases from authorities having jurisdiction and utility companies. 5. Deliver tools, spare parts,extra stocks of material, and similar physical items to Owner. 6. Make final change-over of locks and transmit keys directly to Owner. Advise Owner's personnel of change-over in security provisions. 7. Discontinue or change over and remove temporary facilities and services from Project Site,along with construction tools,mockups, and similar elements. 8. Perform final cleaning according to this Section. B. Prerequisites for Final Completion: Complete following items before requesting final acceptance and final payment. 1. When Contractor considers Work to be complete, submit written certification that: a. Contract Documents have been reviewed. b. Work has been examined for compliance with Contract Documents. c. Work has been completed according to Contract Documents. d. Work is completed and ready for final inspection. 2. Submittals: Submit following: a. Final punch list indicating all items have been completed or corrected. Execution and Closeout Requirements 017000-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock b. Final payment request with final releases and supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. c. Specified warranties,workmanship/maintenance bonds,maintenance agreements, and other similar documents. d. Accounting statement for final changes to Contract Sum. e. Contractor's affidavit of payment of debts and claims on Contractor's Affidavit of Payment of Debts and Claims. f. Contractor affidavit of release of liens on Contractor's Affidavit of Release of Liens. g. Consent of surety to final payment on Consent of Surety to Final Payment Form. 3. Perform final cleaning for Contractor-soiled areas according to this Section. 1.4 STARTING OF SYSTEMS A. Coordinate schedule for startup of various equipment and systems. B. Notify Engineer and Owner seven days prior to startup of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication,drive rotation, belt tension,control sequence, and for conditions which may cause damage. D. Verify that tests, meter readings, and electrical characteristics agree with those required by equipment or system manufacturer. E. Verify that wiring and support components for equipment are complete and tested. F. Execute startup under supervision of manufacturer's representative or Contractors'personnel according to manufacturer's instructions. G. When specified in individual Specification Sections,require manufacturer to provide authorized representative who will be present at Site to inspect,check, and approve equipment or system installation prior to startup and will supervise placing equipment or system in operation. H. Submit a written report according to Section 01 33 00-Submittal Procedures that equipment or system has been properly installed and is functioning correctly. 1.5 DEMONSTRATION AND INSTRUCTIONS A. Demonstrate operation and maintenance of products to Owner's personnel two weeks prior to date of Substantial Completion. B. Demonstrate Project equipment and instruction at project site at the Round Rock raw water intake. Demonstration and instruction to be performed by qualified manufacturer's representative who is knowledgeable about the Project. C. For equipment or systems requiring seasonal operation,perform demonstration for other season within six months. Execution and Closeout Requirements 017000-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Use operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain all aspects of operation and maintenance. E. Demonstrate startup,operation, control, adjustment,troubleshooting, servicing, maintenance, and shutdown of each item of equipment at agreed time,at equipment location. F. Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. G. Required instruction time for each item of equipment and system is specified in individual Specification Sections. H. Required instruction time for each item of equipment and system is specified in individual sections. The manufacturer's instructor shall present at least one "hands-on" demonstration of common corrective maintenance repairs so that all operation and maintenance personnel have the opportunity to witness the demonstration.The manufacturer shall provide the tools and equipment to conduct the demonstrations. I. In any "hands-on" training situation where Owner's operation or maintenance personnel participate in disassembly or assembly of equipment components,the manufacturer shall be responsible for such disassembly or assembly and shall provide written certification of proper equipment operation to the Engineer. 1.6 MINIMUM START UP REQUIREMENTS A. Bearings and Shafting. 1. Inspect for cleanliness,clean and remove run rough or noisy. 2. Lubricate as necessary, in accordance with manufacturer's recommendations. B. Drives. 1. Adjust tension in V-belt drives,and adjust varipitch sheaves and drives for proper equipment speed. 2. Adjust drives for alignment of sheaves and V-belts. 3. Clean and remove foreign materials before starting operation. C. Motors. 1. Check each motor for comparison to amperage nameplate value. 2. Correct conditions which produce excessive current flow and which exist due to equipment malfunction. D. Pumps. 1. Check glands and seals for cleanliness and adjustment before running pumps. 2. Inspect shaft sleeves for scoring. 3. Inspect mechanical faces, chambers,and seal rings,and replace if defective. 4. Verify that piping system is free of dirt,debris and scale before circulating liquid through the pump. E. Valves. 1. Inspect hand and automatic control valves,clean bonnets and stems. Execution and Closeout Requirements 017000-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2. Tighten packing glands to assure no leakage, but permit valve stems to operate without galling. 3. Replace packing in valves to retain maximum adjustment after system is judged complete. 4. Replace packing on any valve which continues to leak. 5. Remove and repair bonnets which leak. 6. Coat packing gland threads and valve stems with a surface preparation of"Moly-Cote" or "Mallow-Pro", after cleaning. F. Verify that control valve seats are free from foreign material,and are properly positioned for intended use. G. Tighten all pipe joints after system has been placed in operation. Replace gaskets which show any sign of leakage after tightening. H. Inspect all joints for leakage. 1. Promptly remake each joint which appears to be faulty,do not wait for rust to form. 2. Clean threads on both parts, apply compound and remake joints. I. After system has been placed in operation,clean strainers, dirt pockets,orifices,valve seats and headers in fluid system,to assure freedom from foreign materials. J. Open traps and air vents where used,remove operating elements. Clean thoroughly, replace internal parts,and put back into operation. K. Remove rust,scale and foreign material from equipment and renew defaced surfaces. L. Set and calibrate equipment, including all electrical and control systems. M. Inspect fan wheels for clearance and balance. Provide factory-authorized personnel for adjustment when needed. N. Check each electrical control and power circuit to assure that operation complies with specifications and requirements to provide desired performance. O. Inspect each pressure gauge and thermometer for calibration. Replace items which are defaced,broken or,or which read incorrectly. P. Repair damaged insulation. Q. Vent gasses trapped in any part of systems. Verify that liquids are drained from all parts of gas or air systems. R. Reports to Engineer indicating observations and results of tests and indicating compliance or non-compliance with requirements of Contract Documents. 1.7 PROJECT RECORD DOCUMENTS A. Maintain on Site one set of the following record documents;record actual revisions to the Work: Execution and Closeout Requirements 017000-5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed Shop Drawings,product data,and Samples. 6. Manufacturer's instruction for assembly, installation,and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress,not less than weekly. E. Specifications: Legibly mark and record,at each product Section, description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates used. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction as follows: 1. Include Contract modifications such as Addenda,supplementary instructions,change directives,field orders, minor changes in the Work,and change orders. 2. Include locations of concealed elements of the Work. 3. Identify depth of buried utility lines and provide dimensions showing distances from permanent facility components that are parallel to utilities. 4. Dimension ends, corners,and junctions of buried utilities to permanent facility components using triangulation. 5. Identify and locate existing buried or concealed items encountered during Project. 6. Measured depths of foundations in relation to vertical datum. 7. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 8. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 9. Field changes of dimension and detail. 10. Details not on original Drawings. G. Submit marked-up paper copy documents to Engineer with claim for final Application for Payment. H. Submit PDF electronic files of marked-up documents to Engineer with claim for final Application for Payment. 1.8 OPERATION AND MAINTENANCE DATA A. Submit data bound in 8-1/2 x 11-inch text pages,three D side ring binders with durable plastic covers. Execution and Closeout Requirements 017000-6 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. After all preliminary data has been found to be acceptable to Engineer and Owner,submit Operation and Maintenance data in Portable Document Format(PDF)on a storage media. Files to be fully functional and viewable in the most recent version of Adobe Acrobat. C. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS,"title of Project,and subject matter of binder when multiple binders are required. D. Internally subdivide binder contents with permanent page dividers, logically organized as described below; with tab titling clearly printed under reinforced laminated plastic tabs. E. Drawings: Provide with reinforced punched binder tab.Bind in with text; fold larger drawings to size of text pages. F. Contents: Prepare table of contents for each volume,with each product or system description identified,typed on white paper, in three parts as follows: 1. Part 1: Directory, listing names, addresses,and telephone numbers of Engineer, Contractor, Subcontractors,and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by Specification Section.For each category, identify names, addresses,and telephone numbers of Subcontractors and suppliers. Include the following: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials,and special precautions identifying detrimental agents. g. Safety precautions to be taken when operating and maintaining or working near equipment. 3. Part 3: Project documents and certificates, including the following: a. Shop Drawings and product data. b. Air and water balance reports. c. Certificates. d. Originals of warranties and bonds. 1.9 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. B. For equipment or component parts of equipment put into service during construction and operated by Owner, submit documents within ten days after acceptance. C. Submit one copy of completed volumes 15 days prior to final inspection. Draft copy be reviewed and returned after final inspection,with Engineer comments. Revise content of document sets as required prior to final submission. D. Submit two sets of revised final volumes within ten days after final inspection. Execution and Closeout Requirements 01 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock E. Products,Applied Materials,and Finishes: Include product data,with catalog number, size, composition, and color and texture designations. Include information for re-ordering custom- manufactured products. F. Instructions for Care and Maintenance: Include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods,and recommended schedule for cleaning and maintenance. G. Moisture Protection and Weather Exposed Products: Include product data listing applicable reference standards,chemical composition, and details of installation. Include recommendations for inspections,maintenance,and repair. H. Additional Requirements: As specified in individual product Specification Sections. I. Include listing in table of contents for design data,with tabbed fly sheet and space for insertion of data. 1.10 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Engineer will review draft and return one copy with comments. B. For equipment, or component parts of equipment put into service during construction and operated by Owner,submit documents within ten days after acceptance. C. Submit one copy of completed volumes 30 days prior to final inspection. Draft copy will be reviewed and returned after final inspection,with Engineer comments. Revise content of document sets as required prior to final submission. D. Submit three sets of revised final volumes within ten days after final inspection. E. Each Item of Equipment and Each System: Include description of unit or system and component parts. Identify function,normal operating characteristics, and limiting conditions. Include performance curves,with engineering data and tests, and complete nomenclature and model number of replaceable parts. F. Panelboard Circuit Directories: Provide electrical service characteristics, controls,and communications;typed. G. Include color-coded wiring diagrams as installed. H. Operating Procedures: Include startup,break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shutdown,and emergency instructions. Include summer,winter,and special operating instructions. I. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly,repair,and reassembly instructions; and alignment, adjusting,balancing,and checking instructions. J. Include servicing and lubrication schedule and list of lubricants required. Execution and Closeout Requirements 017000-8 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock K. Include manufacturer's printed operation and maintenance instructions. L. Include sequence of operation by controls manufacturer. M. Include original manufacturer's parts list, illustrations,assembly drawings, and diagrams required for maintenance. N. Include control diagrams by controls manufacturer as installed. O. Include Contractor's coordination drawings with color-coded piping diagrams as installed. P. Include charts of valve tag numbers, with location and function of each valve,keyed to flow and control diagrams. Q. Include list of original manufacturer's spare parts, current prices,and recommended quantities to be maintained in storage. R. Include test and balancing reports as specified in Section 01 40 00-Quality Requirements. S. Additional Requirements: As specified in individual product Specification Sections. T. Include listing in table of contents for design data with tabbed dividers and space for insertion of data. 1.11 SPARE PARTS AND MAINTENANCE PRODUCTS A. Furnish spare parts,maintenance,and extra products in quantities specified in individual Specification Sections. B. Deliver to Project Site and place in location as directed by Owner;obtain receipt prior to final payment. 1.12 PRODUCT WARRANTIES AND PRODUCT BONDS A. Obtain warranties and bonds executed in duplicate by responsible Subcontractors,suppliers, and manufacturers within ten days after completion of applicable item of Work. B. Execute and assemble transferable warranty documents and bonds from Subcontractors, suppliers, and manufacturers. C. Verify documents are in proper form,contain full information,and are notarized. D. Co-execute submittals when required. E. Include table of contents and assemble in three D side ring binder with durable plastic cover. F. Submit prior to final Application for Payment. G. Time of Submittals: Execution and Closeout Requirements 017000-9 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within ten days after acceptance. 2. Make other submittals within ten days after date of Substantial Completion,prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Substantial Completion, submit within ten days after acceptance, listing date of acceptance as beginning of warranty or bond period. 1.13 MAINTENANCE SERVICE A. Furnish service and maintenance of components indicated in Specification Sections for one year from date of Substantial Completion. B. Examine system components at frequency consistent with reliable operation. Clean,adjust, and lubricate as required. C. Include systematic examination,adjustment,and lubrication of components.Repair or replace parts whenever required. Use parts produced by manufacturer of original component. D. Do not assign or transfer maintenance service to agent or Subcontractor without prior written consent of Owner. PART 2 PRODUCTS-Not Used PART 3 EXECUTION 3.1 EXAMINATION A. Verify that existing Site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new Work being applied or attached. C. Examine and verify specific conditions described in individual Specification Sections. D. Verify that utility services are available with correct characteristics and in correct locations. 3.2 PREPARATION A. Clean substrate surfaces prior to applying next material or substance according to manufacturer's instructions. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer-required or-recommended substrate primer, sealer,or conditioner prior to applying new material or substance in contact or bond. Execution and Closeout Requirements 01 70 00- 10 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3.3 EXECUTION A. Comply with manufacturer's installation instructions,performing each step in sequence. Maintain one set of manufacturer's installation instructions at Project Site during installation and until completion of construction. B. When manufacturer's installation instructions conflict with Contract Documents,request clarification from Engineer before proceeding. C. Verify that field measurements are as indicated on approved Shop Drawings or as instructed by manufacturer. D. Secure products in place with positive anchorage devices designed and sized to withstand stresses,vibration,physical distortion, or disfigurement. 1. Secure Work true to line and level and within specified tolerances, or if not specified, industry-recognized tolerances. 2. Physically separate products in place, provide electrical insulation,or provide protective coatings to prevent galvanic action or corrosion between dissimilar metals. 3. Exposed Joints: Provide uniform joint width and arrange to obtain best visual effect. Refer questionable visual-effect choices to Engineer for final decision. E. Allow for expansion of materials and building movement. F. Climatic Conditions and Project Status: Install each unit of Work under conditions to ensure best possible results in coordination with entire Project. 1. Isolate each unit of Work from incompatible Work as necessary to prevent deterioration. 2. Coordinate enclosure of Work with required inspections and tests to minimize necessity of uncovering Work for those purposes. G. Mounting Heights: Where not indicated,mount individual units of Work at industry recognized standard mounting heights for particular application indicated. 1. Refer questionable mounting heights choices to Engineer for final decision. 2. Elements Identified as Accessible to Handicapped: Comply with applicable codes and regulations. H. Adjust operating products and equipment to ensure smooth and unhindered operation. I. Clean and perform maintenance on installed Work as frequently as necessary through remainder of construction period. Lubricate operable components as recommended by manufacturer. 3.4 CUTTING AND PATCHING A. Employ skilled and experienced installers to perform cutting and patching. B. Submit written request in advance of cutting or altering elements affecting: 1. Structural integrity of element. 2. Integrity of weather-exposed or moisture-resistant elements. 3. Efficiency, maintenance,or safety of element. 4. Visual qualities of sight-exposed elements. Execution and Closeout Requirements 017000- 11 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 5. Work of Owner or separate contractor. C. Execute cutting,fitting,and patching including excavation and fill to complete Work and to: 1. Fit the several parts together,to integrate with other Work. 2. Uncover Work to install or correct ill-timed Work. 3. Remove and replace defective and nonconforming Work. 4. Remove samples of installed Work for testing. 5. Provide openings in elements of Work for penetrations of mechanical and electrical Work. D. Execute Work by methods to avoid damage to other Work and to provide proper surfaces to receive patching and finishing. E. Cut masonry and concrete materials using masonry saw or core drill. F. Restore Work with new products according to requirements of Contract Documents. G. Fit Work tight to pipes, sleeves, ducts, conduits,and other penetrations through surfaces. H. Maintain integrity of wall,ceiling, or floor construction; completely seal voids. I. Refinish surfaces to match adjacent finishes. For continuous surfaces,refinish to nearest intersection; for assembly,refinish entire unit. J. Identify hazardous substances or conditions exposed during the Work to Engineer for decision or remedy. 3.5 PROTECTING INSTALLED CONSTRUCTION A. Protect installed Work and provide special protection where specified in individual Specification Sections. B. Provide temporary and removable protection for installed products.Control activity in immediate Work area to prevent damage. C. Provide protective coverings at walls, projections,jambs, sills,and soffits of openings. D. Use durable sheet materials to protect finished floors,stairs,and other surfaces from traffic, dirt,wear, damage, or movement of heavy objects. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. When traffic or activity is necessary,obtain recommendations for protection from waterproofing or roofing material manufacturer. F. Prohibit traffic from landscaped areas. 3.6 FINAL CLEANING A. Execute final cleaning prior to final Project assessment. Execution and Closeout Requirements 01 70 00- 12 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Clean interior and exterior glass and surfaces exposed to view;remove temporary labels, stains,and foreign substances; polish transparent and glossy surfaces; and vacuum carpeted and soft surfaces. C. Clean equipment and fixtures to sanitary condition with appropriate cleaning materials. D. Install new filters of operating equipment. E. Clean debris from roofs, gutters, downspouts, and drainage systems. F. Clean Site; sweep paved areas,rake clean landscaped surfaces. G. Remove waste and surplus materials,rubbish,and construction facilities from Site. END OF SECTION Execution and Closeout Requirements 017000- 13 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Section 01700A-Contractor's Affidavit of Final Bills Paid BEFORE ME, the undersigned authority, personally appeared as known to me to be a credible person, and after being (Name) by me duly sworn, upon oath stated and affirmed that: "My name is and I am the (Name) (Title) of ", hereafter referred to in this affidavit as (Firm) "Contractor". Contractor's business address is (Address) Texas, .The undersigned Contractor has personal knowledge of the facts stated herein and (Zip) has full authority to make the agreements in this affidavit on behalf of Contractor. Pursuant to and in accordance with a written contract between Contractor and The City of Round Rock, collectively referred to as Owner, Contractor furnished materials and labor for the construction, renovation, installation or repair of certain improvements (the "Improvements") as (Project Name) All work provided for under said written construction contract, together with all changes and supplements thereto, has been fully completed in accordance with the terms and provisions of said contract. Contractor has paid each of its subcontractors, laborers, suppliers and materialmen in full for all labor and materials provided to Contractor for or in connection with the construction, renovation, or repair of the Improvements. Contractor is not aware of any unpaid bills, claims, demands, or causes of action by any of its subcontractors, laborers, manufacturers, suppliers, or materialmen for or in connection with the furnishing of labor materials, or both, for the construction, renovation, or repair of the Improvements. Contractor further understands that this Final Bills Paid Affidavit is being given pursuant to and in accordance with Section 53.085 of the Texas Property Code and that the 2 intentional, knowing, or reckless making of a false or misleading statement in this Affidavit constitutes an offense under said Section and is a Class A misdemeanor. Contractor's Affidavit of Final Bills Paid 01 70 OA- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Contractor hereby indemnifies and holds harmless the Owner from any and all claims, demands or causes of action, and any costs, expenses, and attorneys fees incurred in connection therewith, arising from or connected with,the statements and representations contained herein. EXECUTED this day of ,20 CONTRACTOR: By: Name: Title: Notary's Acknowledgement Before me, the undersigned authority, on this day personally appeared who first being duly sworn by me to be (Name) the person whose name is subscribed to the foregoing Final Bills Paid Affidavit, acknowledged that he/she has the authority to make this Final Bills Paid Affidavit, and further acknowledged to me that he/she executed the same for the purpose and consideration therein expressed. GIVEN UNDER MY HAND.AND SEAL OF OFFICE on this the day of ,20 Contractor's Affidavit of Final Bills Paid 01 70 0A-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 01 73 29—DEMOLITION PART 1 GENERAL 1.1 REFERENCES A. The following is a list of standards which may be referenced in this Section: 1. American National Standards Institute (ANSI): A1O.6, Safety Requirements for Demolition Operations. 2. Occupational Safety and Health Administration(OSHA), U.S. Code of Federal Regulations (CFR)Title 29 Part 1926-Occupational Safety and Health Regulations for Construction. 3. Environmental Protection Agency(EPA), U.S. Code of Federal Regulations (CFR), Title 40: a. Part 61-National Emission Standards for Hazardous Air Pollutants. b. Part 82-Protection of Stratospheric Ozone. c. Part 273-Standards for Universal Waste Management. 1.2 DEFINITIONS A. ACM: Asbestos-containing material. B. Demolition: Dismantling, razing, destroying, or wrecking of any fixed building or structure or any part thereof. C. Modify: Provide all necessary material and labor to modify an existing item to the condition indicated or specified. D. Relocate: Remove, protect, clean and reinstall equipment, including electrical, instrumentation, and all ancillary components required to make the equipment fully functional,to the new location identified on the Drawings. E. Renovation: Altering a facility or one or more facility components in any way. F. Salvage/Salvageable: Remove and deliver,to the specified location(s), the equipment, building materials, or other items so identified to be saved from destruction, damage, or waste; such property to remain that of Owner. Unless otherwise specified, title to items identified for demolition shall revert to Contractor. G. Universal Waste Lamp: In accordance with 40 CFR 273,the bulb or tube portion of an electric lighting device, examples of which include, but are not limited to, fluorescent, high-intensity discharge, neon, mercury vapor, high- pressure sodium, and metal halide lamps. Demolition 017329- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock H. Universal Waste Thermostat: A temperature control device that contains metallic mercury in an ampule attached to a bimetal sensing element, and mercury-containing ampules that have been removed from these temperature control devices in compliance with the requirements of 40 CFR 273. 1.3 SUBMITTALS A. Informational Submittals: 1. Submit proposed Demolition/Renovation Plan, in accordance with requirements specified herein, for approval before such Work is started. 2. Submit copies of any notifications, authorizations and permits required to perform the Work. 1.4 REGULATORY AND SAFETY REQUIREMENTS A. When applicable, demolition Work shall be accomplished in strict accordance with 29 CFR 1926-Subpart T. B. Comply with federal, state, and local hauling and disposal regulations. In addition to the requirements of the General Conditions, Contractor's safety requirements shall conform to ANSI A10.6. C. Furnish timely notification of this demolition project to applicable federal, state, regional, and local authorities in accordance with 40 CFR 61-Subpart M. 1.5 DEMOLITION/RENOVATION PLAN A. Demolition/Renovation Plan shall provide for safe conduct of the Work and shall include: 1. Detailed description of methods and equipment to be used for each operation; 2. The Contractor's planned sequence of operations, including coordination with other work in progress; 3. Procedures for removal and disposition of materials specified to be salvaged. 4. Disconnection schedule of utility services. 5. Storage plans for materials on site. 6. Identification of items to be salvaged, as directed by Owner. Demolition 01 73 29-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.6 SEQUENCING AND SCHEDULING A. The Work of this Specification shall not commence until Contractor's Demolition/Renovation Plan has been approved by Engineer. B. Include the Work of this Specification in the progress schedule, as specified in Section 01 32 16, Construction Progress Schedule. C. Areas in which the Work is to be accomplished will be available in accordance with the following schedule: 1. Contact Owner or appropriate utilities to request that affected utilities be turned off at least one week prior to starting demolition or renovation activities. The maximum outage duration will be determined by the utility. 2. Remove existing utilities as indicated and terminate in a manner conforming to the nationally recognized code covering the specific utility and approved by Engineer. 3. When utility lines are encountered that are not indicated on the Drawings,notify Owner prior to further work in that area. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION A. Concrete: Saw concrete along straight lines to a depth of not less than 2 inches. Make each cut in walls perpendicular to the face and in alignment with the cut in the opposite face. Break out the remainder of the concrete provided that the broken area is concealed in the finished Work, and the remaining concrete is sound. At locations where the broken face cannot be concealed, grind smooth or saw cut entirely through the concrete. Where new concrete adjoins existing,the new Work shall abut or tie into the existing construction as indicated. B. Patching: 1. Where removals leave holes and damaged surfaces exposed in the finished Work,patch and repair to match adjacent finished surfaces as to texture and finish. 2. Where new Work is to be applied to existing surfaces, perform removals and patching in a manner to produce surfaces suitable for receiving new Work. 3. Patching shall be as specified and indicated, and shall include: a. Fill holes and depressions left as a result of removals in existing Demolition 01 73 29-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock concrete walls with an approved patching material,applied in accordance with the manufacturer's printed instructions. 3.2 PROTECTION A. Dust and Debris Control: 1. Prevent the spread of dust and debris to occupied portions of the building and avoid the creation of a nuisance in the surrounding area. Do not use water if it results in hazardous or objectionable conditions such as,but not limited to, ice, flooding, or pollution. 2. Sweep pavements as often as necessary to control the spread of debris that may result in foreign object damage potential to vehicular traffic. B. Traffic Control Signs: Where pedestrian and driver safety is endangered in the area of removal Work, use traffic barricades with flashing lights. C. Existing Work: 1. Survey the site and examine the Drawings and Specifications to determine the extent of the Work before beginning any demolition or renovation. 2. Take necessary precautions to avoid damage to existing items scheduled to remain in place,to be reused, or to remain the property of Owner; any Contractor-damaged items shall be repaired or replaced as directed by Engineer. 3. Provide temporary weather protection during interval between removal of existing exterior surfaces and installation of new to ensure that no water leakage or damage occurs to structure or interior areas of existing building. 4. Ensure that structural elements are not overloaded as a result of or during performance of the Work. Responsibility for additional structural elements or increasing the strength of existing structural elements as may be required as a result of any Work performed under this Contract shall be that of the Contractor. Repairs, reinforcement, or structural replacement must have Engineer approval. 5. Do not overload pavements to remain. D. Protection of Personnel: 1. During demolition, continuously evaluate the condition of the structure being demolished and take immediate action to protect all personnel working in and around the demolition site. Demolition 01 73 29-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2. Provide temporary barricades and other forms of protection to protect Owner's personnel and the general public from injury due to demolition Work. 3. Provide protective measures as required to provide free and safe passage of Owner's personnel and the general public to occupied portions of the structure. 3.3 RELOCATIONS A. Perform the removal and reinstallation of relocated items as indicated with workmen skilled in the trades involved. Clean all items to be relocated prior to reinstallation, to the satisfaction of Engineer. Repair items to be relocated which are damaged or replace damaged items with new undamaged items as approved by Engineer. 3.4 TITLE TO MATERIALS A. With the exception of the following listed salvaged equipment, all items designated to be removed shall become the property of Contractor: 1. Contractor to remove existing drum type screens from pump intake piping for pumps 1 through 3. Contractor to notify engineer once the screens have been removed and present the screens to the engineer for inspection and approval for salvage. The Engineer will approve two (2) drum type screens for salvage. Contractor shall transport screens to the Raw Water Intake electrical and chemical feed site strapped down on crates for storage for the City. Final storage location to be as directed by the engineer. 2. Existing air scour lines and fittings are to be salvaged for re- connection to the new screens, once installed. 3.5 DISPOSITION OF MATERIAL A. Do not remove equipment and materials without approval of Contractor's Demolition/Renovation Plan by Engineer. B. Remove salvaged items designated as the property of Owner in a manner to prevent damage and pack or crate to protect the items from damage while in storage or during shipment. C. Repair or replace, at the discretion of Engineer, items damaged during removal or storage. Demolition 01 73 29- 5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3.6 REUSE OF MATERIALS AND EQUIPMENT A. Remove and store materials and equipment listed to be reused or relocated to prevent damage and reinstall as the Work progresses. B. Properly store and maintain equipment and materials in same condition as when removed. C. Store equipment and material designated to be reused in a location designated by Owner. D. Equipment and material designated to be reused shall be cleaned, serviced and checked for proper operability before being put back into service. E. Engineer will determine condition of equipment and materials prior to removal. 3.7 CLEANUP A. Debris and rubbish shall be removed from all facilities and transported in a manner that prevents spillage on streets or adjacent areas. Local regulations regarding hauling and disposal shall apply. END OF SECTION Demolition 01 73 29-6 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 055000-METAL FABRICATIONS PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 ACTION SUBMITTALS A. Product Data: For the following: 1. Fasteners 2. Grating 3. Metal nosings and treads 4. Metal roofing and ancillary items 5. Galvanizing repair compound 6. Non-shrink grout B. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. Include plans, elevations,sections,and details of metal fabrications and their connections. Show anchorage and accessory items. 1.3 INFORMATIONAL SUBMITTALS A. Welding certificates. 1.4 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1, "Structural Welding Code-Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1, "Structural Welding Code-Steel." C. Fabricator Qualifications: A qualified fabricator is one who participates in one of the following certification programs: 1. AISC Quality Certification Program for conventional steel building structures 2. International Accreditation Service AC172 for structural steel 3. Approved equal. 1.5 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. Metal Fabrications 05 50 00- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PART 2 PRODUCTS 2.1 METALS,GENERAL A. Metal Surfaces,General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work,provide materials without seam marks,roller marks,rolled trade names, or blemishes. 2.2 METALS AND MATERIALS A. As indicated on Drawings. B. Fasteners: 1. Provide 316 stainless-steel for fastening stainless steel or aluminum. 2. Provide galvanized steel for fastening galvanized steel. C. Galvanizing Repair Paint: 1. ZRC Worldwide Galvilite Galvanizing Repair Compound. 2. Approved equal. D. Nonshrink,Nonmetallic Grout: 1. Quikrete Non-Shrink General Purpose Grout(No. 1585-0 1) 2. Approved equal. E. Miscellaneous: 1. Grating:As indicated on Drawings. 2. Treads and Nosings: As indicated on Drawings. 2.3 FABRICATION,GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch(1 mm)unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. Metal Fabrications 055000-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 4. At exposed connections,finish exposed welds and surfaces smooth and blended so no roughness shows after finishing. F. Form exposed connections with hairline joints,flush and smooth,using concealed fasteners or welds where possible. Where exposed fasteners are required,use Phillips flat-head (countersunk)fasteners unless otherwise indicated.Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. H. Cut,reinforce,drill,and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. I. Provide for anchorage of type indicated;coordinate with supporting structure. Space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. 2.4 FINISHES,GENERAL A. Comply with NAAMM's"Metal Finishes Manual for Architectural and Metal Products"for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. C. Finish exposed surfaces to remove tool and die marks and stretch lines,and to blend into surrounding surface. 2.5 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize all steel to comply with ASTM A153 for steel and iron hardware and with ASTM A123 for other steel and iron products. 1. Do not quench or apply post galvanizing treatments that might interfere with paint adhesion. PART 3 EXECUTION 3.1 INSTALLATION,GENERAL A. Cutting, Fitting,and Placement: Perform cutting, drilling,and fitting required for installing metal fabrications. Set metal fabrications accurately in location,alignment, and elevation;with edges and surfaces level,plumb,true,and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld,cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction.Provide threaded fasteners for Metal Fabrications 055000-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock use with concrete and masonry inserts,toggle bolts,through bolts, lag screws,wood screws, and other connectors. D. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. E. Corrosion Protection: Coat concealed surfaces of aluminum that will come into contact with grout,concrete,masonry,wood,or dissimilar metals with the following: 1. Cast Aluminum: Heavy coat of bituminous paint. 2. Extruded Aluminum: Two coats of clear lacquer. 3.2 GROUTING CANOPY BASEPLATES A. Clean and prepare bearing surfaces. B. Plumb columns using leveling nuts. C. Pack grout solidly between bearing surfaces to ensure that no voids remain. 1. Install grout below baseplate in accordance with manufacturer's written instructions. D. Moist cure grout for a minimum of 7 days, but not less than that recommended by the manufacturer. 3.3 ADJUSTING AND CLEANING A. Galvanized Surfaces: Clean field welds,bolted connections, and abraded areas and repair galvanizing to comply with ASTM A780. 1. Install galvanizing repair compound in accordance with manufacturer's recommendations.Apply two 1.5mil DFT coats. 3.0mi1 minimum total DFT. END OF SECTION Metal Fabrications 05 50 00-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 09 90 00—PAINTING AND COATING PART 1 GENERAL 1.1 RELATED SECTIONS A. Related sections include the following: 1. Section 01 61 03, Equipment Basic Requirements. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Water Works Association(AWWA): a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines-Enamel and Tape-Hot-Applied. b. C209, Cold-Applied Tape Coatings for the Exterior of Special Sections, Connections, and Fittings for Steel Water Pipelines. c. C210, Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines d. C213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. e. C214,Tape Coating Systems for the Exterior of Steel Water Pipelines. 2. American National Standards Institute(ANSI): a. Standard Colors for Color Identification and Coding b. A13.1, Scheme for Identification of Piping Systems 3. Environmental Protection Agency(EPA). 4. Ductile Iron Pipe Research Association(DIPRA): Surface Preparation Specifications. 5. NACE International(MACE): RP0188, Discontinuity(Holiday)Testing of New Protective Coatings on Conductive Substrates. 6. NSF International(NSF): 61, Drinking Water System Components- Health Effects. 7. Occupational Safety and Health Act(OSHA). 8. The Society for Protective Coatings (SSPC): a. b. QP1, Standard Procedure for Evaluating the Qualifications of Painting Contractors(Field Application to Complex Structures) c. QP2, Standard Procedure for Evaluating the Qualifications of Painting Contractors to Remove Hazardous Paint. d. SP 1, Solvent Cleaning. e. SP 2, Hand Tool Cleaning. f. SP 3, Power Tool Cleaning. Painting and Coating 09 90 00- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock g. SP 5, Joint Surface Preparation Standard White Metal Blast Cleaning. h. SP 6, Joint Surface Preparation Standard Commercial Blast Cleaning. i. SP 7, Joint Surface Preparation Standard Brush-Off Blast Cleaning. j. SP 10, Joint Surface Preparation Standard Near-White Blast Cleaning. k. SP 11, Power Tool Cleaning to Bare Metal. 1. SP 12, Surface Preparation and Cleaning of Steel and Other Hard Materials by High and Ultrahigh Pressure-Water Jetting Prior to Recoating. m. SP 13, Surface Preparation of Concrete. n. PA 1, Shop, Field, and Maintenance Painting o. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. p. PA 3, Guide to Safety in Paint Applications. q. Guide 15, Field Methods for Retrieval and Analysis of Soluble Salts on Steel and Other Nonporous Substrates 1.2 DEFINITIONS A. Terms used in this section: 1. Coverage: Total minimum dry film thickness in mils or square feet per gallon. 2. FRP: Fiberglass Reinforced Plastic. 3. HC1: Hydrochloric Acid. 4. MDFT: Minimum Dry Film Thickness,mils. 5. MDFTPC: Minimum Dry Film Thickness per Coat, mils. 6. Mil: Thousandth of an inch. 7. PDS: Product Data Sheet. 8. PSDS: Paint System Data Sheet. 9. PVC: Polyvinyl Chloride. 10. SFPG: Square Feet per Gallon. 11. SFPGPC: Square Feet per Gallon per Coat. 12. SP: Surface Preparation. 13. SST: Stainless Steel 1.3 SUBMITTALS A. Action Submittals: 1. Shop Drawings: a. Data Sheets: Painting and Coating 099000-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1) For each product, furnish a Product Data Sheet(PDS), the manufacturer's technical data sheets, and paint colors available(where applicable). The PDS form is appended to the end of this section. 2) For each paint system, furnish a Paint System Data Sheet (PSDS). The PSDS form is appended to the end of this section. 3) Technical and performance information that demonstrates compliance with Specification. 4) Furnish copies of paint system submittals to the coating applicator. 5) Indiscriminate submittal of only manufacturer's literature is not acceptable. b. Detailed chemical and gradation analysis for each proposed abrasive material. 2. Samples: a. Proposed Abrasive Materials: Minimum 5-pound sample for each type. b. Reference Panel: 1) Surface Preparation: a) Prior to start of surface preparation, furnish a 4-inch by 4-inch steel panel for each grade of sandblast specified herein,prepared to specified requirements. b) Provide panel representative of the steel used;prevent deterioration of surface quality. c) Panel to be reference source for inspection upon approval by Engineer. 2) Paint: a) Unless otherwise specified,before painting work is started,prepare minimum 8-inch by 10-inch sample with type of paint and application specified on similar substrate to which paint is to be applied. b) Furnish additional samples as required until colors, finishes, and textures are approved. c) Approved samples to be the quality standard for final finishes. B. Informational Submittals: 1. Applicator's Qualification: List of references substantiating experience. 2. Coating manufacturer's Certificate of Compliance, in accordance with Section 01 33 00, Submittal Procedures. 3. Factory Applied Coatings: Manufacturer's certification stating factory applied coating system meets or exceeds requirements specified. Painting and Coating 099000-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 4. Manufacturer's written verification that submitted material is suitable for the intended use. 5. If the manufacturer of finish coating differs from that of shop primer, provide finish coating manufacturer's written confirmation that materials are compatible. 6. Manufacturer's written instructions and special details for applying each type of paint. 7. Manufacturer's written verification that submitted material is suitable for the intended use. 1.4 QUALITY ASSURANCE A. Applicator Qualifications: Minimum 5 years' experience in application of specified products. Certified in accordance with Steel Structures Painting Council's SSPC QP1. B. Regulatory Requirements: 1. Meet federal, state, and local requirements limiting the emission of volatile organic compounds. 2. Perform surface preparation and painting in accordance with recommendations of the following: a. Paint manufacturer's instructions. b. SSPC PA 3, Guide to Safety in Paint Applications. c. Federal, state, and local agencies having jurisdiction. 1.5 DELIVERY, STORAGE, AND HANDLING A. Shipping: 1. Where precoated items are to be shipped to the Site,protect coating from damage. Batten coated items to prevent abrasion. 2. Protect shop painted surfaces during shipment and handling by suitable provisions including padding,blocking, and use of canvas or nylon slings. B. Storage: 1. Store products in a protected area that is heated or cooled to maintain temperatures within the range recommended by paint manufacturer. 2. Primed surfaces shall not be exposed to weather for more than 2 months before being top coated, or less time if recommended by coating manufacturer. 1.6 PROJECT CONDITIONS A. Environmental Requirements: Painting and Coating 099000-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Do not apply paint in temperatures or moisture conditions outside of manufacturer's recommended maximum or minimum allowable. 2. Do not perform final abrasive blast cleaning whenever relative humidity exceeds 85%, or whenever surface temperature is less than 5°F above dew point of ambient air. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Nationally recognized manufacturers of paints and protective coatings who are regularly engaged in the production of such materials for essentially identical service conditions. B. Minimum of 5 years' verifiable experience in manufacture of specified product. C. Each of the following manufacturers is capable of supplying most of the products specified herein: 1. Tnemec Coatings, Kansas City, MO. 2. Ameron Protective Coatings, Brea, CA. 3. ICI Devoe Coatings, Louisville,KY. 4. DuPont Chemical Co., Wilmington, DE. 5. Industrial Protective Coatings, Houston,TX. 6. Sherwin Williams, Cleveland, OH. 7. Madewell Products Corporation, Alpharetta, GA. 8. Sauereisen, Pittsburgh, PA. 9. Elgin Separation Solutions,Winchester, OH 2.2 ABRASIVE MATERIALS A. Select abrasive type and size to produce surface profile that meets coating manufacturer's recommendations for specific primer and coating system to be applied. 2.3 PAINT MATERIALS A. General: 1. Manufacturer's highest quality products suitable for intended service. 2. Compatibility: Only compatible materials from a single manufacturer shall be used in the Work. Particular attention shall be directed to compatibility of primers and finish coats. Painting and Coating 099000-5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3. Thinners, Cleaners,Driers, and Other Additives: As recommended by coating manufacturer. B. Products: Product Definition Acrylic Latex Single-component, finish as required Acrylic Latex(Flat) Flat latex Acrylic Sealer Clear acrylic Alkyd(Semigloss) Semigloss alkyd Alkyd Enamel Optimum quality, gloss or semigloss finish as required,medium long oil Alkyd Wood Primer Flat alkyd Bituminous Paint Single-component, coal-tar pitch based Block Filler Primer-sealer designed for rough masonry surfaces, 100% acrylic emulsion Coal-Tar Epoxy Amine, polyamide, or phenolic epoxy type 70% volume solids minimum, suitable for immersion service DTM Acrylic Primer Surface tolerant, direct-to-metal water borne acrylic primer DTM Acrylic Finish Surface tolerant, direct-to-metal water borne acrylic finish coat Elastomeric 100% solids,plural component, spray applied,high Polyurethane build, elastomeric polyurethane coating, suitable for the intended service Epoxy Filler/Surfacer 100% solids epoxy trowel grade filler and surfacer, non-shrinking, suitable for application to concrete and masonry. Approved for potable water contact and conforming to NSF 61, where required Epoxy Nonskid Polyamidoamine or amine converted epoxies (Aggregated) aggregated; aggregate may be packaged separately Epoxy Primer- Anticorrosive, converted epoxy primer containing Ferrous Metal rust-inhibitive pigments Epoxy Primer- Epoxy primer,high-build, as recommended by coating Other manufacturer for specific galvanized metal, copper,or nonferrous metal alloy to be coated Painting and Coating 099000-6 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Product Definition Fusion Bonded 100% solids,thermosetting, fusion bonded, dry Coating powder epoxy, suitable for the intended service Fusion Bonded, TFE Tetrafluoroethylene, liquid coating, or open gear Lube or Grease Lube grease as supplied by McMaster-Carr Supply Corporation., Elmhurst, IL; RL 736 manufactured by Amrep, Inc., Marietta, GA High Build Epoxy Polyamidoamine epoxy, minimum 69%volume solids, capability of 4 to 8 MDFT per coat Inorganic Zinc Solvent or water based,having 85%metallic zinc Primer content in the dry film; follow manufacturer's recommendation for topcoating Latex Primer Sealer Waterborne vinyl acrylic primer/sealer for interior gypsum board and plaster. Capable of providing uniform seal and suitable for use with specified finish coats NSF Epoxy Polyamidoamine epoxy, approved for potable water contact and conforming to NSF 61 Epoxy, High Solids Polyamidoamine epoxy, 80%volume solids, minimum, suitable for immersion service Polyurethane Enamel Two-component, aliphatic or acrylic based polyurethane; high gloss finish Rust-Inhibitive Single-package steel primers with anticorrosive Primer pigment loading Sanding Sealer Co-polymer oil, clear, dull luster Silicone/Silicone Elevated temperature silicone or silicone/acrylic Acrylic based Stain, Concrete Acrylic,water repellant,penetrating stain Stain, Wood Satin luster, linseed oil, solid or transparent as required Underlayment Fast setting,high early strength Portland Cement (surfacer) based resurfacing material; low shrinkage, low permeability, trowelable-grade that is mixed with potable water and contains fiber reinforcements. Varnish Nonpigmented vehicle based on a variety of resins (alkyd,phenolic,urethane) in gloss, semigloss, or flat finishes, as required Painting and Coating 099000-7 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Product Definition Water Base Epoxy Two-component,polyamide epoxy emulsion, finish as required 2.4 MIXING A. Multiple-Component Coatings: 1. Prepare using each component as packaged by paint manufacturer. 2. No partial batches will be permitted. 3. Do not use multiple-component coatings that have been mixed beyond their pot life. 4. Furnish small quantity kits for touchup painting and for painting other small areas. 5. Mix only components specified and furnished by paint manufacturer. 6. Do not intermix additional components for reasons of color or otherwise, even within the same generic type of coating. B. Colors: Formulate paints with colorants free of lead, lead compounds, or other materials that might be affected by presence of hydrogen sulfide or other gas likely to be present at Site. 2.5 SHOP FINISHES A. Shop Blast Cleaning: Reference Paragraph, Shop Coating Requirements. B. Surface Preparation: Provide Engineer minimum 7 days' advance notice to start of shop surface preparation work and coating application work. C. Shop Coating Requirements: 1. When required by equipment Specifications, such equipment shall be primed and finish coated in shop by manufacturer and touched up in field with identical material after installation. 2. Where manufacturer's standard coating is not suitable for intended service condition, Engineer may approve use of a tie-coat to be used between manufacturer's standard coating and specified field finish. In such cases, tie-coat shall be surface tolerant epoxy as recommended by manufacturer of specified field finish coat. Coordinate details of equipment manufacturer's standard coating with field coating manufacturer. D. Pipe: Painting and Coating 099000-8 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Ductile Iron Pipe: a. Use DIPRA Surface Preparation Specification equivalent to SSPC grades specified. b. Follow recommendations of pipe and coating manufacturers for means and methods to achieve SSPC-equivalent surface. c. The surface preparation and application of the primer shall be performed by pipe manufacturer. c. For high performance(epoxy)coatings, follow additional recommendations of pipe and coating manufacturers. d. Prior to blast cleaning, grind smooth surface imperfections, including,but not limited to delaminating metal or oxide layers. e. For conventional (alkyd) coatings, clean asphalt varnish supplied on pipe and apply one full coat of a tar stop before two full coats of the color coats specified. PART 3 EXECUTION 3.1 GENERAL A. Provide Engineer minimum 7 days' advance notice to start of field surface preparation work and coating application work. B. Perform the Work only in presence of Engineer, unless Engineer grants prior approval to perform the Work in Engineer's absence. C. Schedule inspection of cleaned surfaces and all coats prior to succeeding coat in advance with Engineer. 3.2 EXAMINATION A. Factory Finished Items: 1. Schedule inspection with Engineer before repairing damaged factory- finished items delivered to Site. 2. Repair abraded or otherwise damaged areas on factory-finished items as recommended by coating manufacturer. Carefully blend repaired areas into original finish. If required to match colors,provide full finish coat in field. B. Surface Preparation Verification: Inspect and provide substrate surfaces prepared in accordance with these Specifications and printed directions and recommendations of paint manufacturer whose product is to be applied. The more stringent requirements shall apply. 3.3 PROTECTION OF ITEMS NOT TO BE PAINTED Painting and Coating 099000-9 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock A. Remove, mask,or otherwise protect hardware, lighting fixtures, switch plates, aluminum surfaces, machined surfaces, couplings, shafts,bearings, nameplates on machinery, and other surfaces not specified elsewhere to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering. E. Protect surfaces adjacent to or downwind of Work area from overspray. 3.4 SURFACE PREPARATION A. Field Abrasive Blasting: 1. Perform blasting for items and equipment where specified and as required to restore damaged surfaces previously shop or field blasted and primed or coated. 2. Refer to coating systems for degree of abrasive blasting required. 3. Where the specified degree of surface preparation differs from manufacturer's recommendations, the more stringent shall apply. B. Surface Contamination Testing: 1. A surface contamination analysis test shall be performed on the new fixed digester covers every 500 square feet by means of a Chlor Test CSN Salts or approved equivalent. 2. Surface with chloride levels exceeding 3 tg/square centimeter for submerged surfaces and 5 xg/square centimeter for exposed surfaces shall be treated with a liquid soluble salt remover equivalent to CHLOR*RID (CHLOR*RID International, Chandler, AZ). 3. Follow manufacturer's recommendations and procedures for the use of this product to remove the surface contamination. C. Metal Surface Preparation: 1. Where indicated,meet requirements of SSPC Specifications summarized below: a. SP 1, Solvent Cleaning: Removal of visible oil, grease, soil, drawing and cutting compounds, and other soluble contaminants by cleaning with solvent. Painting and Coating 099000- 10 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock b. SP 2, Hand Tool Cleaning: Removal of loose rust, loose mill scale, loose paint, and other loose detrimental foreign matter, using nonpower hand tools. c. SP 3, Power Tool Cleaning: Removal of loose rust, loose mill scale,loose paint, and other loose detrimental foreign matter, using power-assisted hand tools. d. SP 5, White Metal Blast Cleaning: Removal of visible oil, grease, dust, dirt, mill scale,rust, coatings, oxides, corrosion products, and other foreign matter by blast cleaning. e. SP 6, Commercial Blast Cleaning: Removal of visible oil, grease, dust, dirt, mill scale, rust, coatings, oxides, corrosion products, and other foreign matter, except for random staining limited to no more than 33 percent of each unit area of surface which may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied coatings. f. SP 7, Brush-Off Blast Cleaning: Removal of visible rust, oil, grease, soil, dust, loose mill scale, loose rust, and loose coatings. Tightly adherent mill scale,rust, and coating may remain on surface. g. SP 10,Near-White Blast Cleaning: Removal of visible oil, grease, dust,dirt, mill scale,rust, coatings, oxides, corrosion products, and other foreign matter, except for random staining limited to no more than 5 percent of each unit area of surface which may consist of light shadows, slight streaks,or minor discolorations caused by stains of rust, stains of mill scale,or stains of previously applied coatings. h. SP 11, Power Tool Cleaning to Bare Metal: Removal of visible oil, grease, dirt, dust,mill scale, rust,paint, oxide, corrosion products, and other foreign matter using power-assisted hand tools capable of producing suitable surface profile. Slight residues of rust and paint may be left in lower portion of pits if original surface is pitted. i. SP 12, Surface Preparation and Cleaning of Metals by Water Jetting Prior to Recoating: Surface preparation using high- pressure and ultrahigh-pressure water jetting to achieve specified surface cleanliness condition. Surface cleanliness conditions are defined in SSPC SP 12 and are designated WJ-1 through WJ-4 for visual surface preparation definitions and SC-1 through SC-3 for nonvisual surface preparation definitions. 2. The words"solvent cleaning,""hand tool cleaning,""wire brushing," and"blast cleaning,"or similar words of equal intent in these Specifications or in paint manufacturer's specification refer to the applicable SSPC Specification. Painting and Coating 099000- 11 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3. Where OSHA or EPA regulations preclude standard abrasive blast cleaning,wet or vacu-blast methods may be required. Coating manufacturers' recommendations for wet blast additives and first coat application shall apply. 4. Ductile Iron Pipe Supplied with Asphaltic Varnish Finish: Remove asphaltic varnish finish prior to performing specified surface preparation. 5. Hand tool clean areas that cannot be cleaned by power tool cleaning. 6. Round or chamfer sharp edges and grind smooth burrs,jagged edges, and surface defects. 7. Welds and Adjacent Areas: a. Prepare such that there is: 1) No undercutting or reverse ridges on weld bead. 2) No weld spatter on or adjacent to weld or any area to be painted. 3) No sharp peaks or ridges along weld bead. b. Grind embedded pieces of electrode or wire flush with adjacent surface of weld bead. 8. Preblast Cleaning Requirements: a. Remove oil, grease,welding fluxes, and other surface contaminants prior to blast cleaning. b. Cleaning Methods: Steam, open flame, hot water, or cold water with appropriate detergent additives followed with clean water rinsing. c. Clean small isolated areas as above or solvent clean with suitable solvent and clean cloth. 9. Blast Cleaning Requirements: a. Type of Equipment and Speed of Travel: Design to obtain specified degree of cleanliness. Minimum surface preparation is as specified herein and takes precedence over coating manufacturer's recommendations. b. Select type and size of abrasive to produce surface profile that meets coating manufacturer's recommendations for particular primer to be used. c. Use only dry blast cleaning methods. d. Do not reuse abrasive, except for designed recyclable systems. e. Meet applicable federal, state, and local air pollution and environmental control regulations for blast cleaning, confined space entry(if required), and disposition of spent aggregate and debris. 10. Post-Blast Cleaning and Other Cleaning Requirements: a. Clean surfaces of dust and residual particles from cleaning operations by dry(no oil or water vapor) air blast cleaning or other method prior to painting. Vacuum clean enclosed areas and other areas where dust settling is a problem and wipe with a tack cloth. Painting and Coating 09 90 00- 12 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock b. Paint surfaces the same day they are blasted. Reblast surfaces that have started to rust before they are painted. D. Galvanized Metal, Copper, and Nonferrous Metal Alloy Surface Preparation: 1. Remove soil, cement spatter, and other surface dirt with appropriate hand or power tools. 2. Remove oil and grease by wiping or scrubbing surface with suitable solvent, rag, and brush. Use clean solvent and clean rag for final wiping to avoid contaminating surface. 3. Obtain and follow coating manufacturer's recommendations for additional preparation that may be required. E. Concrete Surface Preparation: 1. Do not begin until 30 days after concrete has been placed. 2. Meet requirements of SSPC SP 13. 3. Remove grease, oil, dirt, salts or other chemicals, loose materials, or other foreign matter by solvent, detergent, or other suitable cleaning methods. 4. Brush-off blast clean to remove loose concrete and laitance, and provide a tooth for binding. Upon approval by Engineer, surface may be cleaned by acid etching method. Approval is subject to producing desired profile equivalent to No. 80 grit flint sandpaper. Acid etching of vertical or overhead surfaces shall not be allowed. 5. Secure coating manufacturer's recommendations for additional preparation, if required, for excessive bug holes exposed after blasting. 6. Unless otherwise required for proper adhesion, ensure surfaces are dry prior to painting. F. Existing Concrete Surfaces to be Repaired and Lined: 1. These surfaces shall be free of dust, loose particles, oils, grease, chemical contaminants, attacked concrete, and previously applied protective coatings, and shall have a minimum pH of 10. 2. The surfaces to be lined shall be cleaned by hydroblasting and/or abrasive blasting. Minimum nozzle pressure for hydroblasting shall be 10,000 psi. Minimum nozzle pressure for abrasive blasting shall be 100 psi. Hydroblasting shall be completed using potable water. Only non-silica abrasives shall be used for abrasive blasting. 3. During surface preparation activities,the Contractor shall regularly (approximately every 100 square feet)measure the pH using pH pencils to verify compliance with these Specifications. Surfaces not meeting the requirements shall be marked and re-blasted. Painting and Coating 09 90 00- 13 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 4. Following completion of surface preparation, all active hydrostatic leaks shall be plugged by use of a water-stop material. All structural defects, voids, or cracks in the substrate shall be repaired prior to the application of the underlayment or lining. Repair materials shall be approved by the lining manufacturer. 5. The attacked or rough concrete substrate, including voids, crevices, and holes, shall be resurfaced with the underlayment material to return it to pre-existing levels. Mix and apply underlayment in accordance with the lining manufacturer's written recommendations. 6. If any reinforcing steel is exposed during the surface preparation operation, the Engineer shall be notified and a repair procedure developed. Exposed rebar shall be abrasive blasted and coated with at least 3 mils of epoxy. 7. Mark and protect embedded anchors prior to blasting. G. Plastic and FRP Surface Preparation: 1. Hand sand plastic surfaces to be coated with medium grit sandpaper to provide tooth for coating system. 2. Large areas may be power sanded or brush-off blasted, provided sufficient controls are employed so surface is roughened without removing excess material. H. Masonry Surface Preparation: 1. Complete and cure masonry construction for 14 days or more before starting surface preparation work. 2. Remove oil, grease, dirt, salts or other chemicals, loose materials, or other foreign matter by solvent, detergent washing, or other suitable cleaning methods. 3. Clean masonry surfaces of mortar and grout spillage and other surface deposits using one of the following: a. Nonmetallic fiber brushes and commercial muriatic acid followed by rinsing with clean water. b. Brush-off blasting. c. Water blasting. 4. Do not damage masonry mortar joints or adjacent surfaces. 5. Leave surfaces clean and,unless otherwise required for proper adhesion, dry prior to painting. 6. Masonry Surfaces to be Painted: Uniform texture and free of surface imperfections that would impair intended finished appearance. 7. Masonry Surfaces to be Clear Coated: Free of discolorations and uniform in texture after cleaning. I. Wood Surface Preparation: Painting.and Coating 099000- 14 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Replace damaged wood surfaces or repair in a manner acceptable to Engineer prior to start of surface preparation. 2. Solvent clean(mineral spirits)knots and other resinous areas and coat with shellac or other knot sealer,prior to painting. Remove pitch by scraping and wipe clean with mineral spirits or turpentine prior to applying knot sealer. 3. Round sharp edges by light sanding prior to priming. 4. Filler: a. Synthetic-based wood putty approved by paint manufacturer for paint system. b. For natural finishes, color of wood putty shall match color of finished wood. c. Fill holes, cracks, and other surface irregularities flush with surrounding surface and sand smooth. d. Apply putty before or after prime coat, depending on compatibility and putty manufacturer's recommendations. e. Use cellulose type putty for stained wood surfaces. 5. Ensure surfaces are clean and dry prior to painting. J. Gypsum Board Surface Preparation: Typically,new gypsum board surfaces need no special preparation before painting. 1. Surface Finish: Dry, free of dust, dirt,powdery residue, grease, oil, or any other contaminants. K. Existing Painted Surfaces to be Repainted Surface Preparation: 1. Detergent wash and freshwater rinse. 2. Clean loose, abraded, or damaged coatings to substrate by hand or power tool, SP 2 or SP 3. 3. Feather surrounding intact coating. 4. Apply one spot coat of specified primer to bare areas, overlapping prepared existing coating. 5. Apply one full finish coat of specified primer to entire surface. 6. If an aged,plural-component material is to be top-coated, contact coating manufacturer for additional surface preparation requirements. 7. For ductile iron pipe with asphaltic varnish finish not specified to be abrasive blasted, apply coat of tar stop prior to application of cosmetic finish coat. 8. Application of Cosmetic Coat: a. It is assumed that existing coatings have oxidized sufficiently to prevent lifting or peeling when overcoated with paints specified. b. Check compatibility by application to a small area prior to starting painting. c. If lifting or other problems occur, request disposition from Engineer. Painting and Coating 09 90 00- 15 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 9. Perform blasting as required to restore damaged surfaces. Materials, equipment,procedures shall meet requirements of SSPC. 3.5 SURFACE CLEANING A. Brush-off Blast Cleaning: 1. Equipment,procedure, and degree of cleaning shall meet requirements of SSPC SP 7. 2. Abrasive: Either wet or dry blasting sand, grit, or nutshell. 3. Select various surface preparation parameters, such as size and hardness of abrasive,nozzle size, air pressure, and nozzle distance from surface such that surface is cleaned without pitting, chipping, or other damage. 4. Verify parameter selection by blast cleaning a trial area that will not be exposed to view. 5. Engineer will review acceptable trial blast cleaned area and use area as a representative sample of surface preparation. 6. Repair or replace surface damaged by blast cleaning. B. Acid Etching: 1. After precleaning, spread the following solution by brush or plastic sprinkling can: One part commercial muriatic acid reduced by two parts water by volume. Adding acid to water in these proportions gives an approximate 10 percent solution of HCl. 2. Application: a. Rate: Approximately 2 gallons per 100 square feet. b. Work acid solution into surface by hard-bristled brushes or brooms until complete wetting and coverage is obtained. c. Acid will react vigorously for a few minutes, during which time brushing shall be continued. d. After bubbling subsides(10 minutes),hose down remaining slurry with high pressure clean water. e. Rinse immediately to avoid formation on the surface of salts that are difficult to remove. f. Thoroughly rinse to remove any residual acid surface condition that may impair adhesion. 3. Ensure surface is completely dry before application of coating. 4. Apply acid etching to obtain a"grit sandpaper"surface profile. If not, repeat treatment. C. Solvent Cleaning: 1. Consists of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and any other surface contaminants by using Painting and Coating 099000- 16 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods that involve a solvent or cleaning action. 2. Meet requirements of SSPC SP 1. 3.6 APPLICATION A. General: 1. The intention of these Specifications is for new, interior and exterior masonry, concrete,metal, and submerged metal surfaces to be painted, whether specifically mentioned or not, except as specified otherwise. Do not paint exterior concrete surfaces,unless specifically indicated. 2. Extent of Coating(Immersion): Coatings shall be applied to internal vessel and pipe surfaces, nozzle bores, flange gasket sealing surfaces, carbon steel internals, and stainless steel internals,unless otherwise specified. 3. For coatings subject to immersion, obtain full cure for completed system. Consult coatings manufacturer's written instructions for these requirements. Do not immerse coating until completion of curing cycle. 4. Apply coatings in accordance with these Specifications and paint manufacturers' printed recommendations and special details. The more stringent requirements shall apply. Allow sufficient time between coats to assure thorough drying of previously applied paint. 5. Sand wood lightly between coats to achieve required finish. 6. Vacuum clean surfaces free of loose particles. Use tack cloth just prior to applying next coat. 7. Fusion Bonded Coatings Method Application: Electrostatic, fluidized bed,or flocking. 8. Coat units or surfaces to be bolted together or joined closely to structures or to one another prior to assembly or installation. 9. Water-Resistant Gypsum Board: Use only solvent type paints and coatings. 10. On pipelines, terminate coatings along pipe runs to 1-inch inside pipe penetrations. 11. Keep paint materials sealed when not in use. 12. Where more than one coat is applied within a given system, alternate colors to provide a visual reference showing required number of coats have been applied. B. Galvanized Metal, Copper, and Nonferrous Metal Alloys: 1. Concealed galvanized, copper, and nonferrous metal alloy surfaces (behind building panels or walls)do not require painting,unless specifically indicated herein. 2. Prepare surface and apply primer in accordance with System No. 10 specification. Painting and Coating 099000- 17 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3. Apply intermediate and finish coats of the coating system appropriate for the exposure. C. Porous Surfaces, Such as Concrete and Masonry: 1. Filler/Surfacer: Use coating manufacturer's recommended product to fill air holes,bug holes, and other surface voids or defects. 2. Prime Coat: May be thinned to provide maximum penetration and adhesion. a. Type and Amount of Thinning: Determined by paint manufacturer and dependent on surface density and type of coating. 3. Surface Specified to Receive Water Base Coating: Damp, but free of running water,just prior to application of coating. D. Film Thickness and Coverage: 1. Number of Coats: a. Minimum required without regard to coating thickness. b. Additional coats may be required to obtain minimum required paint thickness, depending on method of application, differences in manufacturers' products, and atmospheric conditions. 2. Application Thickness: a. Do not exceed coating manufacturer's recommendations. b. Measure using a wet film thickness gauge to ensure proper coating thickness during application. 3. Film Thickness Measurements and Electrical Inspection of Coated Surfaces: a. Perform with properly calibrated instruments. b. Recoat and repair as necessary for compliance with Specification. c. Coats are subject to inspection by Engineer and coating manufacturer's representative. 4. Visually inspect concrete, masonry, nonferrous metal,plastic, and wood surfaces to ensure proper and complete coverage has been attained. 5. Give particular attention to edges, angles, flanges, and other similar areas, where insufficient film thicknesses are likely to be present, and ensure proper millage in these areas. 6. Apply additional coats as required to achieve complete hiding of underlying coats. Hiding shall be so complete that additional coats would not increase the hiding. 3.7 PROTECTIVE COATINGS SYSTEMS AND APPLICATION SCHEDULE A. Unless otherwise shown or specified,paint surfaces in accordance with the following application schedule. In the event of discrepancies or omissions in the following, request clarification from Engineer before starting work in question. Painting and Coating 09 90 00- 18 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Additional requirements are included in the Piping Schedule. C. System No. 1 Submerged Metal—Potable Water: Surface Prep. ; Paint�Vlateri�l � Mir;Coats,Cover SP 5,White Metal NSF Epoxy 3 coats, 3 MDFTPC Blast Cleaning 1. For all steel and metal surfaces below water level including piping, fittings,pump can,pump discharge piping, and pipe support systems in vaults or for the submersible pump intake facility. D. System No. 2 Submerged Metal—Intake Screen Riser Pipes: • , •... • .•• .• • .•...• _ • ..• ,..• ..•• •..• ,••.•• • • . Surface.Prep.: Paint.„ Material Min.Coats,Cover SP 5,White Metal Copper Nickel Per Manufacturer Blast Cleaning specification • 1. For all below water 316 SST intake screen riser pipes. 2. Vendor shall supply verification that the coating has been tested by an independent U.S. EPA certified laboratory in accord with the National Sanitary Foundation protocol NSF 61 for leach testing and that concentration levels for copper using Certified U.S. EPA test procedures for measurement are below 0.05 mg/L. 3. Vendor shall supply verification that the coating or materials have been field tested in sites infested by zebra mussels and demonstrated resistance to the attachment of zebra mussels. 4. Vendor shall supply a 5-year warranty against zebra mussel attachment. 5. Copper nickel coating shall be warranted for 5 years to be substantially free of zebra mussels and algae. "Substantially free" means there will be less than 10%coverage due to zebra mussel attachment within the riser. If this 10% coverage occurs,manufacturer must either: a. Retain and arrange for diving services(at manufacturer's cost)to clean zebra mussels from the risers annually for the balance of the warranty period b. Upon owner's delivery of the risers to a designated coating facility, manufacturer(at manufacturer's cost)will remove all attached zebra mussels,prepare the surface for coating application, apply a fresh 0.005 inch thick coating to the risers, and return the risers to the owner's facility. Painting and Coating 09 90 00- 19 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock E. System No. 4 Exposed Metal—Highly Corrosive: Surface Prep. ` ; P�i�t Material ' � Min,Coats,Cover SP 1 0,Near- Epoxy Primer— 1 coat, 2.5 MDFT White Blast Ferrous Metal Cleaning High Build Epoxy 1 coat, 4 MDFT Polyurethane Enamel 1 coat, 3 MDFT 1. Use on the following items or areas: a. Exposed metal surfaces, located inside or outside of structures and exposed to weather. F. System No. 7 Concrete Encased Metal: Paint Mate o.:r`l min ,moats Cover .:;:„.!:'i:.E,gf SP 6, Commercial Coal-Tar Epoxy 2 coats, 16 MDFT Blast Cleaning 1. Use on the following items or areas: a. Use on concrete encased ferrous metals including wall pipes,pipe sleeves, access manholes, gates, and thimbles. G. System No. 8 Buried Metal—General: •Surface `rep -" � ''Faint �a��i � P 1�`airi; ►ats,C�►ver SP 10,Near-White Standard Hot Coal-Tar AWWA C203 Blast Cleaning Enamel-OR- Coal-Tar 2 coats, 16 MDFT Epoxy For Highly Abrasive AWWA C214 with Soil, Brackish Water: Double Outer Wrap Tape Coat System 1. For steel pipe and fittings, follow AWWA C209 and AWWA C214 with double outer wrap. 2. Use on the following items or areas: a. Buried, below-grade portions of steel items, except buried stainless steel or ductile iron. H. System No. 10 Galvanized Metal, Copper, and Nonferrous Metal Allow Conditioning: Painting and Coating 09 90 00-20 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock IlltgllsgrtgooirgogsggegnibtottiMtOPtottilitntllitmWVWvgOyoCnO In accordance with Epoxy Primer-Other As recommended by Paragraph Galvanized coating manufacturer Metal, Copper, and Nonferrous Metal Remaining coats as Alloy Surface required for exposure Preparation 1. Use on the following items or areas: a. Galvanized surfaces requiring painting. b. After application of System No. 10, apply finish coats as required for exposure. I. System No. 25 Exposed FRP,PVC: In accordance with Acrylic Latex 2 coats, 320 SFPGPC Paragraph Plastic and Semigloss FRP Surface Preparation 1. Use on the following items or areas: a. All exposed-to-view PVC and CPVC surfaces, and FRP surfaces without integral UV-resistant gel coat. J. System No. 27 Aluminum and Dissimilar Metal Insulation: Surface * t-SAt aI ? ni boats; oypr Solvent Clean(SP 1) Prime in accordance with manufacturer's recommendations Bituminous Paint 1 coat, 10 MDFT 1. Use on aluminum surfaces embedded or in contact with concrete. Painting and Coating 09 9000-21 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock K. System No. 29A Fusion Bonded, Steel Dowel Coating: fi,.:Ai.oi!::ofsiv:o:,,,:fifzpwsinmspfszogayigg:i(.prtaoimnptssnosjpuin;g.taggagp,,44,;;Nggne:q,Ro iafit*titkiltateinllttaafigib*t Mil-c4010*1111, SP 10,Near-White Fusion Bonded 1 or 2 coats, 7 MDFT Blast Cleaning Coating 100% Solids Epoxy TFE Lube, Shop TFE Lube or Grease 1 coat, as required Applied; Grease Lube Lube Alternative, Field Applied Just Prior to Installation 3.8 COLORS A. Provide as shown in Piping Schedule and selected by Owner. B. Proprietary identification of colors is for identification only. Selected manufacturer may supply matches. C. Equipment Colors: 1. Equipment includes the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. 2. Paint equipment and piping one color as selected. 3. Paint non-submerged portions of equipment the same color as the piping it serves, except as itemized below: a. Dangerous Parts of Equipment and Machinery: OSHA Orange. b. Fire Protection Equipment and Apparatus: OSHA Red. c. Radiation Hazards: OSHA Purple. d. Physical hazards in normal operating area and energy lockout devices, including, but not limited to, electrical disconnects for equipment and equipment isolation valves in air and liquid lines under pressure: OSHA Yellow. D. Pipe Identification Painting: 1. Color code non-submerged metal piping, except electrical conduit. Paint fittings and valves the same color as pipe, except equipment isolation valves. 2. Pipe Color Coding: In accordance with Piping Schedule. 3. On exposed stainless steel piping, apply color 24 inches in length along pipe axis at connections to equipment, valves, or branch Painting and Coating 09 90 00-22 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock fittings, at wall boundaries, and at intervals along piping not greater than 9 feet on center. 4. Pipe Supports: Painted light gray, as approved by Owner. 5. Fiberglass reinforced plastic (FRP) pipe, and polyvinyl chloride (PVC) pipe located inside of buildings and enclosed structures will not require painting, except as noted or scheduled. 3.11 FIELD QUALITY CONTROL A. Testing Equipment: 1. Provide magnetic type dry film thickness gauge to test coating thickness specified in mils, as manufactured by Nordson Corp., Anaheim, CA, Mikrotest. 2. Provide low-voltage wet sponge electrical holiday detector to test completed coating systems, 20 mils dry film thickness or less, except zinc primer,high-build elastomeric coatings, and galvanizing, for pinholes,holidays, and discontinuities, as manufactured by Tinker and Rasor, San Gabriel, CA, Model M-1. 3. Provide high-voltage spark tester to test completed coating systems in excess of 20 mils dry film thickness. Unit as recommended by coating manufacturer. B. Testing: 1. Thickness and Continuity Testing: a. Measure coating thickness specified in mils with a magnetic type, dry film thickness gauge, in accordance with SSPC PA 2. Check each coat for correct millage. Do not make measurement before a minimum of 8 hours after application of coating. b. Holiday detect coatings 20 mils thick or less, except zinc primer and galvanizing, with low voltage wet sponge electrical holiday detector in accordance with NACE RP01 88. c. Holiday detect coatings in excess of 20 mils dry with high voltage spark tester as recommended by coating manufacturer and in accordance with NACE RP0188. d. After repaired and recoated areas have dried sufficiently, retest each repaired area. Final tests may also be conducted by Engineer. C. Inspection: Leave staging and lighting in place until Engineer has inspected surface or coating. Replace staging removed prior to approval by Engineer. Provide additional staging and lighting as requested by Engineer. Painting and Coating 09 90 00-23 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Unsatisfactory Application: 1. If item has an improper finish color or insufficient film thickness, clean surface and topcoat with specified paint material to obtain specified color and coverage. Obtain specific surface preparation information from coating manufacturer. 2. Evidence of runs, bridges, shiners, laps, or other imperfections is cause for rejection. 3. Repair defects in accordance with written recommendations of coating manufacturer. E. Damaged Coatings, Pinholes, and Holidays: 1. Feather edges and repair in accordance with recommendations of paint manufacturer. 2. Hand or power sand visible areas of chipped,peeled,or abraded paint, and feather the edges. Follow with primer and fmish coat. Depending on extent of repair and appearance, a finish sanding and topcoat may be required. 3. Apply finish coats, including touchup and damage-repair coats in a manner that will present a uniform texture and color-matched appearance. 3.11 MANUFACTURER'S SERVICES A. In accordance with Section 01 40 00, Quality Requirements and 01 33 00, Submittal Procedures, coating manufacturer's representative shall be present at Site as follows: 1. On first day of application of any coating system. 2. A minimum of two additional Site inspection visits, each for a minimum of 4 hours, in order to provide Manufacturer's Certificate of Proper Installation. 3. As required to resolve field problems attributable to or associated with manufacturer's product. 4. To verify full cure of coating prior to coated surfaces being placed into immersion service. 3.12 CLEANUP A. Place cloths and waste that might constitute a fire hazard in closed metal containers or destroy at end of each day. B. Upon completion of the Work, remove staging, scaffolding, and containers from Site or destroy in a legal manner. Painting and Coating 099000-24 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock C. Remove paint spots, oil, or stains upon adjacent surfaces and floors and leave entire job clean. 3.13 APPLICATION SCHEDULE A. As shown in Section 09900, FINISH SCHEDULE. Additional requirements are included in the PIPING SCHEDULE. B. Surfaces Not Requiring Painting: Unless otherwise stated or shown below or in other sections,the following areas or items will not require painting or coating: 1. Reinforcing steel 2. Nonferrous and corrosion-resistant ferrous alloys such as copper,bronze, Monel, aluminum, chromium plate, atmospherically exposed weathering steel, and stainless steel, except where: a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel are embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c. Color coding of equipment and piping is required. 3. Nonmetallic materials such as glass,wood, and porcelain, except as required for architectural painting or color coding. 4. Prefmished electrical and architectural items such as motor control centers, switchboards, switchgear,panelboards, transformers, disconnect switches(if prefinished in OSHA yellow), acoustical tile,cabinets, elevators,building louvers, and wall panels; color coding of equipment is required. 5. Non-submerged electrical conduits attached to unpainted concrete surfaces. 6. Cathodic protection anodes. 7. Items specified to be galvanized after fabrication,unless specified elsewhere or subject to immersion. 8. Insulated piping and insulated piping with jacket will require prime coat only, except as required for architectural painting or color coding. 9. Fiberglass reinforced plastic (FRP)surfaces with an integral ultra-violet resistant colored gel coat do not require painting,provided the color is as selected. C. Unless otherwise shown or specified,paint surfaces in accordance with the following application schedule. In the event of discrepancies or omissions in the following, request clarification from ENGINEER before starting work in question. Painting and Coating 09 90 00-25 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. System No. 1 Submerged Metal—Potable Water: Use on the following items or areas: 1. New metal surfaces below a plane 1 foot above the maximum liquid surface;metal surfaces above the maximum liquid surface that are part of the immersed equipment; surfaces of metallic items, such as wall pipes, pipes,pipe sleeves, access manholes, gate guides and thimbles, and structural steel that are embedded in concrete; and the following specific surfaces: a. Interior surfaces of steel piping noted in the Piping Schedule or Construction Plans. 3.14 ATTACHMENTS A. The attachments listed below, following"End of Section," are a part of this Specification: 1. Paint System Data Sheet(PSDS). 2. Product Data Sheet(PDS). END OF SECTION Painting and Coating 09 90 00-26 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PAINT SYSTEM DATA SHEET Complete this PSDS for each coating system,include all components of the system(surface preparation,primer, intermediate coats, and finish coats). Include all components of a given coating system on a single PSDS. Paint System Number(from Spec.): Paint System Title(from Spec.): Coating Supplier: Representative: Surface Preparation: Paint Material Product Name/Number (Generic) (Proprietary) Min. Coats, Coverage Painting and Coating 09 90 00-27 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PAINT PRODUCT DATA SHEET Complete and attach manufacturer's Technical Data Sheet to this PDS for each product submitted. Provide manufacturer's recommendations for the following parameters at temperature(F)/relative humidity: Temperature/RH 50/50 70/30 90/25 Induction Time Pot Life Shelf Life Drying Time Curing Time Min. Recoat Time Max. Recoat Time Provide manufacturer's recommendations for the following: Mixing Ratio: Maximum Permissible Thinning: Ambient Temperature Limitations: min.: max.: Surface Temperature Limitations: min.: max.: Surface Profile Requirements: min.: max.: *Attach additional sheets detailing manufacturer's recommended storage requirements and holiday testing procedures. Painting and Coating 09 90 00-28 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 40 OS 06 COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Connectors. 2. Couplings. 3. Expansion Joints. 4. Service Saddles. 5. Outlet/Tapping Saddles. 6. Chemical Injector System. 7. Miscellaneous Specialties. 8. Flexible connections. 9. Sleeve-type couplings. B. Related Requirements: 1. Section 05 50 00-Metal Fabrications:Miscellaneous metalwork and fasteners as required by this Section. 2. Section 09 90 00-Painting and Coating: Product and execution requirements for painting specified by this Section. 3. Section 40 05 07 - Hangers and Supports for Process Piping: Hangers; anchors, sleeves, and sealing of piping to adjacent structures. 4. Section 40 05 10-Process Piping,General. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Mechanical Engineers (ASME): a. Bi.20.1, Pipe Threads, General Purpose. b. 36.19M, Stainless Steel Pipes-Dimensions and Weights. 2. American Water Works Association(AWWA): a. AWWA C220-17 Standard for Stainless-Steel Pipe, '/z in.(13mm)and Larger b. C210,Liquid-Epoxy Coating Systems for the Interior and Exterior of Steel Water Pipelines. c. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel Water Pipelines. d. C219,Bolted, Sleeve-Type Couplings for Plain-End Pipe. e. Manual M11, Steel Pipe-A Guide for Design and Installation. 3. ASTM International(ASTM): COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock a. A312, Standard Specification for Seamless, Welded, and Heavily Cold Worked Austenitic Stainless Steel Pipes b. A733, Standard Specification for Welded and Seamless Carbon Steel and Austenitic Stainless Steel Pipe Nipples c. National Fire Protection Association(NFPA): 24, Standard for the Installation of Private Fire Service Mains and Their Appurtenances. 4. NSF International(NSF): a. NSF/ANSI 61,Drinking Water System Components-Health Effects. b. NSF/ANSI 372,Drinking Water System Components-Lead Content. 1.3 SUBMITTALS A. Action Submittals: 1. Manufacturer's data on materials, construction, fittings, end connections,ratings, overall lengths, and live lengths(as applicable). 2. Chemical Injectors: a. Type, size,quantity,materials,and model number of each. b. Sketch of each showing major parts,main pipe,and dimensions. c. Details and model number of each support system and component. d. Details and model of connects(for example,service saddle, weld-o-let). B. Informational Submittals: 1. Operation and Maintenance Data as specified in Section 01 70 00,Execution and Closeout Requirements. 1.4 EXTRA MATERIALS A. None PART 2 PRODUCTS 2.1 GENERAL A. Provide required piping specialty items,whether shown or not shown on Drawings, as required by applicable codes and standard industry practice. B. Rubber ring joints,mechanical joints,flexible couplings, and proprietary restrained stainless steel joints are considered flexible joints;welded, screwed, and flanged pipe joints are not considered flexible. C. Components and Materials in Contact with Water for Human Consumption: Comply with the requirements of the Safe Drinking Water Act and other applicable federal,state,and local requirements. Provide certification by manufacturer or an accredited certification organization recognized by the Authority Having Jurisdiction that components and COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock materials comply with the maximum lead content standard in accordance with NSF/ANSI 61 and NSF/ANSI 372. 1. Use or reuse of components and materials without a traceable certification is prohibited. 2.2 CONNECTORS A. Metal Bellows Connector: 1. Type: Single-ply, annular corrugated metal bellows with limit rods. Circumferential convolution welds not permitted. 2. Material: Type 304 stainless steel. 3. End Connections: ANSI 150-pound carbon steel flanges. 4. Minimum Design Working Pressure: 50 psig at 300 degrees F. 5. Length: Minimum of four convolutions and minimum manufacturer recommendation for vibration isolation. 6. Manufacturers and Products: a. U.S.Bellows, Inc.; Universal Tied Expansion Joint. b. Metraflex;Model MN. c. Senior Flexonics Pathway,Inc.; Expansion Joints. 2.3 COUPLINGS A. General: 1. Coupling linings for use in potable water systems shall be in conformance with NSF/ANSI 61. 2. Couplings shall be rated for working pressure not less than indicated in Piping Schedule for the service and not less than 150 psi. 3. Couplings shall be lined and coated with fusion-bonded epoxy in accordance with AWWA C213. 4. Unless thrust restraint is provided by other means,couplings shall be harnessed in accordance with requirements of AWWA Manual Ml 1 or as shown on Drawings. 5. Sleeve type couplings shall conform to AWWA C219 and shall be hydraulically expanded beyond minimum yield for accurate sizing and proofing of tensile strength. B. Flexible Sleeve Type Coupling: 1. Manufacturers and Products: a. Steel Pipe: 1) Dresser Piping Specialties; Style 38. 2) Smith-Blair,Inc.; Style 411. b. Ductile Iron Pipe: 1) Dresser Piping Specialties; Style 253. 2) Smith-Blair, Inc.; Style 441. C. Transition Coupling for Stainless Steel Pipe: 1. Manufacturers and Products: a. Dresser Piping Specialties; Style 162. b. Smith-Blair, Inc.; Style 413. COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Restrained Flange Adapter: 1. Pressure Rating: a. Minimum Working Pressure Rating:Not less than 150 psi. b. Safety Factor:Not less than two times working pressure and shall be supported by manufacturer's proof testing. 2. Thrust Restraint: a. Provide hardened steel wedges that bear against and engage outer pipe surface,and allow articulation of pipe joint after assembly while wedges remain in their original setting position on pipe surface. b. Products employing set screws that bear directly on pipe will not be acceptable. E. Restrained Dismantling Joints: 1. Pressure Rating: a. Minimum working pressure rating shall not be less than rating of the connecting flange. b. Proof testing shall conform to requirements of AWWA C219 for bolted couplings. 2. Manufacturers and Products: a. Dresser Piping Specialties. b. Smith Blair,Inc. F. Exposed Metallic Piping Plain End Couplings: 1. Plain end pipe couplings shall be self-restrained against hydrostatic thrust forces equal to not less than two times the working pressure rating of the coupling. Couplings shall accommodate 4 degrees angular deflection at the time of installation and subsequent to pressurization. 2. Casing, bolts,and nuts shall be Type 304 or Type 316 stainless steel. The sealing sleeve shall be EPDM or NBR elastomer as best suited for the fluid service. 3. Couplings manufacturer and products shall be Straub Couplings, Grip-L or Metal Grip,or equal. 2.4 EXPANSION JOINTS A. Metal Bellows: 1. Type: Single-ply,annular corrugated metal bellows with limit rods. Circumferential convolution welds not permitted. 2. Material: Type 316 stainless steel. 3. End Connections: 316 stainless steel flanges. 4. Minimum Design Working Pressure: 50 psig at 300°F. 5. Length: Minimum of eight convolutions and minimum axial compression of 3/4 inches. 6. Manufacturers and Products: a. U.S. Bellows, Inc.; Universal Tied expansion joint. b. Metraflex,Model MN. c. Senior Flexonics Pathway,Inc.; Expansion Joints. COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 40 05 06-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2.5 SERVICE SADDLES A. Double-Strap Iron: 1. Pressure Rating: Capable of withstanding 150 psi internal pressure without leakage or over stressing. 2. Run Diameter: Compatible with outside diameter of pipe on which saddle is installed. 3. Taps: stainless steel NPT pipe threads. 4. Materials: a. Body: 304 Stainless steel. b. Straps: 304 Stainless steel. c. Hex Nuts and Washers: 304 Stainless steel. d. Seal(Gasket):Nitrile Butadiene Rubber(NBR)per ASTM D2000 MBC 610. e. Coatings . 5. Manufacturers: a. Romac b. Smith-Blair c. Dresser B. Nylon-Coated Iron: 1. Pressure Rating: Capable of withstanding 150 psi internal pressure without leakage or over stressing. 2. Run Diameter:Compatible with outside diameter of pipe on which saddle is installed. 3. Materials: a. Body:Nylon-coated iron. b. Seal: Buna-N. c. Clamps and Nuts: Stainless steel. 4. Manufacturer: Smith-Blair; Style 315 or 317. 2.6 OUTLET/TAPPING SADDLES A. Materials: 1. Straps: Stainless steel with 3/4-inch threaded ends. 2. Seal: 0-Ring teflon gasket. 3. Compatible with stainless steel pipe. B. Connection at Intake Screens: AWWA Cl 10/A21.10 flange or as shown. C. Pressure Rating: Capable of withstanding 250 psi internal pressure without leakage over stressing. D. Manufacturer and Product: ROMAC or Smith Blair; Outlet/Tapping Saddles. 2.7 CHEMICAL INJECTOR SYSTEM A. Chemical Injectors: 1. Type, size,quantity,and materials as shown on Drawings and Standard Details. COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506-5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2. Manufacturer: SAF-T-FLO. B. Containment Pipe Support System: 1. Stainless steel Unistrut. 2. Materials compatible with chemical service and subject to Engineer approval. C. Connectors: Stainless steel service saddle or weld-o-let, as shown on Drawings. 2.8 MISCELLANEOUS SPECIALTIES A. None PART 3 EXECUTION 3.1 GENERAL A. Provide accessibility to piping specialties for control and maintenance. 3.2 PIPING FLEXIBILITY PROVISIONS A. General: 1. Thrust restraint shall be provided as specified in Section 40 OS 10,Process Piping-General. 2. Install flexible couplings to facilitate piping installation, in accordance with approved shop drawings. B. Flexible Joints at Concrete Backfill or Encasement: Install within 18 inches or one-half pipe diameter,whichever is less,from the termination of any concrete backfill or concrete encasement. C. Flexible Joints at Concrete Structures: 1. Install 18 inches or less from face of structures;joint may be flush with face. 3.3 PIPING TRANSITION A. Applications: 1. Provide complete closure assembly where pipes meet other pipes or structures. 2. Pressure Pipeline Closures: Plain end pieces with double flexible couplings, unless otherwise shown. 3. Restrained Joint Pipe Closures: Install with thrust tie-rod assemblies as shown. 4. Gravity Pipe Closures: As specified for pressure pipelines, or concrete closures. 5. Concrete Closures: Use to make connections between dissimilar pipe where standard rubber gasketed joints or flexible couplings are impractical,as approved. 6. Elastomer sleeves bonded to pipe ends are not acceptable. COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506-6 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Installation: 1. Flexible Transition Couplings: Install in accordance with coupling manufacturer's instructions to connect dissimilar pipe and pipes with a small difference in outside diameter. 2. Concrete Closures: a. Locate away from structures so there are at least two flexible joints between closure and pipe entering structure. b. Clean pipe surface before placing closure collars. c. Wet nonmetallic pipe thoroughly prior to pouring collars. d. Prevent concrete from entering pipe. e. Extend collar a minimum of 12 inches on each side of joint with minimum thickness of 6 inches around outside diameter of pipe. f. Make entire collar in one placement. g. After concrete has reached initial set,cure by covering with well- moistened earth. 3.4 PIPING EXPANSION A. Piping Installation: Allow for thermal expansion due to differences between installation and operating temperatures. B. Expansion Joints: 1. Grooved Joint and Flanged Piping Systems: Elastomer bellows expansion joint. 2. Nonmetallic Pipe:Teflon bellows expansion joint. 3. Screwed and Soldered Piping Systems: Copper or galvanized and black steel pipe expansion compensator,as applicable. 4. Air and Water Service above 120 Degrees F: Metal bellows expansion joint. 5. Pipe Run Offset: Flexible metal hose. C. Anchors: Install as specified in Section 40 OS 07,Hangers and Supports for Process Systems, to withstand expansion joint thrust loads and to direct and control thermal expansion. 3.5 SERVICE SADDLES A. 304 Stainless Steel: Double-strap iron. 3.6 OUTLET/TAPPING SADDLE A. Install in accordance with manufacturer's written instructions. 3.7 COUPLINGS A. General: 1. Install in accordance with manufacturer's written instructions. 2. Before coupling,clean pipe holdback area of oil,scale,rust,and dirt. 3. Do not remove pipe coating. If damaged,repair before joint is made. 4. Application: a. Metallic Piping Systems: Flexible couplings,transition couplings,and flanged coupling adapters. COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506-7 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock b. Concrete Encased Couplings: Flexible coupling. END OF SECTION COUPLINGS,ADAPTERS,AND SPECIALS FOR PROCESS PIPING 400506-8 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 40 OS 07 HANGERS AND SUPPORTS FOR PROCESS PIPING PART 1 GENERAL 1.1 SUMMARY A. Section Includes: 1. Hangers. 2. Wall Brackets, Supports,And Guides. 3. Pipe Saddles. 4. Channel Type Support Systems. 5. FRP Pipe Supports Systems. 6. Pipe Clamps. 7. Elbow And Flange Supports. 8. Intermediate Pipe Guides. 9. Pipe Alignment Guides. 10. Pipe Anchors. 11. Seismic Restraints. 12. Accessories. 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section: 1. American Society of Civil Engineers(ASCE): 7,Minimum Design Loads for Buildings and Other Structures. 2. American Society of Mechanical Engineers(ASME): B31.1,Power Piping and B31.9- Building Services Piping. 3. ASTM International(ASTM): a. ASTM A36-Standard Specification for Carbon Structural Steel. b. ASTM A36M-Standard Specification for Carbon Structural Steel. c. ASTM A47-Standard Specification for Ferritic Malleable Iron Castings. d. ASTM A47M-Standard Specification for Ferritic Malleable Iron Castings. e. A123/A123M, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products. f. ASTM A181 -Standard Specification for Carbon Steel Forgings,for General- Purpose Piping. g. ASTM A181M-Standard Specification for Carbon Steel Forgings, for General- Purpose Piping. h. ASTM A576-Standard Specification for Steel Bars, Carbon, Hot-Wrought, Special Quality. i. A653/A653M, Standard Specification for Steel Sheet,Zinc-Coated(Galvanized)or Zinc-Iron Alloy-Coated(Galvanealed)by the Hot-Dip Process. j. E84, Standard Test Method for Surface Burning Characteristics of Building Materials. Hangers and Supports For Process Piping 40 05 07-1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 4. American Welding Society: a. AWS D1.1 -Structural Welding Code Steel-Reference Manual. 5. International Code Council(ICC): 6. International Building Code(IBC). 7. International Mechanical Code(IMC). 8. Manufacturers' Standardization Society(MSS): a. SP 58, Pipe Hangers and Supports-Materials,Design and Manufacture. b. SP 127,Bracing for Piping Systems Seismic-Wind-Dynamic Design, Selection,and Application. 1.3 DEFINITIONS A. Wetted or Submerged: Submerged, less than 1 foot above liquid surface,below top of channel wall,under cover or slab of channel or tank, or in other damp locations. 1.4 SUBMITTALS A. Action Submittals: 1. Catalog information and drawings of piping support system, locating each support,sway brace, seismic brace,hanger, guide, component,and anchor for piping 6 inches and larger. Identify support,hanger, guide,and anchor type by catalog number and Shop Drawing detail number. 2. Calculations for each type of pipe support, attachment and anchor. 3. Revisions to support systems resulting from changes in related piping system layout or addition of flexible joints. 1.5 QUALIFICATIONS A. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years'documented experience. B. Fabricator: Company specializing in fabricating products specified in this Section with minimum three years'documented experience. C. Installer: Company specializing in performing Work of this Section with minimum three years'documented experience. 1.6 DESIGN REQUIREMENTS A. General: 1. Design, size, and locate piping support systems throughout facility,whether shown or not. 2. Meet requirements of MSS SP 58 and ASME B31.1 or as modified by this section. B. Pipe Support Systems: Hangers and Supports For Process Piping 40 05 07-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Design pipe support systems for gravity and thrust loads imposed by weight of pipes or internal pressures, including insulation and weight of fluid in pipes. 2. Seismic loads in accordance with governing codes and as shown on Structural General Drawings. 3. Wind loads in accordance with governing codes and as shown on Structural General Drawings. 4. Maximum Support Spacing and Minimum Rod Size: In accordance MSS SP 58 Table 3 and Table 4. 5. Electrical Conduit Support: Include in design of framing support system. C. Anchoring Devices: Design, size,and space support anchoring devices,including anchor bolts, inserts,and other devices used to anchor support,to withstand shear and pullout loads imposed by loading and spacing on each particular support. D. Vertical Sway Bracing: 10-foot maximum centers or as shown. E. Existing Support Systems: Use existing supports systems to support new piping only if Contractor can show they are adequate for additional load,or if they are strengthened to support additional load. PART 2 PRODUCTS 2.1 GENERAL A. When specified items are not available, fabricate pipe supports of correct material and to general configuration indicated. B. Special support and hanger details may be required for cases where standard catalog supports are not applicable. C. Materials: In accordance with Table 1 and Table 2,included as Attachments at end of section. 2.2 HANGERS A. Clevis: MSS SP 58,Type 1: 1. Anvil; Figure 260 for steel pipe and Figure 590 for ductile-iron pipe, sizes 1/2 inch through 30 inches. 2. Insulated Steel Pipe: Anvil; Figure 260 with insulated saddle system(ISS), sizes 1/2 inch through 16 inches. 3. B-Line;Figure B3100,sizes 1/2 inch through 30 inches. B. Adjustable Swivel Split-Ring Pipe Clamp: MSS SP 58,Type 6: 1. Anvil; Figure 104,sizes 3/4 inch through 8 inches. 2. B-Line; Figure B3171,sizes 3/4 inch through 8 inches. C. Steel Yoke Pipe Rolls and Roller Supports: MSS SP 58, Type 41 or Type 43: Hangers and Supports For Process Piping 40 05 07-3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1. Anvil; Figure 181 for sizes 2-1/2 inches through 24 inches, and Figure 171 for sizes 1 inch through 30 inches. 2. B-Line;Figure B3110 for sizes 2 inches through 24 inches and Figure B3114 for 30 inches. D. Pipe Rollers and Supports: MSS SP 58,Type 44: 1. Anvil; Figure 175,sizes 2 inches through 30 inches. 2. B-Line;Figure B3120,sizes 2 inches through 24 inches. 2.3 WALL BRACKETS, SUPPORTS,AND GUIDES A. Welded Steel Wall Bracket: MSS SP 58,Type 33 (heavy-duty): 1. Anvil; Figure 199, 3,000-pound rating. 2. B-Line;Figure B3067, 3,000-pound rating. B. Adjustable"J"hanger MSS SP 58,Type 5: 1. Anvil; Figure 67,sizes 1/2 inch through 8 inches. 2. B-Line;Figure B3690,sizes 1/2 inch through 8 inches. C. Offset Pipe Clamp: Anvil; Figure 103, sizes 3/4 inch through 8 inches. D. Channel Type: 1. Unistrut. 2. Anvil; Power-Strut. 3. B-Line; Strut System. 4. Aickinstrut(FRP). 2.4 PIPE SADDLES A. Provide 90-degree to 120-degree pipe saddle for pipe 6 inches and larger with baseplates drilled for anchors bolts. 1. In accordance with Standard Detail 4005-5 15. 2. Sizes 20 inches though 60 inches,Piping Technology&Products, Inc.;Fig. 2000. B. Saddle Supports,Pedestal Type: 1. Minimum standard weight pipe stanchion, saddle, and anchoring flange. 2. Nonadjustable Saddle: MSS SP, Type 37 with U-bolt. a. Anvil; Figure 259,sizes 4 inches through 36 inches with Figure 63C base. b. B-Line; Figure B3095,sizes 1 inch through 36 inches with B3088S base. 3. Adjustable Saddle: MSS SP 58,Type 38 without clamp. a. Anvil; Figure 264, sizes 2-1/2 inches through 36 inches with Figure 62C base. b. B-Line;Figure B3092, sizes 3/4 inch through 36 inches with Figure B3088S base. Hangers and Supports For Process Piping 40 05 07-4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2.5 CHANNEL TYPE SUPPORT SYSTEMS A. Channel Size: 12-gauge, 1-5/8-inch wide minimum steel. B. Members and Connections: Design for loads using one-half of manufacturer's allowable loads. C. Fasteners:Vinyl ester fiber,polyurethane base composite nuts and bolts, or encapsulated steel fasteners. D. Manufacturers and Products: 1. B-Line; Strut System. 2. Unistrut. 3. Anvil;Power-Strut. 4. Aickinstrut(FRP System). 5. Enduro-Durostrut(FRP Systems). 2.6 PIPE CLAMPS A. Riser Clamp: MSS SP 58,Type 8. 1. Anvil; Figure 261,sizes 3/4 inch through 24 inches. 2. B-Line; Figure B3373,sizes 1/2 inch through 30 inches. 2.7 ELBOW AND FLANGE SUPPORTS A. Elbow with Adjustable Stanchion: Sizes 2 inches through 18 inches,Anvil; Figure 62C base. B. Elbow with Nonadjustable Stanchion: Sizes 2-1/2 inches through 42 inches,Anvil; Figure 63A or Figure 63B base. C. Flange Support with Adjustable Base: Sizes 2 inches through 24 inches, Standon;Model S89. 2.8 INTERMEDIATE PIPE GUIDES A. Type: Hold down pipe guide. 1. Manufacturer and Product: B-Line;Figure B3552, 1-1/2 inches through 30 inches. B. Type: U-bolts with double nuts to provide nominal 1/8-inch to 1/4-inch clearance around pipe; MSS SP 58,Type 24. 1. Anvil; Figure 137 and Figure 137S. 2. B-Line; Figure B3188 and Figure B3188NS. 2.9 PIPE ALIGNMENT GUIDES A. Type: Spider. B. Manufacturers and Products: 1. Anvil; Figure 255,sizes 1/2 inch through 24 inches. 2. B-Line; Figure B3281 through Figure B3287, sizes 1/2 inch through 24 inches. Hangers and Supports For Process Piping 40 05 07-5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2.10 PIPE ANCHORS A. Type: Anchor chair with U-bolt strap. B. Manufacturer and Product: B-Line; Figure B3147A or Figure B3147B. 2.11 SEISMIC RESTRAINTS A. Solid pipe bracing attachment to pipe clevis with clevis cross brace and angle rod reinforcement. B. Manufacturers: 1. Mason Industries. 2. B-Line. 3. Anvil. 2.12 ACCESSORIES A. Anchor Bolts: 1. Size and Material: Sized by Contractor for required loads, 1/2-inch minimum diameter, and as specified in Section 05 50 00,Metal Fabrications. 2. Bolt Length(Extension Above Top of Nut): a. Minimum Length: Flush with top of nut preferred. If not flush, shall be no more than one thread recessed below top of nut. b. Maximum Length:No more than a full nut depth above top of nut. B. Dielectric Barriers: 1. Plastic coated hangers, isolation cushion,or tape. 2. Manufacturer and Products: a. B-Line; B 1999 Vibra Cushion. b. B-Line; Iso Pipe,Isolation Tape. C. Insulation Shields: 1. Type: Galvanized steel or stainless steel,MSS SP 58,Type 40. 2. Manufacturers and Products: a. Anvil; Figure 167, sizes 1/2 inch through 24 inches. b. B-Line; Figure B3151,sizes 1/2 inch through 24 inches. D. Welding Insulation Saddles: 1. Type:MSS SP 58,Type 39. 2. Manufacturers and Products: a. Anvil; Figure Series 160,sizes 1 inch through 36 inches. b. B-Line; Figure Series B3160, sizes 1/2 inch through 24 inches. E. Plastic Pipe Support Channel: 1. Type: Continuous support for plastic pipe and to increase support spacing. 2. Manufacturer and Product: B-Line;Figure Series B3106V,sizes 1/2 inch through 6 inches with Figure B3106 Vee bottom hanger. Hangers and Supports For Process Piping 40 05 07-6 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock F. Hanger Rods, Clevises,Nuts, Sockets, and Turnbuckles: In accordance with MSS SP 58. G. Attachments: 1. I-Beam Clamp: Concentric loading type, MSS SP 58,Type 21,Type 28,Type 29,or Type 30,which engage both sides of flange. 2. Concrete Insert:MSS SP 58,Type 18,continuous channel insert with load rating not less than that of hanger rod it supports. 3. Welded Beam Attachment: MSS SP 58, Type 22. a. Anvil; Figure 66. b. B-Line; Figure B3083. 4. U-Channel Concrete Inserts: As specified in Section 05 50 00,Metal Fabrications. 5. Concrete Attachment Plates: a. Anvil; Figure 47, Figure 49, or Figure 52. b. B-Line; Figure B3084, Figure B3085, or Figure B3086. PART 3 EXECUTION 3.1 INSTALLATION A. General: 1. Install support systems in accordance with MSS SP 58,unless shown otherwise. 2. Install pipe hanger rods plumb,within 4 degrees of vertical during shut down,start up or operations. 3. Support piping connections to equipment by pipe support and not by equipment. 4. Support large or heavy valves,fittings, and appurtenances independently of connected piping. 5. Support no pipe from pipe above it. 6. Support pipe at changes in direction or in elevation,adjacent to flexible joints and couplings, and where shown. 7. Do not use adhesive anchors for attachment of supports to ceiling or walls. 8. Do not install pipe supports and hangers in equipment access areas or bridge crane runs. 9. Brace hanging pipes against horizontal movement by both longitudinal and lateral sway bracing and to reduce movement after startup. 10. Install lateral supports for seismic loads at changes in direction. 11. Install pipe anchors where required to withstand expansion thrust loads and to direct and control thermal expansion. 12. Repair mounting surfaces to original condition after attachments are completed. B. Standard Pipe Supports: 1. Horizontal Suspended Piping: a. Single Pipes: Clevis hangers or adjustable swivel split-ring. b. Grouped Pipes: Trapeze hanger system. 2. Horizontal Piping Supported from Walls: a. Single Pipes: Wall brackets, or attached to wall, or to wall mounted framing with anchors. Hangers and Supports For Process Piping 40 05 07-7 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock b. Stacked Piping: Wall mounted framing system and"J"hangers acceptable for pipe smaller than 3-inch. c. Pipe clamp that resists axial movement of pipe through support is not acceptable. Use pipe rollers supported from wall bracket. 3. Horizontal Piping Supported from Floors: a. Saddle Supports: 1) Pedestal Type,elbow and flange. 2) Provide minimum 1-1/2-inch grout beneath baseplate. b. Floor Mounted Channel Supports: 1) Use for pipe smaller than 3-inch running along floors and in trenches at pipe elevations lower than can be accommodated using pedestal pipe supports. 2) Attach channel framing to floors with baseplate on minimum 1-1/2-inch non- shrink grout and with anchor bolts. 3) Attach pipe to channel with clips or pipe clamps. c. Concrete Cradles: Use for pipe larger than 3 inches along floor and in trenches at pipe elevations lower than can be accommodated using stanchion type. 4. Insulated Pipe: a. Pipe hanger and support shall be on outside of insulation. Do not enclose within insulation. b. Provide precut 120-degree sections of rigid insulation(minimum length same as shield), shields and oversized hangers or insulated saddle system(ISS). c. Wall-mounted pipe clips not acceptable for insulated piping. 5. Vertical Pipe: Support with wall bracket and elbow support, or riser clamp on floor penetration. C. Standard Attachments: 1. New Concrete Ceilings: Concrete inserts, concrete attachment plates,or concrete anchors as limited below: a. Single point attachment to ceiling allowed only for 3/4-inch rod and smaller (8 inches and smaller pipe). b. Where there is vibration or bending considerations,do not connect a single pipe support hanger rod directly to a drilled concrete anchor(single point attachment) regardless of size. 2. Existing Concrete Ceilings: Channel type support with minimum of two anchor points, concrete attachment plates or concrete anchors as limited below: a. Single point attachment to ceiling is allowed only for 3/4-inch rod and smaller (8 inches and smaller pipe). b. Where there is vibration or bending considerations do not connect a single pipe support hanger rod directly to a drilled concrete anchor(single point attachment) regardless of size. 3. Steel Beams: I-beam clamp or welded attachments. 4. Wooden Beams: Lag screws and angle clips to members not less than 2-1/2 inches thick. 5. Concrete Walls: Concrete inserts or brackets or clip angles with concrete anchors. 6. Concrete Beams: Concrete inserts, or if inserts are not used attach to vertical surface similar to concrete wall. Do not drill into beam bottom. Hangers and Supports For Process Piping 40 05 07-8 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Saddles for Steel or Concrete Pipe: Provide 90-degree to 120-degree pipe saddle for pipe sizes 6 inches and larger when installed on top of steel or concrete beam or structure,pipe rack, trapeze, or where similar concentrated point supports would be encountered. E. Intermediate and Pipe Alignment Guides: 1. Provide pipe alignment guides,or pipe supports that provide same function,at expansion joints and loops. 2. Guide pipe on each side of expansion joint or loop at 4 pipe and 14 pipe diameters from each joint or loop. 3. Install intermediate guides on metal framing support systems not carrying pipe anchor or alignment guide. F. Accessories: 1. Insulation Shield: Install on insulated piping with oversize rollers and supports. 2. Welding Insulation Saddle: Install on insulated steel pipe with oversize rollers and supports. 3. Dielectric Barrier: a. Provide between painted or galvanized carbon steel members and copper or stainless steel pipe or between stainless steel supports and nonstainless steel ferrous metal piping. b. Install rubber wrap between submerged metal pipe and oversized clamps. 3.2 FIELD FINISHING A. Paint atmospheric exposed surfaces hot-dip galvanized steel components as specified in Section 09 90 00,Painting and Coating. 3.3 ATTACHMENTS A. The attachments listed below, following"End of Section,"are a part of this specification: 1. Table 1:Nonchemical Areas. 2. Table 2: Chemical Areas. END OF SECTION Hangers and Supports For Process Piping 40 05 07-9 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Table 1 Nonchemical Areas Exposure Conditions Support Material Office Areas Galvanized steel or precoated steel,plastic coated hangers for uninsulated copper or stainless steel piping Shops and Warehouse Areas Galvanized steel or precoated steel,plastic coated hangers for uninsulated copper or stainless steel piping Pipe Galleries Galvanized steel or precoated steel,plastic coated hangers for uninsulated copper or stainless steel piping Headworks Stainless steel or FRP Process Areas: High Humidity or Hydrogen Stainless steel or FRP sulfide Process Areas: Wetted or Submerged Stainless steel or FRP Pipes conveying chemicals listed in Table 2 Provide with corresponding support per Table 2. Notes: 1. Precoated steel to be fusion bonded epoxy or vinyl copolymer(Plastisol). 2. Stainless steel to be Type 304. 3. Galvanized steel to be per ASTM A653/A653M,Class G90,or hot-dip galvanized after fabrication to ASTM A123/A123M. 4. Do not use galvanized steel or aluminum where lime dust can accumulate on these surfaces. Hangers and Supports For Process Piping 40 05 07 Attachment- 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Table 2 Chemical Areas Exposure Conditions Support for Direct Exposure Support for Remote Exposure Alum FRP Precoated steel Aqua Ammonia Stainless steel Precoated steel Coagulants FRP Precoated steel or galvanized steel Ferric Chloride FRP Precoated steel Ferric Sulfate FRP Precoated steel Hydrofluorosilic Acid FRP Precoated steel Lime Stainless steel,FRP,precoated Stainless steel,FRP,precoated steel steel Methanol Galvanized steel Galvanized steel Polymers FRP Precoated steel Potassium Permanganate or Precoated steel Precoated steel Sodium Permanganate Powdered Activated Carbon Precoated steel Precoated steel Sodium Carbonate Stainless steel Precoated steel Sodium Hydroxide Stainless steel Precoated steel Sodium Hypochlorite FRP Precoated steel Sulfuric Acid Stainless steel Precoated steel Notes: 1. Direct exposure includes entire area within containment area;area within 20 feet horizontal and 10 feet vertical of chemical pumps or chemical mixing stations;or as specified. 2. Remote exposure is area beyond area defined as direct exposure,but within designated building. 3. Precoated steel to be fusion bonded epoxy or vinyl copolymer(Plastisol). 4. Stainless steel to be Type 304. 5. Galvanized steel to be per ASTM A653/A653M, Class G90,or hot-dip galvanized after fabrication to ASTM A123/A123M. 6. Do not use galvanized steel or aluminum where lime dust can accumulate on these surfaces. Hangers and Supports For Process Piping 40 05 07 Attachment-2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 40 05 10 PROCESS PIPING-GENERAL PART 1 GENERAL 1.1 RELATED SECTIONS A. 40 05 06-Couplings,Adapters,and Specials for Process Piping B. 40 05 07-Hangers and Supports for Process Piping 1.2 REFERENCES A. The following is a list of standards which may be referenced in this section and any supplemental Data Sheets: 1. Air Force: A-A-58092,Tape,Antiseize, Polytetrafluorethylene. 2. American Association of State Highway and Transportation Officials(AASHTO): HB- 17, Standard Specifications for Highway Bridges. 3. American Petroleum Institute(API): SPEC 5L, Specification for Line Pipe. 4. American Society of Mechanical Engineers(ASME): a. Boiler and Pressure Vessel Code, Section IX, Qualification Standard for Welding and Brazing Procedures, Welders,Brazers,and Welding and Brazing Operators. b. B1.20.1,Pipe Threads,General Purpose(Inch). c. B 16.1,Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125,and 250. d. B 16.3,Malleable Iron Threaded Fittings Classes 150 and 300. e. B16.5, Pipe Flanges and Flanged Fittings NPS 1/2 through NPS 24 Metric/Inch Standard. f. B 16.9,Factory-Made Wrought Buttwelding Fittings. g. B16.11,Forged Fittings, Socket-Welding and Threaded. h. B 16.15,Cast Copper Alloy Threaded Fittings Classes 125 and 250. i. B16.21,Nonmetallic Flat Gaskets for Pipe Flanges. j. B 16.22, Wrought Copper and Copper Alloy Solder Joint Pressure Fittings. k. B 16.24, Cast Copper Alloy Pipe Flanges and Flanged Fittings Classes 150, 300, 600, 900, 1500, and 2500. 1. B 16.25,Buttwelding Ends. m. B16.42, Ductile Iron Pipe Flanges and Flanged Fittings Classes 150 and 300. n. B31.1,Power Piping. o. B31.3, Process Piping. p. B31.9, Building Services Piping. q. B36.1OM, Welded and Seamless Wrought Steel Pipe. 5. American Society for Nondestructive Testing(ASNT): SNT-TC-1A, Recommended Practice for Personal Qualification and Certification in Nondestructive Testing. 6. American Water Works Association(AWWA): a. C104/A21.4,Cement-Mortar Lining for Ductile-Iron Pipe and Fittings. b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. c. Cl 10/A2 1.10,Ductile-Iron and Gray-Iron Fittings. d. Cl 11/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. e. Cl 15/A2 1.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron Threaded Flanges. f. Cl 5 1/A2 1.51, Ductile-Iron Pipe,Centrifugally Cast. Process Piping-General 4005 10 - 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock g. C153/A21.53,Ductile-Iron Compact Fittings. h. C207, Steel Pipe Flanges for Waterworks Service, Sizes 4 In. Through 144 In. (100 mm Through 3,600 mm). i. C606, Grooved and Shouldered Joints. 7. American Welding Society(AWS): a. Brazing Handbook. b. A5.8M/A5.8, Specification for Filler Metals for Brazing and Braze Welding. c. D1.1/D1.1M, Structural Welding Code- Steel. d. QC1, Standard for AWS Certification of Welding Inspectors. 8. ASTM International(ASTM): a. A47/A47M, Standard Specification for Ferritic Malleable Iron Castings. b. A53/A53M, Standard Specification for Pipe,Steel, Black and Hot-Dipped,Zinc- Coated,Welded and Seamless. c. A105/A1OSM, Standard Specification for Carbon Steel Forgings for Piping Applications. d. A106/A1O6M, Standard Specification for Seamless Carbon Steel Pipe for High- Temperature Service. e. A126, Standard Specification for Gray Iron Castings for Valves,Flanges,and Pipe Fittings. f. A135/A135M, Standard Specification for Electric-Resistance-Welder Steel Pipe. g. A139/A139M, Standard Specification for Electro-Fusion(Arc)—Welded Steel Pipe (NPS 4 Inches and Over). h. A153/A153M, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware. i. A181/A181M, Standard Specification for Carbon Steel Forgings, for General- Purpose Piping. j. A182/A182M, Standard Specification for Forged or Rolled Alloy and Stainless Steel Pipe Flanges,Forged Fittings,and Valves and Parts for High-Temperature Service. k. A183, Standard Specification for Carbon Steel Track Bolts and Nuts. 1. A193/A193M, Standard Specification for Alloy-Steel and Stainless Steel Bolting for High Temperature or High Pressure Service and Other Special Purpose Applications. m. A194/A194M, Standard Specification for Carbon and Alloy Steel Nuts for Bolts for High Pressure or High Temperature Service,or Both. n. A197/A197M, Standard Specification for Cupola Malleable Iron. o. A216/A216M, Standard Specification for Steel Castings,Carbon, Suitable for Fusion Welding, for High-Temperature Service. p. A234/A234M, Standard Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and High Temperature Service. q. A240/A240M, Standard Specification for Chromium and Chromium-Nickel Stainless Steel Plate, Sheet,and Strip for Pressure Vessels and for General Applications. r. A276, Standard Specification for Stainless Steel Bars and Shapes. s. A269, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service. t. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 psi Tensile Strength. u. A312/A312M, Standard Specification for Seamless, Welded,and Heavily Cold Worked Austenitic Stainless Steel Pipes. v. A320/A320M, Standard Specification for Alloy-Steel and Stainless Steel Bolting for Low-Temperature Service. Process Piping—General 4005 10 -2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock w. A35 1/A351M, Standard Specification for Castings,Austenitic,for Pressure- Containing Parts. x. A395/A395M, Standard Specification for Ferritic Ductile Iron Pressure-Retaining Castings for Use at Elevated Temperatures. y. A403/A403M, Standard Specification for Wrought Austenitic Stainless Steel Piping Fittings. z. A409/A409M, Standard Specification for Welded Large Diameter Austenitic Steel Pipe for Corrosive or High-Temperature Service. aa. A536, Standard Specification for Ductile Iron Castings. bb. A563, Standard Specification for Carbon and Alloy Steel Nuts. cc. A587, Standard Specification for Electric-Resistance-Welded Low-Carbon Steel Pipe for the Chemical Industry. dd. A743/A743M, Standard Specification for Castings,Iron-Chromium, Iron- Chromium-Nickel,Corrosion Resistant,for General Application. ee. A744/A744M, Standard Specification for Castings,Iron-Chromium-Nickel, Corrosion Resistant, for Severe Service. ff. A774/A774M, Standard Specification for As-Welded Wrought Austenitic Stainless Steel Fittings for General Corrosive Service at Low and Moderate Temperatures. gg. A778, Standard Specification for Welded,Unannealed Austenitic Stainless Steel Tubular Products. hh. B32, Standard Specification for Solder Metal. ii. B43, Standard Specification for Seamless Red Brass Pipe, Standard Sizes. jj. B61, Standard Specification for Steam or Valve Bronze Castings. kk. B62, Standard Specification for Composition Bronze or Ounce Metal Castings. 11. B75/B75M, Standard Specification for Seamless Copper Tube. mm.B88, Standard Specification for Seamless Copper Water Tube. nn. B98/B98M, Standard Specification for Copper-Silicon Alloy Rod,Bar and Shapes. oo. B462, Standard Specification for Forged or Rolled UNS N06030, UNS N06022, UNS N06035,UNS N06200, UNS N06059, UNS N10362,UNS N06686, UNS N08020,UNS N08024,UNS N08026,UNS N08367,UNS N10276,UNS N10665, UNS N10675,UNS N10629,UNS N08031,UNS N06045, UNS N06025, and UNS R20033 Alloy Pipe Flanges,Forged Fittings,and Valves and Parts for Corrosive High-Temperature Service. pp. B464, Standard Specification for Welded UNS N08020 Alloy Pipe. qq. B474, Standard Specification for Electric Fusion Welded Nickel and Nickel Alloy Pipe. rr. C582, Standard Specification for Contact-Molded Reinforced Thermosetting Plastic (RTP)Laminates for Corrosion-Resistant Equipment. ss. D412, Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers-Tension. tt. D413, Standard Test Methods for Rubber Property-Adhesion to Flexible Substrate. uu. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents. vv. D1248, Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable. ww. D1330, Standard Specification for Rubber Sheet Gaskets. xx. D1784, Standard Specification for Rigid Poly(Vinyl Chloride)(PVC)Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. yy. D1785, Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe, Schedules 40,80,and 120. Process Piping-General 400510 - 3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock zz. D2000, Standard Classification System for Rubber Products in Automotive Applications. aaa. D2310, Standard Classification for Machine-Made"Fiberglass"(Glass-Fiber- Reinforced Thermosetting-Resin)Pipe. bbb.D2464, Standard Specification for Threaded Poly(Vinyl Chloride)(PVC)Plastic Pipe Fittings, Schedule 80. ccc. D2466, Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe Fittings, Schedule 40. ddd.D2467, Standard Specification for Poly(Vinyl Chloride)(PVC)Plastic Pipe Fittings, Schedule 80. eee. D2564, Standard Specification for Solvent Cements for Poly(Vinyl Chloride)(PVC) Plastic Piping Systems. fff. D2837, Standard Test Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials or Pressure Design Basis for Thermoplastic Pipe Products. ggg.D2996, Standard Specification for Filament-Wound"Fiberglass"(Glass-Fiber- Reinforced Thermosetting-Resin)Pipe. hhh.D3222, Standard Specification for Unmodified Poly(Vinylidene Fluoride)(PVDF) Molding Extrusion and Coating Materials. iii. D3350, Standard Specification for Polyethylene Plastics Pipe and Fittings Materials. jjj. D4101, Standard Specification for Polypropylene Injection and Extrusion Materials. kkk.D4894, Standard Specification for Polytetrafluoroethylene(PTFE)Granular Molding and Ram Extrusion Materials. 111. D4895, Standard Specification for Polytetrafluoroethylene(PTFE)Resin Produced from Dispersion. mmm. F423, Standard Specification for Polytetrafluoroethylene(PTFE)Plastic-Lined Ferrous Metal Pipe,Fittings,and Flanges. nnn.F436, Standard Specification for Hardened Steel Washers. 000.F437, Standard Specification for Threaded Chlorinated Poly(Vinyl Chloride) (CPVC)Plastic Pipe Fittings, Schedule 80. ppp.F439, Standard Specification for Chlorinated Poly(Vinyl Chloride)(CPVC)Plastic Pipe Fittings, Schedule 80. qqq.F441/F441M, Standard Specification for Chlorinated Poly(Vinyl Chloride)(CPVC) Plastic Pipe, Schedules 40 and 80. rrr. F493, Standard Specification for Solvent Cements for Chlorinated Poly(Vinyl Chloride)(CPVC)Plastic Pipe and Fittings. sss. F593, Standard Specification for Stainless Steel Bolts,Hex Cap Screws, and Studs. ttt. F656, Standard Specification for Primers for Use in Solvent Cement Joints of Poly(Vinyl Chloride)(PVC)Plastic Pipe and Fittings. 9. FM Global(FM). 10. Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. (MSS): SP-43, Wrought and Fabricated Butt-Welding Fittings for Low-Pressure, Corrosion Resistant Applications. 11. NSF International(NSF): 61 Drinking Water System Components-Health Effects. 12. National Electrical Manufacturers Association(NEMA): LI 1,Industrial Laminating Thermosetting Products. 13. National Fire Protection Association(NFPA): 24, Standard for the Installation of Private Fire Service Mains and Their Appurtenances. Process Piping-General 4005 10 -4 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 1.3 DEFINITIONS A. Submerged or Wetted: 1. Zone below elevation of: a. Top face of channel walls and cover slabs. b. Liquid surface or within 2 feet above top of liquid surface. c. Top of tank wall or under tank cover. 1.4 DESIGN REQUIREMENTS A. Where pipe diameter,thickness,pressure class,pressure rating,or thrust restraint is not shown or specified, design piping system in accordance with the following: 1. Process Piping:ASME B31.3,normal fluid service unless otherwise specified. 2. Building Service Piping:ASME B31.9, as applicable. 3. Buried Piping: H2O-S16 traffic load with 1.5 impact factor,AASHTO HB-17,as applicable. 4. Thrust Restraints: a. Design for test pressure shown in Piping Schedule. b. Allowable Soil Pressure: 1,000 pounds per square foot. c. Low Pressure Pipelines: 1) When bearing surface of the fitting against soil provides an area equal to or greater than area required for thrust restraint,concrete thrust blocks will not be required. 2) Determine bearing area for fittings without thrust blocks by projected area of 70 percent of internal diameter multiplied by chord length for fitting centerline curve. 1.5 SUBMITTALS A. Action Submittals: 1. Pipe Wall Thickness: Identify wall thickness and rational method or standard applied to determine wall thickness for each size of each different service including exposed, submerged,buried,and concrete-encased installations for Contractor-designed piping. 2. Hydraulic Thrust Restraint for Restrained Joints: Details including materials, sizes, assembly ratings, and pipe attachment methods. 3. Thrust Blocks: Concrete quantity,bearing area on pipe,and fitting joint locations. 4. Dissimilar Buried Pipe Joints: Joint types and assembly drawings. 5. Pipe Corrosion Protection: Product data. B. Informational Submittals: 1. Manufacturer's Certification of Compliance., in accordance with Section 01 61 03, Equipment Basic Requirements: a. Pipe and fittings. b. Factory applied resins and coatings. 2. Qualifications: a. Nondestructive Testing Personnel: SNT-TC-1A Level II certification and qualifications. Process Piping-General 4005 10 - 5 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock b. AWS QC1 Certified Welding Inspector: Submit evidence of current certification prior to commencement of welding activities. c. Welders: 1) Continuity log for welders and welding operators. 2) Welder qualification test records conducted by Contractor or manufacturer. 3. Welding Procedures: Qualified in accordance with ASME Boiler and Pressure Vessel Code, Section IX for weld type(s)and base metal(s). 4. Nondestructive inspection and testing procedures. 5. Test logs. 6. Pipe coating applicator certification. C. Quality Assurance: Special inspection to be provided by Owner and performed by independent inspection and testing agency for welding operations. 1. Note,the presence of Owner's Special Inspector or Verification CWI does not relieve Contractor from performing own quality control,including 100 percent visual inspection of welds. 1.6 DELIVERY, STORAGE,AND HANDLING A. In accordance with 01 60 00,Product Requirements, and: 1. Flanges: Securely attach metal, hardboard,or wood protectors over entire gasket surface. 2. Threaded or Socket Welding Ends: Fit with metal,wood,or plastic plugs or caps. 3. Linings and Coatings:Prevent excessive drying. 4. Cold Weather Storage: Locate products to prevent coating from freezing to ground. 5. Handling: Use heavy canvas or nylon slings to lift pipe and fittings. PART 2 PRODUCTS 2.1 PIPING A. As specified on the Piping Data Sheets and Piping Schedule located at the end of this section. B. Diameters Shown: 1. Standardized Products:Nominal size. 2. Fabricated Steel Piping(Except Cement-Lined):Outside diameter,ASME B36.10M. 3. Cement-Lined Steel Pipe: Lining inside diameter. 2.2 JOINTS A. Flanged Joints: 1. Flat-faced,carbon steel,or alloy flanges when mating with flat-faced cast or ductile iron flanges. 2. Higher pressure rated flanges as required to mate with equipment when equipment flange is of higher pressure rating than required for piping. B. Threaded Joints:NPT taper pipe threads in accordance with ASME B 1.20.1. C. Mechanical Joint Anchor Gland Follower: 1. Ductile iron anchor type,wedge action,with break-off tightening bolts. 2. Thrust rated to 250 psi minimum. Process Piping-General 4005 10 - 6 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3. Rated operating deflection not less than: a. 3 degrees for sizes through 12 inches. b. 2 degrees for sizes 14 inches through 16 inches. c. 1.5 degrees for sizes 18 inches through 24 inches. d. 1 degree for sizes 30 inches through 48 inches. 4. UL and FM approved. D. Flexible Mechanical Compression Joint Coupling: 1. Stainless steel,ASTM A276,Type 305 bands. 2. Manufacturers: a. Pipeline Products Corp. b. Fernco Joint Sealer Co. E. Mechanical connections of high-density polyethylene pipe to auxiliary equipment such as valves,pumps,tanks, and other piping systems shall be through-flanged connections consisting of the following: 1. Polyethylene stub end thermally butt-fused to end of pipe. 2. ASTM A240/A240M,Type 304 stainless steel backing flange, 125-pound,ASME B 16.1 standard. Use insulating flanges where shown. 3. Bolts and nuts of sufficient length to show a minimum of three complete threads when joint is made and tightened to manufacturer's standard. Retorque nuts after 4 hours. 4. Gaskets as specified on Data Sheet. 2.3 GASKET LUBRICANT A. Lubricant shall be supplied by pipe manufacturer and no substitute or"or-equal"will be allowed. 2.4 PIPE CORROSION PROTECTION A. Coatings: See Section 09 90 00,Painting and Coating, for details of coating requirements. B. Heat Shrink Wrap: 1. Type: Cross-linked polyolefin wrap or sleeve with mastic sealant. 2. Manufacturer and Product: Raychem; WPC or TPS. C. Polyethylene Encasement(Bagging): 1. Encasement Tube: Black polyethylene encasement tube, 8 mils minimum thickness, conforming to AWWA C105/A21.5, free of gels, streaks, pinholes, foreign matter, undispersed raw materials, and visible defects such as tears, blisters, and thinning at folds. 2. Securing Tape: Thermoplastic tape,8 mils minimum thickness, 1 inch wide, pressure sensitive adhesive face capable of bonding to metal,bituminous coating, and polyethylene encasement tube. D. Insulating Flanges, Couplings,and Unions: 1. Materials: a. In accordance with applicable piping material specified in Pipe Data Sheet. Complete assembly shall have ASME B31.9 working pressure rating equal to or higher than that of joint and pipeline. b. Galvanically compatible with piping. c. Resistant for intended exposure, operating temperatures, and products in pipeline. Process Piping-General 4005 10 - 7 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2. Union Type, 2 Inches and Smaller: a. Screwed or solder-joint. b. 0-ring sealed with molded and bonded insulation to body. 3. Flange Type,2-1/2 Inches and Larger: a. Flanged, complete with bolt insulators,dielectric gasket, bolts,and nuts. b. Bolt insulating sleeves shall be provided full length between insulating washers. c. Ensure fit-up of components of insulated flange assembly to provide a complete functioning installation. d. AWWA C207 steel flanges may be drilled oversize up to 1/8-inch to accommodate insulating sleeves. e. No less than minimum thread engagement in accordance with specified bolting standards will be permitted to accommodate thicknesses of required washers, flanges, and gasket. 4. Flange Insulating Kits: a. Gaskets: Full-face,Type E with elastomeric sealing element. Sealing element shall be retained in a groove within retainer portion of gasket. b. Insulating Sleeves:Full-length[mylar] [fiberglass reinforced epoxy(NEMA LI-1, G-1O grade)]. c. Insulating Washers: [High-strength phenolic.] [Fiberglass-reinforced epoxy (NEMA LI-1,G-10 grade)] d. Steel Washers: [Plated,hot-rolled steel] [Hardened steel,ASTM F436], 1/8 inch thick. 1) Flange Diameters 36 Inches or Less: Provide two washers per bolt. 2) Flange Diameters Larger Than 36 Inches: Provide four washers per bolt. 5. Manufacturers and Products: a. Dielectric Flanges and Unions: 1) PSI,Houston,TX. 2) Advance Products and Systems,Lafayette, LA. b. Insulating Couplings: 1) Dresser; STAB-39. 2) Baker Coupling Company, Inc.; Series 216. 2.5 THRUST TIES A. Steel Pipe: Joint harness as specified in Section 40 OS 06, Couplings,Adapters, and Specials for Process Piping. B. Buried Ductile Iron Pipe and Fittings: Unless restraint is otherwise specified or shown, conform to NFPA 24. Tie-rod attachments relying on clamp friction with pipe barrel to restrain thrust are unacceptable. 2.6 VENT AND DRAIN VALVES A. Pipeline 2-Inch Diameter and Smaller: 1/2-inch vent, 1-inch drain,unless shown otherwise. B. Pipelines 2-1/2-Inch Diameter and Larger: 3/4-inch vent, 1-inch drain,unless shown otherwise. 2.7 FINISHES A. Factory prepare,prime, and finish coat in accordance with Pipe Data Sheet(s)and Piping Schedule. Process Piping-General 4005 10 - 8 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Galvanizing: 1. Hot-dip applied,meeting requirements of ASTM A153/A153M. 2. Electroplated zinc or cadmium plating is unacceptable. 3. Stainless steel components may be substituted where galvanizing is specified. PART 3 EXECUTION 3.1 EXAMINATION A. Verify size, material,joint types, elevation,horizontal location, and pipe service of existing pipelines to be connected to new pipelines or new equipment. B. Inspect size and location of structure penetrations to verify adequacy of wall pipes,sleeves, and other openings. 3.2 PREPARATION A. See Piping Schedule and Section 09 90 00, Painting and Coating,for additional requirements. B. Notify Engineer at least 2 weeks prior to field fabrication of pipe or fittings. C. Inspect pipe and fittings before installation, clean ends thoroughly,and remove foreign matter and dirt from inside. D. Damaged Coatings and Linings: Repair using original coating and lining materials in accordance with manufacturer's instructions, except for damaged glass-lined pipe or PVDF- lined pipe that is to be promptly removed from Site. 3.3 WELDING A. Perform in accordance with Section IX,ASME Boiler and Pressure Vessel Code and ASME B31.1 for Pressure Piping,as may be specified on Piping Data Sheets,and if recommended by piping or fitting manufacturer. B. Weld Identification: Keep paper record of which welder welded each joint. C. Pipe End Preparation: 1. Machine Shaping: Preferred. 2. Oxygen or Arc Cutting: Smooth to touch,true,and slag removal by chipping or grinding. 3. Beveled Ends for Butt Welding: ASME B 16.25. D. Surfaces: 1. Clean and free of paint,oil, rust, scale, slag, or other material detrimental to welding. 2. Clean stainless steel joints with stainless steel wire brushes or stainless steel wool prior to welding. 3. Thoroughly clean each layer of deposited weld metal, including final pass,prior to deposition of each additional layer of weld metal with a power-driven wire brush. E. Alignment and Spacing: 1. Align ends to be joined within existing commercial tolerances on diameters,wall thicknesses, and out-of-roundness. Process Piping-General 4005 10 - 9 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2. Root Opening of Joint:As stated in qualified welding procedure. 3. Minimum Spacing of Circumferential Butt Welds: Minimum four times pipe wall thickness or 1 inch,whichever is greater. F. Climatic Conditions: 1. Do not perform welding if there is impingement of any rain, snow, sleet, or wind exceeding 5 mph on the weld area, or if ambient temperature is below 32 degrees F. 2. Stainless Steel and Alloy Piping: If ambient is less than 32 degrees F, local preheating to a temperature warm to the hand is required. G. Tack Welds: Performed by qualified welder using same procedure as for completed weld, made with electrode similar or equivalent to electrode to be used for first weld pass,and not defective. Remove those not meeting requirements prior to commencing welding procedures. H. Surface Defects: Chip or grind out those affecting soundness of weld. I. Weld Quality:Meet requirements of governing welding codes. 3.4 INSTALLATION-GENERAL A. Join pipe and fittings in accordance with manufacturer's instructions, unless otherwise shown or specified. B. Remove foreign objects prior to assembly and installation. C. Flanged Joints: 1. Install perpendicular to pipe centerline. 2. Bolt Holes: Straddle vertical centerlines, aligned with connecting equipment flanges or as shown. 3. Use torque-limiting wrenches to ensure uniform bearing and proper bolt tightness. 4. Plastic Flanges: Install annular ring filler gasket at joints of raised-face flange. 5. Grooved Joint Flange Adapters: Include stainless steel washer plates as required for mating to serrated faces and lined valves and equipment. 6. Raised-Face Flanges: Use flat-face flange when joining with flat-faced ductile or cast iron flange. 7. Verify compatibility of mating flange to adapter flange gasket prior to selecting grooved adapter flanging. 8. Flange fillers are to be avoided,but if necessary,may be used to make up for small angles up to 6 degrees and for filling gaps up to 2 inches between flanges. Stacked flange fillers shall not be used. 9. Threaded flanged joints shall be shop fabricated and delivered to Site with flanges in- place and properly faced. 10. Manufacturer: Same as pipe manufacturer[or grooved joint flange adapter manufacturer]. D. Threaded and Coupled Joints: 1. ConformtoASMEBl.20.1. 2. Produce sufficient thread length to ensure full engagement when screwed home in fittings. 3. Countersink pipe ends,ream and clean chips and burrs after threading. 4. Make connections with not more than three threads exposed. 5. Lubricate male threads only with thread lubricant or tape as specified on Piping Data Sheets. Process Piping-General 4005 10 - 10 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock E. Soldered Joints: 1. Use only solder specified for particular service. 2. Cut pipe ends square and remove fins and burrs. 3. After thoroughly cleaning pipe and fitting of oil and grease using solvent and emery cloth,apply noncorrosive flux to the male end only. 4. Wipe excess solder from exterior of joint before hardened. 5. Before soldering,remove stems and washers from solder joint valves. F. Pipe Connections at Concrete Structures:As specified in Article Piping Flexibility Provisions in Section Section 40 OS 06, Couplings,Adapters, and Specials for Process Piping. G. PVC and CPVC Piping: 1. Provide Schedule 80 threaded nipple where necessary to connect to threaded valve or fitting. 2. Use strap wrench for tightening threaded plastic joints. Do not overtighten fittings. 3. Do not thread Schedule 40 pipe. H. Ductile Iron Piping: 1. Cutting Pipe: Cut pipe with milling type cutter,rolling pipe cutter, or abrasive blade cutter. Do not flame cut. 2. Dressing Cut Ends: a. General:As required for the type of joint to be made. b. Rubber Gasketed Joints: Remove sharp edges or projections. c. Push-On Joints: Bevel,as recommended by pipe manufacturer. d. Flexible Couplings, Flanged Coupling Adapters, and Grooved End Pipe Couplings: As recommended by the coupling or adapter manufacturer. I. PVDF: 1. Cut,make up,and install pipe in accordance with pipe manufacturer's written instructions. J. High-Density Polyethylene Piping: 1. Join pipes,fittings,and flange connections by means of thermal butt-fusion. 2. Perform butt-fusion in accordance with pipe manufacturer's recommendations as to equipment and technique. 3. Special Precautions at Flanges: Polyethylene pipe connected to heavy fittings,manholes, and rigid structures shall be supported in such a manner that no subsequent relative movement between polyethylene pipe at flanged joint and rigid structures is possible. K. Fiberglass Reinforced Piping: 1. Cut,fabricate, and install in accordance with manufacturer's written instructions. 2. Provide manufacturer's representative for instructing workers on proper installation and jointing methods. 3. Installation shall be made by workers experienced in FRP pipe lay-up techniques. 3.5 INSTALLATION-EXPOSED PIPING A. Piping Runs: 1. Parallel to building or column lines and perpendicular to floor,unless shown otherwise. 2. Piping upstream and downstream of flow measuring devices shall provide straight lengths as required for accurate flow measurement. Process Piping-General 40 05 10 - 11 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock B. Supports:As specified in 40 OS 07 Hangers and Supports for Process Piping. C. Group piping wherever practical at common elevations; install to conserve building space and not interfere with use of space and other work. D. Unions or Flanges: Provide at each piping connection to equipment or instrumentation on equipment side of each block valve to facilitate installation and removal. E. Install piping so that no load or movement in excess of that stipulated by equipment manufacturer will be imposed upon equipment connection; install to allow for contraction and expansion without stressing pipe,joints,or connected equipment. F. Piping clearance,unless otherwise shown: 1. Over Walkway and Stairs:Minimum of 7 feet 6 inches, measured from walking surface or stair tread to lowest extremity of piping system including flanges,valve bodies or mechanisms, insulation,or hanger/support systems. 2. Between Equipment or Equipment Piping and Adjacent Piping: Minimum 3 feet, measured from equipment extremity and extremity of piping system including flanges, valve bodies or mechanisms, insulation,or hanger/support systems,unless otherwise specified. 3. From Adjacent Work:Minimum 1 inch(es)from nearest extremity of completed piping system including flanges,valve bodies or mechanisms, insulation,or hanger/support systems. 4. Do not route piping in front of or to interfere with access ways, ladders, stairs,platforms, walkways,openings,doors,or windows. 5. Headroom in front of openings, doors, and windows shall not be less than the top of the opening. 6. Do not install piping containing liquids or liquid vapors in transformer vaults or electrical equipment rooms. 7. Do not route piping over, around, in front of, in back of, or below electrical equipment including controls,panels, switches,terminals,boxes, or other similar electrical work. 3.6 INSTALLATION-BURIED PIPE A. Joints: 1. Dissimilar Buried Pipes: a. Provide flexible mechanical compression joints for pressure pipe. b. Provide concrete closure collar for gravity or as shown. 2. Concrete Encased or Embedded Pipe: Do not encase joints in concrete,unless specifically shown. B. Placement: 1. Keep trench dry until pipe laying and joining are completed. 2. Pipe Base and Pipe Zone:As specified in Sections 31 23 17,Trenching and 31 23 23 Fill. 3. Exercise care when lowering pipe into trench to prevent twisting or damage to pipe. 4. Measure for grade at pipe invert,not at top of pipe. 5. Excavate trench bottom and sides of ample dimensions to permit visual inspection and testing of entire flange,valve,or connection. 6. Prevent foreign material from entering pipe during placement. 7. Close and block open end of last laid pipe section when placement operations are not in progress and at close of days work. 8. Lay pipe upgrade with bell ends pointing in direction of laying. Process Piping-General 4005 10 - 12 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 9. Install closure sections and adapters for gravity piping at locations where pipe laying changes direction. 10. Deflect pipe at joints for pipelines laid on a curve using unsymmetrical closure of spigot into bell. If joint deflection of standard pipe lengths will not accommodate horizontal or vertical curves in alignment,provide: a. Shorter pipe lengths. b. Special mitered joints. c. Standard or special fabricated bends. 11. After joint has been made, check pipe alignment and grade. 12. Place sufficient pipe zone material to secure pipe from movement before next joint is installed. 13. Prevent uplift and floating of pipe prior to backfihling. C. PVC,CPVC,or HDPE Pipe Placement: 1. Lay pipe snaking from one side of trench to other. 2. Offset:As recommended by manufacturer for maximum temperature variation between time of solvent welding and during operation. 3. Do not lay pipe when temperature is below 40 degrees F,or above 90 degrees F when exposed to direct sunlight. 4. Shield ends to be joined from direct sunlight prior to and during the laying operation. D. Tolerances: 1. Deflection from Horizontal Line, Except PVC,CPVC, or HDPE: Maximum [2] inches. 2. Deflection From Vertical Grade: Maximum 1/4 inch(es). 3. Joint Deflection: Maximum of 75 percent of manufacturer's recommendation. 4. Horizontal position of pipe centerline on alignment around curves maximum variation of 1.75 feet from position shown. 5. Pipe Cover: Minimum 3 feet,unless otherwise shown. 3.7 INSTALLATION-CONCRETE ENCASED A. Provide reinforced concrete pipe encasement where shown on Drawings and where otherwise required. Some piping may be required to be concrete encased for pipe strength requirements that are included in the Specifications. Piping under and within the influence of buildings, utility trenches,vaults,slabs,and other structures shall be concrete encased. See details on Drawings for encasement requirements. B. Where concrete encased piping crosses structure construction and expansion joints, provide flexible piping joints to coincide with structure joints to prevent excessive pipe stress and breakage. 3.8 PIPE CORROSION PROTECTION A. Ductile Iron Pipe: 1. Exposed:As specified in Section 09 90 00, Painting and Coating, and as shown in Piping Schedule. 2. Buried: Wrap with polyethylene bagging. 3. Submerged or Embedded: Coat with coal-tar epoxy as specified in Section 09 90 00, Painting and Coating. If in potable water service,use NSF 61 approved epoxy. B. Carbon Steel Pipe: 1. Exposed:As specified in Section 09 90 00,Painting and Coating. Process Piping-General 40 OS 10 - 13 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 2. Buried: a. Pipe: Wrap with tape coating system as specified in Section 09 90 00,Painting and Coating. b. Joints: Wrap with tape coating system as specified in Section 09 90 00,Painting and Coating, or heat shrink wrap as specified herein. 3. Submerged or Embedded: Shop coat with coal-tar epoxy as specified in Section 09 90 00, Painting and Coating. If in potable water service,use NSF 61 approved epoxy. C. Copper Pipe,Exposed: As specified in Section 09 90 00,Painting and Coating. D. PVC and CPVC Pipe,Exposed:As specified in Section 09 90 00, Painting and Coating. E. Piping Accessories: 1. Exposed: a. Field paint black and galvanized steel,brass, copper,and bronze piping components as specified in Section 09 90 00,Painting and Coating,as applicable to base metal material. b. Accessories include, but are not limited to, pipe hangers,supports,expansion joints, pipe guides,flexible couplings,vent and drain valves, and fasteners. 2. Buried: a. Ferrous Metal and Stainless Steel Components: Coat with coal-tar epoxy as specified in Section 09 90 00,Painting and Coating. b. Bolts,Nuts, and Similar Items: Coat with bituminous paint. c. Flexible Couplings and Similar Items: Wrap with heat shrink wrap [or coat with cement]. d. Buried Valves and Similar Elements on Wrapped Pipelines:Coat with bituminous paint and wrap entire valve in polyethylene encasement. e. Cement-Coated Pipelines: Cement coat appurtenances same as pipe. F. Polyethylene Encasement: Install in accordance with AWWA C105/A21.5 and manufacturer's instructions. G. Tape Coating System: As specified in Section 09 90 00, Painting and Coating. H. Heat Shrink Wrap: Apply in accordance with manufacturer's instructions to surfaces that are cleaned,prepared, and primed. I. Insulating Flanges,Couplings, and Unions: 1. Applications: a. Dissimilar metal piping connections. b. Cathodically protected piping penetration to buildings and watertight structures. c. Submerged to unsubmerged metallic piping connections. d. Connections to existing metallic pipe. e. Where required for electrically insulated connection. 2. Pipe Installation: a. Insulating joints connecting immersed piping to non-immersed piping shall be installed above maximum water surface elevation. b. Submerged carbon steel,ductile iron,or galvanized piping in reinforced concrete shall be isolated from the concrete reinforcement steel. c. Align and install insulating joints as shown on the Drawings and according to manufacturer's recommendations. Bolt lubricants that contain graphite or other Process Piping-General 4005 10 - 14 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock metallic or electrically conductive components that can interfere with the insulating capabilities of the completed flange shall not be used. 3.9 THRUST RESTRAINT A. Location: 1. Buried Piping: Where shown and where required to restrain force developed at pipeline tees,plugs,caps,bends,and other locations where unbalanced forces exist because of hydrostatic testing and normal operating pressure. 2. Exposed Piping: At all joints in piping. B. Thrust Ties: 1. Steel Pipe: Attach with joint harness specified in Section 40 05 06,Couplings,Adapters, and Specials for Process Systems. . 2. Ductile Iron Pipe:Attach with socket clamps anchored against grooved joint coupling or flange. 3. Flanged Coupling Adapters: For exposed installations, install manufacturer's anchor studs through coupling sleeve or use dismantling joints. C. Mechanical Joint Valve Restraint in Proprietary Restrained Joint Piping: Install pipe joint manufacturer's adapter gland follower and pipe end retainer,or mechanical joint anchor gland follower. D. Thrust Blocking: 1. Place between undisturbed ground and fitting to be anchored. 2. Quantity of Concrete: Sufficient to cover bearing area on pipe and provide required soil bearing area as shown. 3. Place blocking so that pipe and fitting joints will be accessible for repairs. 4. Place concrete in accordance with Section 03 30 00, Cast-in-Place Concrete. 3.10 SLAB,FLOOR, WALL,AND ROOF PENETRATIONS A. Application and Installation: As specified in Section 40 05 06 Couplings,Adapters,and Specials for Process Piping. 3.11 BRANCH CONNECTIONS A. Do not install branch connections smaller than 1/2-inch nominal pipe size, including instrument connections,unless shown otherwise. B. When line of lower pressure connects to a line of higher pressure,requirements of Piping Data Sheet for higher pressure rating prevails up to and including first block valve in the line carrying the lower pressure,unless otherwise shown. C. Threaded Pipe Tap Connections: 1. Ductile Iron Piping: Connect only with service saddle or at tapping boss of a fitting,valve body,or equipment casting. 2. Welded Steel or Alloy Piping: Connect only with welded threadolet or half-coupling as specified on Piping Data Sheet. Process Piping-General 4005 10 - 15 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock 3.12 VENTS AND DRAINS A. Vents and drains at high and low points in piping required for completed system may or may not be shown. Install vents on high points and drains on low points of pipelines only where shown. 3.13 FIELD FINISHING A. Notify Engineer at least 3 days prior to start of surface preparation or coating application work. B. As specified in Section 09 90 00, Painting and Coating. 3.14 PIPE IDENTIFICATION A. As specified in Section 09 90 00,Painting and Coating. 3.15 FIELD QUALITY CONTROL A. As specified in Section 01 40 00, Quality Requirements. 3.16 CLEANING A. Following assembly and testing, and prior to disinfection and final acceptance,flush pipelines, except as stated below,with water at 2.5 fps minimum flushing velocity until foreign matter is removed. B. Blow clean of loose debris plant process air,and instrument air lines with compressed air at 4,000 fpm; do not flush with water. C. If impractical to flush large diameter pipe at 2.5 fps or blow at 4,000 fpm velocity,clean in- place from inside by brushing and sweeping,then flush or blow line at lower velocity. D. Insert cone strainers in flushing connections to attached equipment and leave in-place until cleaning is complete. E. Remove accumulated debris through drains 2 inches and larger or by removing spools and valves from piping. 3.17 ATTACHMENTS A. The attachments listed below, following"End of Section,"are a part of this Specification: 1. Piping Schedule. 2. Data Sheets. Number Title 40 05 10.13 Welded Steel Pipe Data Sheet 40 OS 10.43 High Density Polyethylene(HDPE)Tubing 40 05 10.33 Schedule 40 Stainless Steel Pipe Process Piping-General 4005 10 - 16 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock PIPING SCHEDULE LEGEND SERVICE A Air AHP Air-High Pressure ALP Air-Low Pressure CCP Chemical Containment Pipe NaMNO4 Sodium Permanganate RD Roof Drain SD Storm Drain SS Sanitary Sewer V Vents Wi Water-Potable-Protected W2 Water-Potable—Not protected W3 Water-Non-Potable W4 Raw Water EXPOSURE ALL All BUR Buried ENC Concrete Encased EXP Exposed ICP In Containment Pipe SUB Submerged MATERIAL CLDI Cement-Lined Ductile Iron CMP Corrugated Metal Pipe COP Copper CPVC Chlorinated PVC DI Ductile Iron EPDM Ethylene Propylene Diene Monomer(M-class) Rubber FRPX Fiberglass Reinforced Plastic Pipe Type(X= 1 to 3) GLDI Glass-Lined Ductile Iron GSP Galvanized Steel Pipe HDPE High-Density Polyethylene PCCP Prestressed Concrete Cylinder Pipe PSTL PVDF-Lined Steel PVC Polyvinyl Chloride PVDF Polyvinylidene Fluoride RCP Reinforced Concrete Pipe RSTL Rubber-Lined Steel SBR Styrene-Butadiene Rubber SST Stainless Steel STL Steel VC Vitrified Clay Pipe WS Fabricated Welded Steel Process Piping—General 4005 10 - 17 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock JOINT TYPE FL Flanged GR Grooved HU Hub and spigot PRJ Proprietary Restrained RM Restrained Mechanical S Screwed W Welded(including solvent and fusion) Process Piping-General 4005 10 - 18 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Piping Schedule Service Size(s)(in.)' Exposure Piping Material2 Specification Section Joint Type W4 ALL SUB STL 40 OS 10.13 FL NaMNO4 ALL ICP HDPE(tubing) 4005 10.43 W CCP ALL EXP,SUB SST � 40 OS 10.33 FL 1. ">"=Greater Than,"<"=Less Than,"<="=Less Than or Equal To,">="=Greater Than or Equal To,"All"=All Sizes 2. Coating system as specified in Section 09 90 00,Painting and Coating. END OF SECTION Process Piping-General 400510- 19 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock WELDED STEEL PIPE AND FITTINGS Item Description Pipe Carbon steel ASTM A283/A283M, Grade C or ASTM A285/A285M Grade C,sheet or coil, fabricated in accordance with AWWA C200, straight or spiral seam,thickness designed for 66%of minimum yield stress at hydrostatic test pressure, minimum thickness 1/4- inch,sizes are to be nominal outside diameters conforming to ASME B36.10M. Linings Epoxy:AWWA C210 minimum two topcoats. As specified in Section 09900, PAINTING AND PROTECTIVE COATINGS. Applied by pipe manufacturer. Coatings As specified in Section 09900, PAINTING AND PROTECTIVE COATINGS. Applied by pipe manufacturer. Interior 60 degree spiders set 2 feet from each end and at the one-third point capable of Bracing withstanding backfill loadings. Bracing at one-third point Joints Welded:AWWA C200. Required for all restrained joints and for pipe over 57-inch diameter. Optional for pipe 30-inch diameter and larger. Butt welded or lap welded using bell-and-spigot or butt strap. Flexible Couplings: Maximum Pipe Size: 57-inch diameter.Thicken pipe walls near joints as required for thrust tie lugs,3/8-inch minimum. Grooved or Shouldered End:AWWA C606,Type B, C,or D.Victaulic coupling for pipe 24-inch or less in diameter.Thicken pipe walls near joints to 3/8-inch minimum(Non- buried only). Fittings Fabricated:Carbon steel fabricated from pipe in accordance with AWWA C208; elbows to have a 22.5-degree maximum miter section angle, minimum of three sections; wyes,tees,crosses,and outlets to be reinforced in accordance with AWWA M-11. Forged: Butt-welding fittings,ASTM A234/A234M, Grade WPB meeting the requirements of ANSI B16.9. Fitting wall thickness to match adjoining pipe. Elbows to be long radius unless shown otherwise. Flanges AWWA C207,Class D(150 psi), Class E (275 psi), or Class F (300 psi) hub or ring type. Bolting Carbon steel ASTM A307,Grade A hex head bolts and ASTM A563, Grade A hex head nuts. Welded Steel Pipe Data Sheet 40 OS 10.13 - 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock Gaskets Flanged,Water and Sewage Service: 1/8 inch thick, unless otherwise specified, red rubber(SBR), hardness 80(Shore A), rated to 200°F.,conforming to ANSI B16.21, AWWA C207,and ASTM D1330,Grades 1 and 2. Flanged, Hot Air Service: 1/8-inch thick, unless otherwise specified, homogeneous black rubber(EPDM), hardness 60(Shore A), rated to 300°F.,conforming to ANSI B16.21 and ASTM D1330 Steam Grade. Gasket thickness for AWWA C207,Class E and Class F flanges shall be 1/16-inch thick. Ring gaskets shall not be permitted. Blind flanges shall be gasketed covering the entire inside face with the gasket cemented to the blind flange. Bell-and-Spigot Joints:Synthetic rubber conforming to AWWA C303. Welded Steel Pipe Data Sheet 40 OS 10.13 -2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock STAINLESS STEEL PIPE AND FITTINGS-GENERAL SERVICE Item Size Description Pipe 2" & smaller Schedule 40S: ASTM A312/A312M, Type 316 seamless,pickled and passivated. 2-1/2"thru 6" Schedule lOS: ASTM A778, "as-welded" grade, Type 316L. 8" & larger Schedule 5S: ASTM A778, "as-welded" grade, Type 316L. Joints 2" & smaller Threaded or flanged at equipment as required or shown. 2-1/2" & larger Butt-welded or flanged at valves and equipment. Fittings 2" & smaller Threaded Forged: 1,000 CWP, ASTM A182/A182M, Grade F316L. 2-1/2" & larger Butt-Welded: ASTM A774/A774M Grade 316E conforming to MSS SP 43, "as-welded" grade,pickled and passivated; fitting wall thickness to match adjoining pipe; long radius elbows unless shown otherwise. Branch Connections 2" & smaller Tee or reducing tee in conformance with Fittings above. 2-1/2" & larger Butt-welding tee or reducing tee in accordance with Fittings above. Flanges All Forged Stainless Steel: ASTM A182/A182M, Grade F316L, ANSI B16.5 Class 150 or Class 300, slip-on weld neck or raised face. Cast Carbon Steel: ASTM A216/A216M Grade WCA, drilled,ANSI B16.5 Class 150 or Class 300 Van Stone Type with stainless steel stub ends, ASTM A240 Type 316E "as-welded grade", conforming to MSS-SP43, wall thickness same as pipe. Stainless Steel Data Sheet 40 05 10.33 - 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock STAINLESS STEEL PIPE AND FITTINGS-GENERAL SERVICE Item Size Description Unions 2" & smaller Threaded Forged: ASTM A182/A182M, Grade F316, 2,000-pound or 3,000-pound WOG, integral ground seats,AAR design meeting the requirements of ANSI B 16.11, bore to match pipe. Bolting All Forged Flanges: Type 316 stainless steel, ASTM A320/A320M Grade B8M hex head bolts and ASTM A194/A194M Grade 8M hex head nuts. Van Stone Flanges: Carbon steel ASTM A307 Grade B hex head bolts and ASTM A563 Grade A hex head nuts. Provide same on mating cast iron flange on valve or equipment with flat ring gasket. Gaskets All Flanges Flanged, Water and Sewage Service: 1/8 inch thick,unless otherwise specified, red rubber(SBR), hardness SO(Shore A), rated to 200 degrees F, conforming to ANSI B16.21, AWWA C207, and ASTM D1330, Grades 1 and 2. Flanged, Hot Air and Fuel Gas Service: 1/8- inch thick, unless otherwise specified, homogeneous black rubber(EPDM), hardness 60 (Shore A), rated to 300 degrees F, conforming to ANSI B16.21 and ASTM D1330 Steam Grade. Blind flanges shall be gasketed covering entire inside face with gasket cemented to blind flange. Thread Lubricant 2" & smaller Teflon tape. END OF SECTION Stainless Steel Data Sheet 4005 10.33 -2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 40 OS 10.43 HIGH DENSITY POLYETHYLENE (HDPE)TUBING Item Size Description General 3/8" ID, 1/2" OD Pipe lengths, fittings, and connections to be joined by thermal butt-fusion shall be of the same type, grade, and class of polyethylene compound and supplied from the same raw material supplier. Tubing All HDPE tubing shall meet the requirements of AWWA C901. HDPE tubing shall be rated for use at a pressure class of at least 180 psi. Polyethylene tubing shall be made from HDPE resin having a material designation code of PE4710 or higher. Tubing material shall meet the requirements of ASTM D 3350 and shall have a minimum cell classification of PE445474C. HDPE Pressure tubing for potable water shall meet the requirements of NSF 61. Pressure tubing shall be approved by the Underwriter's Laboratory(UL) or Factory Mutual (FM). Tubing Markings shall meet the minimum requirements of AWWA C901. Only smooth wall HDPE will be permitted. HDPE Tubing Data Sheet 40 05 10-43 - 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 40 05 10.43 HIGH DENSITY POLYETHYLENE (HDPE)TUBING Joints All Butt-fusion joints per ASTM D3261. Joints shall have same pressure rating as the adjoining pipe. Fittings All Molded fittings, butt-fusion joined, conforming to ASTM D1248-84. Shall have the same pressure rating as the adjoining pipe unless otherwise specified. END OF SECTION HDPE Tubing Data Sheet 4005 10-43 -2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock SECTION 46 21 51 -ROUND ROCK INTAKE SCREENS PART 1 GENERAL 1.1 SECTION INCLUDES A. Work necessary to furnish and install, copper-nickel alloy, drum style, cylindrical intake screens and air scour system for the intake structures as shown on the Drawings. 1.2 SUBMITTALS A. Product Data: Furnish the following information: 1. Performance data that shows compliance with specification requirements stated herein. 2. Special shipping, storage and protection, and handling instructions. 3. Routine maintenance requirements prior to plant startup. B. Shop Drawings: Furnish the following: 1. Complete catalog information, descriptive literature, and specifications. 2. Outline drawing for a typical intake screen showing overall and interface dimensions, material of construction. Slot configuration, open area, rated capacity, and weight. 3. Screen velocity profile,with maximum, average, and minimum values. C. Quality Assurance 1. The entire intake screen system shall be furnished by a single manufacturer who shall comply with the following: a. The equipment manufacturer must maintain an ongoing quality assurance program, including ISO-9000 certification. b. All welders must maintain certification to ASME Section IX. Copies of weld certifications shall be provided with the submittals. c. The single manufacturer supplying this equipment must be able to furnish proof of over(20) installations and(10)years of manufacturing equipment of similar technology. d. All copper-nickel intake screens shall be certified NSF/ANSI Standard 61 (NSF-61)for drinking water system components. Intake Screens 4621 51 - 1 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock e. Evidence of a statistical control program shall be furnished with the submittal. 1.3 DELIVERY, STORAGE, AND HANDLING 1. Packing and Shipping: Prepare and protect equipment for shipment in accordance with manufacturer's recommendations PART 2 PRODUCTS 2.1 GENERAL A. Anchor Bolts: Provide stainless steel bolts, Type 316, at least 1/2 inch in diameter or as shown. B. Lifting Lugs: Provide on equipment and equipment components over 100 pounds. 2.2 MANUFACTURERS A. Johnson Screens, Weatherford, CO. B. Hendrick Screen Co. C. Approved Equal. 2.3 SYSTEM PERFORMANCE A. Pressure Drop: At the design flow rate,the pressure drop through the surface of the clean screen shall not exceed 0.004 psi. The total pressure drop through the cylinder assembly shall not exceed 1.0 foot of water. Hydraulic calculation verifying compliance to these criteria shall be provided with the screen submittal. B. Materials and Fittings: The screen assembly shall be manufactured fr o m copper nickel alloy. The main outlet on the drum style cylindrical screens shall be either a 30-inch or 24-inch diameter PS with pipe connect and a flange bolt pattern to match AWWA C-207, Table 1, Class D. End connection to consists of an endplate x flange design. C. Screen design shall be manufacturer's standard for the installation conditions described herein. Intake Screens 462151 -2 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock D. Intake Screens: 1. The intake consists of a total of twelve (12) drum style cylindrical intake screens, arranged as shown on the Drawings. Intake capacity of each screen assembly shall be 8,333.50 gallons per minute. Maximum submergence is 42 feet from the water surface. 2. Wire and Slot: The screen slot opening shall be 0.125 inches. Wire size shall be#69. Slot size shall be controlled and continuously monitored during manufacture. 3. For slot openings of 0.040"through 0.100"the mean slot size shall be within+/- 0.002"with a standard deviation no greater than 0.002" throughout the assembly. 4. For slot openings greater than 0.100"the mean slot size shall be within +/-0.003"with a standard deviation no greater than 0.003"throughout the entire assembly. 5. Construction: Intake screen shall be cylindrical with circumferential slots that widen toward the inside of the cylinder. The screen surface cross-wire shall be welded to an appropriate support member so as to provide necessary strength with minimal hydraulic resistance. The screen shall include an internal pipe designed to ensure a uniform flow distribution through the screen slots during water intake. 6. Maximum local through slot velocity due to water removal is not to exceed 0.5 feet per second. 7. The corresponding average through-slot velocity shall be 80% - 90% of the maximum velocity. 8. The manufacturer's clean screen assembly headloss must be stated in the submittal documents. 9. Strength: Screen shall be capable of withstanding a working depth of 42 feet of water. The design stress when determining strength shall be two-thirds of the yield stress. Strength calculation verifying compliance to these criteria shall be provided upon request. 10. The intake assembly shall be designed to a maximum 4.33 psi (0.3 bar) negative pump pressure or differential headloss. 11. Design stress used for determining strength of the assembly shall be no more than 90% of the published yield strength of the material used. Strength calculations verifying compliance with these criteria shall be provided in the product submittal. 12. Evidence of the intake assembly capacity and flow distribution shall be confirmed by a computational fluid dynamic (CFD)analysis, supplied by the manufacturer. The CFD analysis method must be verified by actual physical testing. 13. The surface wire, support beam and stiffener structure shall be an all- welded matrix designed to provide the specific strength with minimal interference with the through screen flow pattern. 14. End plates and drum body shall be a minimum of 0.105 inches thick. Intake Screens 46 21 51 -3 Lake Georgetown Raw Water Intake Screen Replacements December 2019 City of Round Rock All structural butt welds shall be full penetration fillet welds and shall be the thickness of the thinner component. 15. Out of the twelve total intake screens, four(4) are to have a main outlet flange and shall mate with a 30 inch flange with a flange pattern equal to AWWA C-207, Table 2, Class D. The remaining Eight(8) screens shall have a main outlet flange and shall mate with a 24 inch flange with a flange pattern equal to AWWA C-207, Table 2, Class D. 16. The screen air connection shall be a 6"pipe size flange 17. The intake screen material shall be manufactured of copper-nickel. 18. Copper-based materials must demonstrate a minimum of five (5)years of experience, showing successful zebra mussel protection. Lack of demonstrated experience or coatings of any kind shall not be acceptable. PART 3 EXECUTION 3.1 GENERAL A. Existing tee type intake screens are to be removed and replaced with drum style cylindrical intake screens, as shown on the Drawings. B. The intake screen shall be located as shown and installed in conformance with the manufacturer's suggested method. CONTRACTOR shall furnish such additional incidental materials and labor as required for a complete and proper installation. C. Screen to include 6" flanged connection for contractor to connect to the existing air scour system. D. Screen base piping to include capped 1"male NPT fitting for future connection to the chemical feed system. 3.2 MANUFACTURER'S SERVICES A. Provide a Manufacturer's Certificate of Proper Installation. END OF SECTION Intake Screens 462151 -4 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 46 21 56-Z-ALLOY RAW WATER INTAKE SCREEN PART 1 -GENERAL 1.1 WORK INCLUDED: A. This section of the specifications covers the furnishing and installation of the Zebra Mussel Resistant Raw Water Intake Screen and appurtenances as shown on the Drawings and specified herein. B. System Design: Provide up to nine (9) screen assemblies for filtering raw water,constructed of corrosion and zebra mussel resistant Z-alloy materials,each to include flanged fitting to fit up to customer raw water intake piping,airburst piping and chemical feed piping(three separate flanged connections per screen). C. The quantity of screens shall be as determined by Owner upon bid evaluation. Base Bid shall include 3 screens. Each screen shall be equipped with an integral air burst connection, 3-inch flange for compressed airburst supply piping. Each screen shall also be equipped with a 1-1/2- inch flange for connection to copper solution supply piping. D. The screen assembly shall be a passive Tee type design. 1.2 RELATED SECTIONS A. Alternate Bid Items are described in Section 01 23 00. 1.3 QUALITY ASSURANCE: A. The entire intake screen system shall be furnished by a single manufacturer who shall comply with the following: 1. The equipment manufacturer must maintain an ongoing quality assurance program, including ISO-9000 certification. 2. All welders must maintain certification to ASME Section IX.Copies of certifications shall be provided upon request. 3. The single manufacturer supplying this equipment must be able to furnish proof of over (100)installations and(20)years of manufacturing equipment of similar technology. 4. All stainless or Z-Alloy intake screens shall be certified NSF/ANSI Standard 61 (NSF-61) for drinking water system components. B. The intake screens shall be as manufactured by Johnson Screens,New Brighton,MN(651)638- 3151 or Engineer-approved equal. 1.4 SUBMITTALS A. Shop drawings and product data,in accordance with Section 01 30 00,shall include the following: Z-ALLOY RAW WATER INTAKE SCREEN 46 21 56- 1 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 1. Detailed shop drawings for the intake screen showing overall and interface dimensions, general configuration,material, slot,open area,capacity,weight and strength. 2. Weld certifications. 3. Velocity distribution profile for the intake screens,with maximum, average and minimum values. 4. Provide supporting flow distribution data where calculation methods are verified by physical flow distribution tests. This includes a CFD Analysis of the flow distribution of the screen at the design flow. 5. Installation instructions for screen system. 6. Certified dimensional drawings of each screen, including arrangement of flanged connections for airburst and chemical feed piping. 7. Literature and drawings describing the equipment in sufficient detail, including parts list and materials of construction,to indicate full conformance with the detail specifications. 8. Submit complete bill of materials for all equipment components. Include generic model numbers for all bearings required on equipment. 9. Submit list of the manufacturer's recommended spare parts. 10. Submit Warranty data 11. Submit nameplate data and arrangement for Engineer approval. 12. Complete list of deviations from the drawings and specifications. 1.5 SUBSTITUTIONS: A. Manufacturers other than that which is specified and/or not meeting every provision of the specification shall be required to submit a complete and detailed pre-qualification package to the engineer at least (5) days prior to the bid. Any pre-qualification package must contain as a minimum: 1. Detailed layout drawings 2. Supporting flow distribution data via a CFD(Computational Fluid Dynamics)analysis. 3. Weld certifications 4. Evidence of a recognized ongoing quality assurance program. 5. Detailed component specifications and catalog cuts as required. 6. Detailed list of ALL VARIATIONS required from the original design, referencing appropriate sections of the specifications and locations on the drawings. 7. Full installation reference list of at least (50) customers that includes similar proposed equipment. B. Manufacturers qualifying will be recognized by addendum a minimum of(2) days prior to the bid. Contractors shall include all costs associated with any redesign required with their bid. PART 2-PRODUCTS 2.1 SCREEN DETAIL A. Model Number T33MF. B. 0.125-inch slot opening Z-ALLOY RAW WATER INTAKE SCREEN 46 21 56-2 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 C. 20 ft differential hydrostatic collapse strength assuming fully clogged condition. D. Maximum of 0.5 feet per second maximum local through screen velocity as a result of water withdrawal at maximum design flow rate of 6996 GPM per screen. E. Outlet connection shall be 24-in diameter flange with bolt pattern according to AWWA C207-13 Class F. Minimum thickness of end plates and outlet pipe or tee body shall be 3/16 in. G. Head loss through the assembly shall be less than 0.5 psi of water in a clear water condition(no clogging). Manufacturer's clean screen assembly head loss must be stated in the bid documents. H. Evidence of the intake assembly capacity and flow distribution shall be proven by a Computational Fluid Dynamic(CFD)analysis,supplied by the manufacturer.The CFD Analysis Method must be verified by actual physical testing. I. All welding shall be performed by ASME certified welders. J. Screen shall be equipped with air burst screen cleaning pipe internal to the assembly. Air burst screen cleaning connection shall be through a 3 in ANSI Class 150 flange. Air burst cleaning flange and pipe material shall be the same as screen material. K. Screen Alloy: Proprietary Z-Alloy Zebra Mussel Resistant metal alloy. Vendor shall supply verification that the alloy has been tested by an independent U.S. EPA certified laboratory in accord with the National Sanitary Foundation protocol NSF 61 for leach testing and that concentration levels for copper using Certified U.S. EPA test procedures for measurement are below 0.05 mg/L. Vendor shall supply verification that the materials have been field tested in sites infested by zebra mussels and demonstrated resistance to the attachment of zebra mussels. Vendor shall supply a 5-year warranty against zebra mussel attachment that impacts flow passage through the screen. Lack of demonstrated experience or coatings of any kind shall not be acceptable. 2.2 CONSTRUCTION A. The intake screen surface wire shall be Johnson Screens Vee-Wire®number#69. B. The surface wire, support beam and stiffener structure shall be an all-welded matrix designed to provide the specific strength with minimal interference with the through screen flow pattern. C. All structural butt welds shall be full penetration fillet welds and shall be the thickness of the thinner component. 2.3 STRENGTH A. The intake assembly shall be designed to a maximum 4.33 psi(0.3 bar)negative pump pressure or differential head loss. Z-ALLOY RAW WATER INTAKE SCREEN 46 21 56-3 BRUSHY CREEK MUNICIPAL UTILITY DISTRICT ZEBRA MUSSEL CONTROL MRB PROJECT NO. 0226.19003.000 APRIL 2020 B. Design stress used for determining strength of the assembly shall be no more than 90% of the published yield strength of the material used. Strength calculations verifying compliance with these criteria shall be provided upon request. PART 3 -EXECUTION 3.1 INSTALLATION A. The intake screen shall be installed in accordance with manufacturer's recommendations. 3.2 WARRANTY A. Zebra-resistant"Z-Alloy"shall be warranted for 5 years to be substantially free of zebra mussels. "Substantially free" means there will be less than 10%reduction of flow through the screens due to zebra mussel attachment. If this 10%reduction in flow occurs, manufacturer must retain and arrange for diving services (at manufacturer's cost) to clean zebra mussels from the screens annually for the balance of the warranty period. B. Intake screen equipment shall be warranted for 1 year from substantial completion date of the work according to the contract. This includes equipment workmanship according to the contract documents,and manufacturer will correct any work that is found to be out of conformance to the contract documents within this time period. END OF SECTION 46 21 56 Z-ALLOY RAW WATER INTAKE SCREEN 46 21 56-4 02000 PLANS, DETAILS AND NOTES If applicable, insert reference(s)to project plans; details; and notes Contract Drawings - included as a separate document RimU2,0 �OZ.Do �CITY OFli�tIIDUNID ROCK Utilities Envi*ronmental Services 3400 Sunrise Road Round Rock, Texas 78665 BID TABULATION i : l.aKe ueorgetown caw water iniaKe screen tcepiacement r0CATION: TrainingRoom- 3400 Sunrise Rd. ID DATE: 6/9/2020 ITEM Allowance for Mobilization, 112.5% a maximum of of contract amount. 2 1 Allowance for demobilization, a maximum of 2.5% of the contract amount. COMDanv Name: APPROX QTY. Associated Construction Partners, Ltd. Statement of Safety? Yes Addendum(s) Yes Bid Bond? Yes UNIT I UNIT PRICE I COST 1 LS 1 LIS Orion Construction LP Statement of Safety? Yes Addendum(s) Yes Bid Bond? Yes UNIT PRICE COST $31,000.00 1 $31,000o00 1 $629485*00 $59000.00 1 $59000e00 1 $621485*00 BIDS EXTENDED AND CHECKED BY: Sara Kesselring DATE: June 9.2020 Excel Construction Services, LLC Statement of Safety? Yes Addendum(s) Yes Bid Bond? Yes UNIT PRICE COST $62,485.00 1 $50,5000.00 1 $50,000.00 $62i485*00 1 $509000*00 1 $50,3000.00 City of Round Rock Intake -Remove upper screens & risers (el.761 ft). Furnish and Install six (6) new drum -type screens and 3 risers. 1 LS $7355900900 $73510900,000 $677,0650.000 $677,0650*00 $5285000,000 $5285000.*00 Furnish and install chemical containment piping and chemical feed tubing to all 4 twelve (12) screens. 1 LIS $1501,000*00 $150,P00000 $232,685,000 $232,685*00 $1309000000 $130,000,eOO Brushy Creek MUD Intake -Remove three (3) existing mid -level screens (el. 766 ft). Furnish and install three (3) new T4ype intake screens including 1.54nch chemical 5 feed lines to each screen. 1 LS $200i1000*00 $200,0000*00 $297,0585000 $297,0585,000 $2383,000,000 $238,1000000 Brushy Creek MUD Intake- Furnish and install 34nch Air Burst piping including all pipe supports,, brackets and clamps required 6 to connect to all nine (9) intake screens. 1 LS $150,000000 $1509000,00 $1849120-000 $18411,J20-000 $15830000000 $1589000-000 ... ......... .................... ......... . ........ ............................................... I I': *: . 1.'. % ........ ......... % ........ ........................ ........... ................ ....... ............... .............. . -e-X* ................ -1-1-wl ........ :.:.**,...,...,.........-.:.:.:.:-:�..-.-..-.,.-.*...............*................................-.-.-...:.:.-.....-..........--.:-*.,- ............ . ......... .. ......... ............ ... ....... ................... ...... ... ......... ................ ...... ....... . . ................. TOTAL BASE BID .. ......... .. . =. `51�7�,9 iNl. , .: ,$1.... .. .;51.......... �..... ... �1t�,� �.:� �................ .................... : ............... .. ...... ......... . ... ...................... . .......... ................. ', .......4 ... ...... ....... ......... . ...... .. �, � ,'. Statement of Safety? Yes Addendum(s)? Bid Bond? Yes UNIT PRICE COST Page 1 of 2 Updated 6/17/19 CITY OF ROUND ROCK Utilities Envi*ron ental Services 3400 Sunrise Road Round Rock, Texas 78665 BID TABULATION PROJECT: Lake Georgetown Raw Water Intake Screen Reviacement BIDS EXTENDED AND CHECKED BY** Sara Kesseiring DATE: June 9, 2020 ADD ALTERNATE 1- 3A City of Round Rock Intake -Remove existing lower screens and risers (el. 761 ft). Furnish and install six (6) new drump- 3A type screens and risers. 1 LS $5859000,oOO $585,4000,000 $60G9400000 $600,400.000 $500,000'600 $500,000000 ADD ALTERNATE 1 - 3A $5851000,oOO $600,1400AO $5009000,oOO ADDA---T RNAT 2m5A Brushy Creek MUD Intake -Remove three (3) existing upper screens (el. 781 ft). Furnish and install three (3) new T4ype intake screens including 1.5-inch chemical SA feed lines to each screen. 1 LS $3109000-600 $310,000000 $245,490*00 $245,490.600 $18043000*00 $180,000000 ADD ALTERNATE 2 - 5A- $310,000.00 $2459490,oOO $180,9000000 ADD ALTERNATE 3 - 5B Brushy Creek MUD Intake- Remove three (3) existing lower screens (el. 751 ft). Furnish and install three (3) new T4ype intake screens including 1.5minch chemical SB feed lines to each screen. 1 LS $3405000.00 $340,000*00 $245,0490*00 $245,490.00 $180,5000,oOO $180,000*00 ADD ALTERNATE 3 - SB $340v)000-e00 $2454)490e00 $180,9000-900 ADD ALTERNATE 4 - SC Brushy Creek MUD Intake -Provide ADD/DEDUCT (indicate which) price per screen to substitute the Alternate Screen (copper/nickel) for the specified screen (Z- 5C Alloy). 3 EA $900000 $2,4700000 ($4,0680,*00) ($149040.000) ($149000000) ($425000-000) ADD/DEDUCT ALTERNATE 4 - SC $29700,900 ($14,040.00) ($42,9000*00) Page 2 of 2 Updated 6/17/19 �a.er T'rt��rs eng AMC. *surveyors 804 Las Cimas Pkwy., Suite 150 Austin, Texas 78746 June 12, 2020 Christopher "Kit" Perkins, P.E. Senior Utility Engineer City of Round Rock 3400 Sunrise Road Round Rock, TX 78665 Re: The City of Round Rock and Brushy Creek Municipal Utility District (Brushy Creek MUD) Raw Water Screen Replacement Project - Contractor Award Recommendation Dear Mr. Perkins: On June 9, 2020, the City of Round Rock opened bids for the above referenced project. Three competitive bids were submitted. All of bid packages contained all the required information. Based on the bid tabulation. Excel Construction Services, LLC (Excel), of Leander, Texas, is the low bidder. Walker Partners, the City of Cedar Park, and the Brush Creek Regional Utility Authority (BCRUA) have recently completed projects with Excel. Based upon this working experience with Excel and the completeness of their bid package, Walker Partners recommends the City of Round Rock award this project to Excel. Thies bid had several additive alternatives, one for the City of Round Rock and three for Brushy Creek MUD. Both entities will need to determine if they want to include any of the alternate bid items in the award and eventually in the contract with Excel. We will prepare conformed drawings and specifications as needed for the contract and contractor including the selected alternatives. Sincerely, • mod• .. �• • • �... • . ' . '�' �i'#: .. Joseph W. Jenkins, P.E. Project Manager Cc: Project File www,,WalkerPartners.com TBPE Registration No. 8053 1 TBPLS Registration No,, 10194317 This Page is too large to OCR CERTIFICATE OF INTERESTED PARTIES FORM 1295 10fl Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1, 21 3, 5, and s 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. 2020-639898 Excel Construction Services, LLC Leander, 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 07/06/2020 being filed. City of Round Rock Date Acknowledged: 07/14/2020 g 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 Lake Georgetown Raw Water Intake Screen Replacement 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Park, Randal Cedar Park, TX 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) declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the dayof , 20 (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www,ethics.state,txus Version Vl,1,3a6aaf7d